Loading...
HomeMy WebLinkAboutWillis Foreman Road at Horsepen Branch Augusta Richmond GA DOCUMENT NAME: Lv I LL i ~ (- OlZl::: /"lo''I'" ROAO,..-r 1-1 () (.l. S b po;;:,.J E I2-RIVC# DOCUMENT TYPE: c.. O~\R f' C T YEAR: ') ~ l1 <6 BOX NUMBER: __ \Q FILE NUMBER:. \ ,.~ ~S- I NUMBER OF PAGES: Sg . . ~. . -. ,~ ~ ~ ".. I ) 3 g r'; CONT: . :NTS FOR WILUS FOREMAN ROAD AT HORSEPEN BRANCH EMERGENCY REPAIR DOUBLE 6'x4' CONCRETE BOX CULVERT REF. NO.: 86-040(W) SEPTEMBER, 1998 "i -t. 1 r LIST OF PROJECT DOCUMENTS willis Foreman Road @ Horsepen Branch Emergency Repairs Double 6' x 4' Concrete Box Culvert SECTION PAGES Instruction to Bidders IB-l thru IB-3 Georgia Prompt Pay Act PPA-l Minority and Economically Disadvantaged Business Support ME-l Special Conditions SP-l thru SP-2 Agreement A-l thru A-4 Supplementary Conditions SC-l thru SC-2 Proposal P-l thru P-4 Typical Section TS-l Location Map LM-l General Notes G-l thru G-g T -1: ,. r SECTION IB INSTRUCTION TO BIDDERS IB-01 GENERAL All proposals must be presented in a sealed envelope, addressed to the Owner. The proposal must be filed with the Owner on or before the time stated in the invitation for bids. Mailed proposals will be treated in every respect as though filed in person and will be subject to the same requirements. Proposals received subsequent to the time stated will be returned unopened. Prior to the time stated any proposal may be withdrawn at the discretion of the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful bidder. IB-02 EXAMINATION OF WORK Each bidder shal~, by careful examination, satisfy himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work or the cost thereof under the contract. No oral agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of the contract, shall affect or modify any of the terms or obligations therein. IB-03 ADDENDA AND INTERPRETATIONS No interpretation of the meaning of plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the Director of Public Works, 1815 Marvin Griffin Road, Augusta, Georgia 30906, and to be given consideration must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be sent by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes), not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract Documents. IB-l '1' "t 'T t IB-,04 PREPARATION OF BIDS Bids shall be submitted on the forms provided and must be signed by the bidder or his authorized representative. Any corrections to entries made on bid forms should be initialed by the person signing the bid. Bidders must quote on all items appearing on the bid forms, unless specific directions in the advertisement, on the bid form, or in the special specifications allow for partial bids. Failure to quote on all items may disqualify the bid. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Alternative bids will not be considered unless specifically called for. Telegraphic bids will not be considered. Modifications to bids already submitted will be allowed if submitted by telegraph prior to the time fixed in the Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the total amount of either the original or revised bids. Bids by wholly owned proprietorships or partnerships will be signed by all owners. Bids of corporations will be signed by an officer of the firm and his signature attested by the secretary thereof who will affix the corporate seal to the proposal. NOTE: A 10% Bid Bond is required in all cases. IB-OS BASIS OF AWARD The bids will be compared on the basis of unit prices, as extended, which will include and cover the furnishing of all material and the performance of all labor requisite or proper, and completing of all the work called for under the accompanying contract, and in the manner set forth and described in the specifications. Where estimated quantities are included in certain items of the proposal, they are for the purpose of comparing bids. While they are believed to be close approximations, they are not guaranteed. It is the responsibility of the Contractor to check all items of construction. In case of error in extension of prices in a proposal, unit bid prices shall govern. IB-2 'f' '( ,. r IB-06 BIDDER'S OUALIFICATIONS No proposal will be received from any bidder unless he can present satisfactory evidence that he is skilled in work of a similar nature to that covered by the contract and has sufficient assets to meet all obligations to be incurred in carrying out the work.. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working cap~tal available, plant equipment, and his experience and general qualifications. The Owner may make such investigations as are deemed necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to him all such additional information and data for this purpose as may be requested. The Owner reserves the right to reject any bid if the evidence submitted by the bidder or investigation of him fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Part of the evidence required above shall consist of a list of the names and addresses of not less than five (5) firms or corporations for which the bidder has done similar work. IB-07. PERFORMANCE BOND At the time of entering into the contract, the Contractor shall give bond to the Owner for the use of the Owner and all persons doing work or furnishing skill, tools, machinery or materials under or for the purpose of such contract, conditional for the payment as they become due, of all just claims for such work, tools, machinery, skill and terms, for saving the Owner harmless from all cost and charges that may accrue on account of the doing of the work specified, and for compliance with the laws pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the Owner and authorized by law to do business in the State of Georgia. Attorneys-in-fact who sign bonds must file with each copy thereof a certified and effectively dated copy of the power of attorney. IB-08 REJECTION OF BIDS These proposals are asked for in good faith, and awards will be made as soon as practicable, provided satisfactory bids are received. The right is reserved, however to waive any informalities in bidding, to reject any and all proposals, or to accept a bid other than the lowest submitted if such action is.deemed to be in the best interest of the Owner. IB-3 '1' 1 '" GEORGIA PROMPT PAY ACT This contract is intended by the parties to, and does, supersede any and all provisions of the Georgia Prompt Pay Act, O. C. G. A. section 13-11-1, et seg. In the event any provision of this Contract is inconsistent with any provision of the Prompt Pay Act, the provision of this contract shall control. NOTICE All references in this document, which includes all papers, writings, drawings, plans or photographs to be used in connection with this document, to "Richmond County Board of Commissioners" shall be deemed to mean "Augusta-Richmond County Commission- Council and all references to "Chairman" shall be deemed to mean "Mayor". DISPOSALS Prior to any material from this project being wasted or otherwise disposed of outside the project limits the Contractor shall furnish the Engineer a copy of written permission, signed by the property owner (or his authorized agent) describing the estimated amount and type of material to be placed on said property. If any portland cement concrete, asphaltic concrete, wood or other such materials are to be wasted on the property, a copy of the owner's inert landfill permit, issued by the Environmental Protection Division shall be furnished to the Engineer prior to any such waste being removed from the project. In all cases, regardless of the material being wasted, a grading permit issued by Augusta-Richmond County must be furnished to the Engineer. PPA-l "-i' " " '" MINORITY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT It is the intent of the Augusta-Richmond County- Council to increase the involvement of qualified minority and economically disadvantaged businesses in the contracted work of County Government. In an effort to support this intention, this project is offered to all qualified firms. The bids will be evaluated based on qualifications, price and construction time. with all other items being considered equal, the contract, if awarded will be awarded to a minority and economically disadvantaged firm or a firm that has included such firms as subcontractors on this project. The bidders shall include with their bid a statement of qualification for themselves and/or any qualified subcontractors explaining why they should be considered a minority or economically disadvantaged firm. If the firm does not fall into this category, no information is necessary. ME-l .' 'i 'f WILLIS FOREMAN ROAD @ HORSEPEN BRANCH EMERGENCY REPAIRS SPECIAL CONDITIONS SCOPE: Installation of a double 6' x 4' concrete box culvert under Willis Foreman Road at Horsepen Branch. All work shall be done in accordance with the specifications, plans and drawings. The Contractor shall supply all materials, equipment, labor and supervision necessary to properly complete this project. If all major work is not completed within the specified 80 Calendar Days for Option No. 1 liquidating damages in the amount of $500 per calendar day shall be assessed until all major work is completed. For Option No.2 all major items of work must be completed within 30 Calendar Days. For Option No.3 the Detour must be completed and traffic shifted from Willis Foreman Road onto the Detour within 30 Calendar Days. Once traffic is shifted all major items of work must be completed within 80 Calendar Days. Each calendar day over the specified time shall be assessed $500 per Calendar Day as a separate violation. SEQUENCE OF OPERATIONS: The Contractor shall begin work immediately after he receives the Notice To Proceed. This notice will be verbal, followed by a written Notice To Proceed. Once work begins, the Contractor shall pursue the work diligently to completion. At least five (5) concrete cylinders shall be made for early breaks to determine the earliest possible date for backfilling the box culvert. Contract Time in the amount of 80 calendar days has been established. However it is the owner's intent to reduce this time as much as possible if cylinder breaks allow backfilling in less than 28 calendar days. NOTE: If Option No. 2 (High Early Strength) is selected backfilling may be allowed at 4 calendar days. No concrete shall be poured without prior approval of the Inspector. All work shall be in accordance with Georgia Department of Transportation Standards and Specifications. SP-l " J' LUMP SUM CONSTRUCTION: Item Number 230-1000 Lump Sum Construction includes, but is not limited to, the following: Locating, maintaining and reclaiming disposal areas, construction staking, removals and relocations not covered by a separate pay item, excavation, removing and resetting of other obstructions and any other item not covered by a specific pay item. NOTE: After the culvert is staked and grades established, and prior to placing any Type 2 Backfill, steel or concrete, the site will be inspected by the Engineer. SP-2 ., " " SECTION A AGREEMENT THIS AGREEMENT, made on the~S./~ay Of~~jA~~E~, 19?r by and between Auqusta-Richmond County Commission-council party of the first part, hereinafter called the OWNER, and GR~:'Go /c V fJ.,Rlf) (Sf CtJ) I party of the second part, hereinafter called the CONTRACTOR. WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter named, agree as follows: ARTICLE I - SCOPE OF THE WORK The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: willis Foreman Road @ Horsepen Branch Emergency Repairs Double 6' x 4' Concrete Box Culvert and in accordance with the requirements and provisions of the Contract Documents as defined in the General and special Conditions hereto attached, which are hereby made a part of this agreement. ARTICLE II - TIME OF COMPLETION - LIQUIDATED DAMAGES The work to be performed under this Contract shall be commenced within ~ calendar days after the date of written notice by the Owner to the Contractor to proceed. All work shall be completed within 80 calendar days with such extensions of time as are provided for in the General Conditions (Please see page SP-l and SP-2). It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed by and between the Contractor and ". the Owner, that the time for completion of the work described herein is a reasonable time for completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. A-l 'i' r, IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE TIME HEREIN SPECIFIED, then the Contractor does hereby agree, as a part of the consideration for the awarding of this contract, to pay the Owner the sum of Five Hundred Dollars ($500), not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would, in such event, sustain, and said amounts shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the additional time is allowed for the completion of an work, the new time limit fixed by extension shall be the essence of this contract. ARTICLE III - PAYMENT (a) The Contract Sum The Owner shall pay to the Contractor for the performance of the Contract the amount as stated in the Proposal and Schedule of Items. No variations shall be made in the amount except as set forth in the specifications attached hereto. (b) Proqress Payment On no later than the fifth day every month, the Contractor shall submit to the Owner's Engineer an estimate covering the percentage of the total amount of the ,Contract which has been completed from the start of the job up to and including the last working day of the proceeding month, together with such supporting evidence as may be required by the Owner and/or the Engineer. This estimate shall include only the quantities in place and at the unit prices as set forth in the Bid Schedule. On the vendor run following approval of the invoice for payment, the Owner shall after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate on units accepted in place. The 10% retained percentage may be held by the Owner until the final completion and acceptance of all work under the Contract. A-2 ,. '. ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT (a) Upon receipt of written notice that the work is ready for final inspection acceptance, the Engineer shall within 10 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a final certificate, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the owner within 15 days after the date of said final certificate. (b) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness of liens of evidence of payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner, other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturer's guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. (d) If after the work has been substantially completed, full completion thereof is material~y delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certification of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Each payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. A-3 IN W'ITNESS WHEREOF, the parties he":eto have executed this Agreement in three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. :;~.i7 ~.:.':lf""" ......., , SEAL .....------- '.... ~"':"''''~''i-:''--t.~\'''\~' ...... \-.' l _...... - - _..-..:.- SEAL AUGUSTA-RICHMOND COUNTY COMMISSION-COUNCIL (Owner) By: Richmond County Commission-council r- , , , CONTRAC By: Title: Address: P. O. Box 3355 Eatantan, GA 31024 - - -------;.:-:;~..-. A-4 -....--- ------------- -. CLu y< -~ -- -. - ----- -- -. - " .. 'L' -_.__.r;- .t:. _ _ ~ -',J THE AMERICAN INSTITUTE OF ARCHITECTS 'j' BOND NUMBER: 21018 AlA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Gregory Bridge Co. P. O. Box 3355 Eatonton, Georgia 31024-3355 SURETY (Name and Principal Place of Business): Hartford Fire Insurance Company P. O. Box 88288 Atlanta, Georgia 30328-3473 OWNER (Name and Address): Augusta-Richmond County Public Works 530 Greene Street, Room 701 Augusta, Georgia 30911 CONSTRUCTION CONTRACT Date: q..2S- qj Amount: $93,928.00 Description (Name and Location): Willis Foreman Road @ Horespen Branch Emergency Repairs - Double 6' x 4' Concrete Box Culvert BOND Date (Not earlier than Construction Contract Date): Amount: $93,928.00 Modifications to this Bond: I2$JNone o See Page 3 CONTRACTOR AS PRlNCIP AL Company: Gregory Bridge Co. (Corporate Seal) SURETY Company: Hartford Fire Insurance Company.,'/ ,,' ~ "" "" (Corporate Seal) , . , , l!;.~;go~~;~\' 01l1rj J$- ~ ' ~ -' Name.and.Tiflt<: Tl t ~~ :'.~~/r :;::. ,/.'! ,:: j \"" .'-~AgY..l!.ddit_~~~,l~{ignatures appear on page 3) ''.f>PI! _ ". ~ - ~ . , ,...... ~.. . .. ~ -.... . .- ......... (J."OR7f/FORMAT/ON ONLY-Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Yates Insurance Agency P. O. Drawer 95806 Atlanta, Georgia 30347 404-633-4321 AlA DOCUMENT A312 . PERFORMANCE BOND AND PA YMENT BOND' DECEMBER 1984 ED. . AlA @ THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., NW., WASHINGTON, D.C. 20006 THIRD PRINTING, MARCH 1987 A312-1984 1 '" '.' 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de. c1ared earlier .than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the~ , terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent. contractors; or 4.3 Obtain bids or negotiated proposals from , qualified contractors acceptable to the Owner fora contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre. pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may beliahle to the Owner and, as soon as practicable after the amount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part and notify the Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contradodor correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages. or if no liquidated damages are specified in the Construction Contract. actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal. or equitable, under this, Bond. may be instituted in any court of competent jurisdiction in the location in which the work or part ofthe work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this ~ond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail- AlA DOCUMENT A312' PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED. . AlA ~ THE AMERICAN INSTITUTE OF ARCHITECTS. 1ns NEW YORK AVE.. N.W., WASHINGTON, D.C. 20006 THIRD PRINTING. MARCH 1987 A312-1984 2 ',' .... able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEfiNITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the' Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con- MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract . 12.2 Construction Contr~ct: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contrac;tor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required. by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Signature: Name and Title: Address: SURETY Company: (Corporate Seal) Signature: Name and Title: Address: AlA DOCUMENT 4312 . PERFORMANCE BOND AND PAYMENT BOND. DECEMBER 1984 ED. . AlA e THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING. MARCH 1987 ' A312-1984 3 i' THE AMERICAN INSTITUTE OF ARCHITECTS i' BOND NUMBER: 21018 AlA Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Gregory Bridge Co. P. O. Box 3355 Eatonton, Georgia 31024-3355 SURETY (Name and Principal Place of Business): Hartford Fire Insurance Company P. O. Box 88288 Atlanta, Georgia 30328-3473 OWNER (Name and Address): Augusta-Richmond County Public Works 530 Greene Street, Room 701 Augusta, Georgia 30911 CONSTRUCTION CONTRACT Date: ?-2s.- 9d Amount: $93,928.00 Description (Name and Location): Willis Foreman Road @ Horespen Branch Emergency Repairs - Double 6' x 4' Concrete Box Culvert BOND Date (Not earlier than Construction Contract Date): Amount: $93,928.00 Modifications to this Bond: I:8]None o See Page 6 CONTRACTOR AS PRINCIPAL Company: Gregory Bridge Co. (Corporate Seal) SURETY Company: Hartford Fire Insurance Company" ~~ '" .,. ... '0. ~ (Corporate ~e?l) , ~ " ;.. , .. r _ .. -- ,~ '-.' . ~(Any a9jitio;1~.1 signatures appear on page 6) ~~ ....-- ~ -~- ..... .-~::-- -,- ......... ......-........ Signa,",.; ~ 1!) fA if ,6 . Name and :Title: 71 \ rp;OR lNFPRflATlON ONLY-Name, Address and Telephone) 'A~~NT ~~.B~~J<ER: II ~ .1'...., "" ~ .:...- , ~'FYate_!!J)isura~ce Agency P. O. Drawer 95806 Atlanta, Georgia 30347 404-633-4321 OWNER'S REPRESENTATIVE (Architect, Engineer or other party): AlA DOCUMENT A312 . PERFORMANCE BOND AND PA YMENT BOND' DECEMBER 1984 ED, . AlA @ THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE,. N,W" WASHINGTON, D,C, 20006 THIRD PRINTING' MARCH 1987 A312-1984 4 'i' 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract. with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be p'aid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the .Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety. that is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed, 6.2 Payor arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond. and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives noti~e of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than, in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the .contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AlA DOCUMENT A312. PERFORMANCE BOND AND PAYMENT. BOND. DECEMBER 1984 EO,. AWD THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE.. N,W,. WASHINGTON. D,C 20006 THIRD PRINTING. MARCH 1987 . A312-1984 5 .' Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor 0 r with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "Iabor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used ,in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: . . Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 ,Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. . (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: , (Corporate Seal) Signature: Name and Title: Address: SURETY Company: (Corporate Seal) Signature: Name and Title: Address: . AlA DOCUMENT A312 . PERFORMANCE BONO AND PAYMENT BOND' DECEMBER 1984 ED. . AlA $ THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 THIRD PRINTING · MARCH 1987 A312.1984 6 " .+ Ii' 'I. Hartford, Connecticut HARTFORD FIRE INSURANCE COMPANY ".' .. ... 't". POWER OF ATTORNEY Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY. a corporation duly organized under the laws of the State of Connecticut. and having its principal office in the City of Hartford. County of Hartford, State of Connecticut. does hereby make, constitute and appoint P. D. YATES,jR., P. D. YATES, Ill, KEVIN M NEIDh'.RT, MICHAEL L. ANGEL, MICHAEL S. BRICKNER, KAREN A. MA YNAID, EMMETT H. HALL, ALAN R. YATES, TAMARA HENDERSON, BRIAN K HUGHES, AARON M HILL and BETSY J HOLMES of A TLANTA, GEORGIA its true and lawful Attorney(s)-in-Fact, with full power and authority to each of said Attorney(s)-in-Fact, in their separate capacity if more than one is named above. to sign, execute and acknowledge any and all bonds and undertakings and other writings Obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof This Power of Attorney is granted under and by authority of the By-Laws of HARTFORD FIRE INSURANCE COMPANY. ("the Company") as amended by the Board of Directors at a meeting duly called and held on July 9, 1997, as follows: ARTICLE IV SECTION 7, The President or any Vice President or Assistant Vice.President. acting with any Secretary or Assistant Secretary shall have power and authority to sign and execute and attach the seal of the Company to bonds and undertakings. recongnizances, contracts of indemnity and other writings obligatory in the nature thereof, and such instruments so signed and executed, with or without the common seal. shall be valid and binding upon the Company, SECTION 8, The President or any Vice-President or any Assistant Vice President acting with any Secretary or Assistant Secretary, shall have power and authority to appoint. for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more resident Vice Presidents, resident Assistant Secretaries and Attorneys.in-Fact and at any time to remove any such resident Vice-President, resident Assistant Secretary. or Attorney-In-Fact. and revoke the power and authority given to him, Resolved, that the sIgnatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by faCSimile, and any such power of attorney or certificate beanng such faCSimile sIgnatures or faCSimile seal shall be valid and binding upon the Compa~y and any such power so~,( "/. executed and certified by faCSimile signatures and faCSimile seal shall be valid and bindIng upon the Company In the future WIth respect to any bonp:or und~rtaking to which l,t.!S . ~ attached, ." . ' , . /. '~ ~. - ~ In Witness Whereof. HARTFORD FIRE INSURANCE COMPANY has caused these presents to be sjgned by its Assistant Vice r'~ President. and its corporate seal to be hereto affixed. duly attested by its Secretary. this 15th day of September, 1997, " ' e Attest: HARTFORD FIRE INSURANCE COMPANY ;;; ~ ~ (j~' Jig ~ \ ....., ~ ~ - ~ ~~ -"'"\,~" . ~~ $ ~. ,'\ ~-$' John F, Burke. Assistant Vice President _'. __,.._..._:)'\~ On this 15th day of September. AD, 1997. before me personally came John F, Burke. to me known. who being by me duly sworn. did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice-President of HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. ..... it. i~ · IIu8uC . CERTIFICATE I. the undersigned. Secretary of HARTFORD FIRE INSURANCE COMPANY. a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore. that Article IV, Sections 7 and 8 of the By-Laws of HARTFORD FIRE INSURANCE COMPANY. set forth in the Power of Attorney, are now in force, Signed and sealed at the City of Hartford, Datedthe o?0~ daYOfSep~..;"" 1991 ,;l FL! L W l ~ '" '" ~ .~ 15,r. ~tf)L d.~~ Richard A Hermanson. Secretary STATE OF CONNECTICUT} 55. COUNlY OF HARTFORD STATE OF CONNECTICUT} 55. COUNlY OF HARTFORD Form S-3507-9 (HF) Printed in U,S,A, JL ~~:~ N ota>y Public My Commis,ion Expire, June 30, 1999 '0'//~ ~<... r rr./ ...- --::- ,* ~ ~ ~ Robert L Post, Secretary ~ -.. .... .:::- '...... - ~ .. .... _..- ~ :-..,.... _.<0 " Sep. 29, 13 :07 EDT by: ACCCarolyn Johnstone (13:09) Pa~e 2 of 2 ., :::'~""::::llnIRjl.TE:::::.r::.lllinlr::UIIIB.I::::::::::::::::::::::::::::::;:;::"'DA1ii.tii~....::: .. .... . ... .... .... . ....... .. .... .... ... . . .. .................... .. t...........,.............................~....~~~~::,.:~:;:;,;:;:;:;::,;::,J:.::~~:,;,;,{:,:,;,;:::.:::;,::;::,t::~~;:.:;:;Ii,.:~:;,;:;,;::::t~~:.,::~:::::;::::::,~::,;,::::.......::::..,;~~..}t...{~~t.!...;........ , ,::..:: .':'.';;.'. :",;"::",:",,,;,,:: :.;.......}ttt~:~rt~~~~~~~~~~~ 10 / 0 1/9 8 ~~~ PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA11ON YATES INSURANCE AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIRCATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDm BY THE POUClES BELOW. DRAWER 95806 COMPANIES AFfORDING COVERAGE ATLANTA GA 30347 COMPANY A BITUMINOUS CASUALTY CO IISUIlED COMPANY GREGORY BRIDGE CO B COMPANY BOX 3355 C EATONTON GA 31024-3355 COMPANY I D .:.:.:.:.:.:.:.:.:.:.:::::.J~~~~~~~:~~~~~~~~~~~~~~~~~~~~;~;~~~~~~~;~;~~~;~~~;~;~~;~:~;;;~~;~~~~:;;~;~~~~~~;~;~;~;~;~;~;~;~;~;t~;;;~;~;;;~;I;~~~~;;:~~~~~~;~~~;~;~~~;~;~;~~~;~~~;~;~;~;~;:;~;~;~~:~~~~~~~;~;~;~~~;~~~;~;~;~;~;~;~;~;I;;;I;:;~;~;;;i~~~~~~~t~~~~m~~~~~~~~~~f~~~~;~~~~~;~i;~;i~~~i~~~~~~~~~~~~~~~~~i;i~~~i~~~~~~~~~i~~~~;~~~~~~~~~~~~~~~~~~~~~~;~;~~~~~~~~t~~~~~~;~~~~m~ THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POlIC1ES. LIMITS 'SHOWN MAY HAve BEEN REDUCeD BY PAID CLAIMS. co TYPE OF INSURANCE POLICY NlJII8ER POLICY ER'ECIMi POLICY EXPIRATION LIIII'S LTR DA'IlI (lll1UlDIYY) DATIl (IIIIIDOIVY) 1\ QSlERAL LIAIIIU1Y CLP3029068 7/01/98 7/01/99 GENERAL AOGREOATE .2 , 000, 000 - ill COMMERCIAL GENERAl UABLITV PRODUCTS - COMP/OP AGO .2 , 00 0 , 0 0 0 :=J CI.AIMS MADE 00 OCCUR PERSONAL a NJV rolJUJW d, 000, 000 OWNER'S a OONTRACTOR'S PROT EACH OCClJRRENCE d,OOO,OOO - 100,000 - FIRE DAMAOE(Any lQ fire) . MED EXP (Any one pel8OIl) $ 5, 000 ~ AUTCllOIIlLlt LIABILITY CAP2540125 7/01/98 7/01/99 1, 000, 000 -'- OOMBlNED SINGLE UMlT . 1l ANY AUTO - All OWNED AUTOS IlOOI~Y INJURY ~LED AUTOS (Per pelIICIn) . - X HIRED AUTOS BOIll1. Y INJURY - $ 1l NC)N.()WNB) AUTOS (Per accld9r1j PROPERlY DAMAGE $ ~oe UAIWT1' AUTO OHL Y ." EA ACaDENT ~ - ANY AUTO OlliER TWIN AUTO OM. Y': EACH ACCmENT . AGGREGATE: . ~ DCIiSS LlABIUIY CUP2520421 7/01/98 7/01/99 EACH OCCURRENCE .1 , 000,000 ~~~LA FOAM AGGREGATE .1 , 0 0 0 , 0 0 0 0THalll1AN UMBRELlA fORM . ~ WORKERS COIIPlHSAllON AND WC3019518 1/01/98 1/01/99 X.I~l~\ ER EllJ'LOVER8' UASIUTY 100,000 ~=- a EACH ACCIDENT . THE PROPRIETOR! a lllSEAS6f'OUCY UMIT . 500, 000 PARTNERM:XECVT1VE 0FRCEfiS JII'lE a llIllEA86Q EMPLOYEE . 100,000 OIHER DeSCIUPIION OF 0I'1!RA1l0llSlLOCATIONSlV&HlCU!SlSI'l!ClAL IftIIS JOB: WILLIS FOREMAN ROAD AT HORSEPEN BRANCH ;gm~mjj~~~@?~~"tjjjjj~jtjjiJJ~I~jtjjtj:~t;j:jjtIjjj:~j:jj:~~tjjt~jjj~~~~jjtj~j~tj:jt;tJ!~tjjfj~~jjjjfffjjtfi:~jjjttj~~t~~t~~~~~r~~j%t~jtt~~t~~~~~jt~j~~~~~~t~~~~~i~~!!!~tt~~~~~tt~ SHOULD lIHf tI' ". ABO\/e IlE9CRIBED POLICIES Ill! CANCELLED 8EFOIII! ftGl AUGUSTA-RICHMOND COUNTY UPIlAllON DAB 1tlERaOF, nE ISSUIItCI CCIIPAHY WILL IlHIlllAVOR TO IIAIL PUBLIC WORKS DEPARTMENT lL DAYS WRIT1EII NOT1C6 TO TIlE CERTlACATI! HOLDER NAIlED TO nE LEFT, BUT PAlLURE TO IIAIL SUCH NOTICa SHALL lIIPOSe 110 OBLIGATION OR UABlLJrY OF ANY KINJ) UPON 1HIi COMI!AIn: lIS AGENI'8 OR R&PII1l8&Hr"11V1i8. AlIIMOIUZED IlEPRESlUITAlWB I ~ . d.- ~ /J-~ I EMMETT H HALL ., ... V c :: '.' :...... ..:::~:::U~:::::::::::j:::::~:~:~:::::~:::::~:~:~:::~:~:~:!:~:~:~:~:::::::::::~:~:::j:j::;!;~:j:::~:!:::~:::;::;::~:~:::::::::::::::::::::::!:~:::::::~:~:::;:::::::;::::::::::::::::;::~::;t::~:::::::::~:::~:j:::;:;::::::::::::::::;::::::::::::~:~:::::::::;:::~.A~:::;""" , . , : . ....:.. "8:::~j '" S e p.2 9, 13: 07 EDT by: ACCCarolyn Johnstone (13:09) Page 2 of 2 ., ;;:'~"";:::IIRmlllcill:::::.r::mII1El_::::lNIIII.I:::::::::::::::::::::::::::::::::::"'OAft'cM"iDOiYY,"";:: ,'.' ..... . . . . . ..' ,",.. ....... . ........ ,', . .'. ....... ...... . . " .. .' ',', . ................~.................... u ,', J,"',.,.,..,..,',.".,.,.,"',.,',..,.....~.,..:I::.:~:::::::::::;::::::::l::t::::::;::::::::.:~:.:::;:;:;:)::::t.::..:~~t::::~:::::::::::Jt.:.:~:::::;:::::::~:.:.:.::;...., ::::...J}~~:...:tt..~...:....... . ,::,,:: .':'.'::.'. : ..:..::...:.....:..:: :.;.,.... .r~~rJ:t~~t~~t~~~~ 1 0 / 0 1 / 9 8 ~~~ PROOIIaR THIS CERTIFICATE IS ISSUED AS A MAlTER OF IHFORMAnoH YATES INSURANCE AGENCY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIACATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DRAWER 95806 COMPANIES AFfORDING COVERAOE ATLANTA GA 30347 COMPANY A BITUMINOUS CASUALTY CO ICSURED COMPANY GREGORY BRIDGE CO B COMPANY BOX 3355 C EATONTON GA 31024-3355 COMPANY I D THIS IS TO CERTIfY THAT THE POUClES OF INSURANCE LISTED BElOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD IN~TED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONorrlON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NlIIIBEIl POLICY I!fFllCJIVE !J>clUCY EXPIRATION LUITS LTR DATIl (lIIUIO/YYl DATIl (IU'/DIIIOI !\ ~RAL UA8Il.m" CLP3029068 7701198 7/01199 GENERAL AGGREGATE $2 , 000,000 W COMMERCIAl. GENERAl. UASLITV PRODUCTS - COMPIOP AGO $2 , 000 , 000 ~ ClJ.IMS MADE lKl OCCUR PERSONAl. & N1V t/JURY $1. 000, 000 OWNER'S & OONTRACTOR'8 PROT EACH OCCURRENCE $1 , 000.000 - l-- FIlE DAMAGE (Any one 11191 $ 100.000 MEO EXP (Any one PMMl $ 5 , 000 ~ ~OUCllllU!. LIABILITY CAP2540125 7/01198 7/01/99 1 , 000 , 000 ~ OOMBlNEO SlNOlJ: UMIT $ ANY AUTO f-- All. OWNEO AUTOS BODILY INJURY SCHEDULED AUTOS (PIIr PMO") $ I--- c!- HIRED AUTOS BODILY It<UJRY ~ ~wr.ED AUTOS (PIIr accldllrtj . fIROPER"rt DAMAGE . ~RAoa UA8&JTY AUTO ONLY. EA ACCIDENT $ ANY AUTO OlliER TlW4 AUTO ON!. ~ f;:;:;:;:;::::';::';-; - EACH ACCIDENT . AOOREGArf $ '\ IlXCliSS UAIIIUTY CUP2520421 1/01198 7/01/99 EACH OCCURRENCE .1 , 000, 000 rxiUMBIU:lLAFOfIM AOOREBATE .1 . 000 000 OTHER TlW4 UMBRELLA FORM $ f\ WORKERS COIiIPlHSAllOH AND WC3019518 1/01198 1/01/99 X I TORY uM.m I IER EJlflI.OYERa' UABlUTY lOa, 000 a EACH ACCIDENT . THE PROPRIETOR! ~~ a. IllSEAS6fIOUCY UMlT $ 500 000 P/lRTNERllJEXECUTI\IE , OFFICERS ARE: EXet. a. IlI8EA86C\ EMPlOYEE . 100 , 000 otMER DI!.9CftP'I1ON 01' o.lRATlOI8A.OCATION9IWHICLUiSNCIAL mus JOB: WILLIS FOREMAN ROAD AT HORSEPEN BRANCH ~~~~.~J@M?~it.ttt~:1!it!!!1t~1:1!t!!1:t1!1}:~:~~~:1:t1:1:!!1:1tI~1!t1!1!1:1:1:1:~:1t:~!:1:1t1~1t!::!~mmt!~1:t1~1}!1i1iiiH1~:!tttt~:t!n~~!!~~nt~t~:}~:~~~~~!~~}!tt1:1t~:i1!~~ii!t~tt1!t1! 8HOULD JHf 01' "* ABOVE DElICRIIIEO POLICIES lIE CANCELLED III!I'ORI! THI AUGUSTA-RICHMOND COUNTY IlCPllAllOH DATIl nmRlOf, TIE ISSUIIICl COIIPAHY WILL llHDl1AVOR TO MAIL PUBLIC WORKS DEPARTMENT lJL IlllYS WRI11EH MOnca TO TIE CERnFICATE ItOUlER NAMED TO THE LEFT, BUT ~"IWRI TO IIAIL SUCH NOTIce SttALL IlIP<lSl. 110 08UQAl1011 OR LIABILITY 01' ANY KIND UPON nG ~._.- ITS AnJ:,"", OR REPRIi.SIiHTATlY'S. . ALIIMORIZID RiPRliSIlNTAlIVll. t:. c:c:IL..- ~ #~ I EMMETT H HALL ' .. 'V C :y~~.,.,~~~~~~~~~1~~~{~~tttt~~~~~ii~*~~~t~~~~ii~~1~~~~~~~iiii~~~t~~~~~ii~~~~~~r'~y......,~~..,.,."':'y~:"~~~~ ',- '. SUPPLEMENTARY CONDITIONS 1.1 OWNER'S LIABILITY & PROPERTY INSURANCE: Section 5.5, 5.6, 5.7, 5.8, 5.9, 5.10 of the General Conditions shall be amended as follows: No additional liability or property insurance will be purchased by Augusta-Richmond County for this project. Current insurance coverages will remain in effect for the life of this Contract. 1.2 CONTRACTOR'S LIABILITY: As indicated under Section 5.3 of the General Conditions, the Contractor's Liability Insurance shall be in an amount not less than $200,000 for injuries, including accidental death, .to anyone person, and subject to the same limit for each person, in an amount not less than $500,000 on account of one accident, and Contractor's Property Damage Insurance in an amount not less than $100,000 for all property damage sustained by anyone person in anyone accident; and a limit of liability of not less than $200,000 for any such damage sustained by two or more persons in anyone accident. The Contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Liability and Property Damage Insurance of the type and in the same amounts as specified in the preceding paragraph, or (2) insure the activities of his subcontractors in his own policy. 1.3 SPECIAL HAZARDS: The Contractor's and his Subcontractor's Liability and property Damage Insurance shall provide adequate protection against the following special hazards: (a) Work wi thin the right-of-ways of the Augusta-Richmond County Road System. (b) Work within easements granted by property owners in connection with the construction of the project. (c) Work in close proximity to existing water lines, power lines, telephone lines, gas lines, other utilities and private structures contiguous to the job site. SC-l " .' 1.4 TESTING LABORATORY: All testing and laboratory work in connection therewith shall be performed by an independent firm and paid for by the contractor. Copies of all test reports shall be forwarded to Augusta-Richmond County PUblic Works. There will be no separate payment for this work. 1.5 SURVEYS: The Contractor will provide surveying for construction staking, horizontal control and vertical control as necessary. 1.6 PROGRESS PAYMENT: Section 14.2 of the General Conditions shall be amended as follows: The contractor may submit monthly estimate for work completed and materials properly stored as approved by the Engineer. When an estimate includes materials stored, a bill of sale, invoice or other documentation warranting that the Owner is receiving the material free and clear of all liens, charges, security interest and other encumbrances shall be attached to the payment request. 1.7 ENGINEER: All references to "Engineer" shall be interpreted to mean the Augusta-Richmond County Engineer, or his official designee. 1.8 UNDERGROUND UTILITIES: (References 4.3, 1.4, 3.2) The Contractor shall coordinate with all utility companies through the "one call" method or other appropriate steps to locate and avoid damage to all utilities that may affect or be affected by the Contractor's work. 1.9 SAFETY: (Reference 6.20) The Contractor shall use certified flagmen, barricades and signs as necessary to notify the public, in particular those persons driving in the vicinity of the project, of the construction and its affect on traffic. SC-2 :i~i~~~~~~:~ ' :. ~~;~~yi ~~ SECTION P PROPOSAL Date: 9-25'- f! Gentlemen: In compliance with your invitation for bids dated ~~J/~ , ~9 9~, the undersigned hereby proposes to furnish ali labor, equipment, and materials, and to perform all work for the installation of streets, and appurtenances referred to herein as: willis Foreman Road @ Horsepen Branch Emergency Repairs Double 6' x 4' Concrete Box Culvert in strict accordance with the Contract' consideration of the amounts shown on attached hereto and totaling: ..sR~ t7;iGt:~/ 0//10,-15" , Documents and in the Bid Schedule =-- DOLLARS ($ The undersigned hereby agrees that, upon written acceptance of this bid, he will within ~o days of receipt of such notice execute a formal contract agreement with the OWNER, and that he will provide the bond or guarantees required by the Contract Documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within ~o calendar days after the date of written notice to proceed, and that he will complete the work within ~ calendar days. The undersigned acknowledges receipt of the following addenda: Respectfully Submitted &J"~f()"o/' &'4~ ~. (Name of tirm) t:fb.! tU- fl; 6;/"-'4, C4 3/0 z4- (BUsines:rJ~?dreSS) 0 By: ~jY...4!l- Ti tIe: f}t,lch P-l iv' WILLIS FOREMAN ROAD @ HORSEPEN BRANCH EMERGENCY REPAIRS DOUBLE 6' x 4' CONCRETE BOX CULVERT ,~-~~.- --~- ---- --,- .~-~ ----"'""=" ~- -- --- OPTION NO.1 (80 CALENDAR DAYS) 9/16/98 "'..... .' ...., ......:::: 2!:ii!..i...m.!..::.~!,.,jf::jjmii~i,;~;;'.ill'.-;: ,._!!;ij:';':!:'i...I,;";~;:~..i.jl ;',_~[~'!;":.1t.'~iiii~...~,':;:'~~i :;l:r~!1::W~::: :::::::::i:::::::::::::::::P~'~~~:~~~mf:R~~~9ir;i~i:~~!~~:{:::::: !>~!~:~~I!/( H:$~!~:: :!::!:::>m~~:~~m: ::::::f~~g~~iM;~~i1 171-0010 TEMP,SILTFENCE,TYPEA LF 200 4,PtJ .f4J().0{7 207-0203 BACKFILL MATERIAL, TYPE 2 C, YD. 50 19. 00 2,~>~. at::) "230-1000 LUMP SUM CONSTRUCTION LUMP 1 ZJ 9 ~.. DO 2~ 000. &:10 303-0168 SANDCLAY BASE, 8", TYPE B S, YD. 200 ~~. 0 0 /,6 Od/. 00 402-0011 ASPH,CONCRETE"B",INCLBITUMMATL TON' 40 47.()Q I.R?~ "0 402-0016 ASPH. CONCRETE "H", INCL BITUM MATL TON 25 ~Z.po I,I.!";." t:1 413-1000 BITUM TACK COAT GAL 50 ..{", 00 ~. Pf) 500-3101 CLASS A CONCRETE (BOX CULVERT) C,YD. 72 4J~.oo :14,qZ.f).DO 511-1000 BAR REINF, STEEL LB, 7200 i I) 5 7~o. 00 641-1200 GUARDRAIL, TYPE W LF 460 It). 90 S OJ./.. 1)(;) 641-5001 GUARDRAIL, ANCHORAGE, TYPE 1 EACH 2 ~S".r. 00 9/t:? PO 641-5012 GUARDRAIL ANCHORAGE, TYPE 12 EACH 2 ~{,4S: u ~Z.9". PO TOTAL -# %',4~4 010 .. LUMP SUM CONSTRUCTION includes, but is not limited to all construction layout, removals, disposals, excavation, borrow, backfilling box culvert, grassing, etc. and any work not covered by a specific pay item. .M.QTI;,: The contractor may use the existing 66" C.M. pipe to divert the stream during construction. Once the contractor has no further use for the 66" pipe he shall deliver the pipe to the Augusta-Richmond County Maintenance Facility on Tobacco Road. Prior arrangements for such delivery shall be coor- dinated with the maintenance facility by calling (706) 790-7062. ..... Bidders must bid all three (3) 'options. Signed: ~J iLL j -/hd,J Company Official P-2 .....~ ~_. ..-....:: .;'.., - ". -. ~ l~~~i!~;:j'- '~~~7ff ~~~-P~~ ~-~~ ~.......'~~ WILLIS FOREMAN ROAD @ HORSEPEN BRANCH EMERGENCY REPAIRS DOUBLE 6' x 4' CONCRETE BOX CULVERT -~ OPTION NO.2 (30 CALENDAR DAYS) 9/16/98 11.1. :~.....t(). j!,b~~g. ~i~fIJ~.i!.~i;ii,.f.@;i.,.,:~i!i!r'6~.~..'~m; iii,li,! !!.i!~u. ~71:! ~..li:A.:'~. ~'a~.~.~.[~.f.; :>:::::::::::::>::: :~:; ':-: <:>>: ':-:< y': <':',.,',. ,..' ': '::>'" i): ':"" :;i:~;~~:i:;:>:;~i:~i:;':<' )::::.' <:/::~;j{: :\!i;' ':i:::i:::!::: :<.:;:' )::ii:::::T~~:::?: ': tt\>f:i:-~L:>~j!(~E~:i 171-0010 TEMP, SILT FENCE, TYPE A LF 200 4.00 .foo. 00 207.-0203 BACKFILL MATERIAL, TYPE 2 C. YD. 50 49.00 2.4!{o 00 0230-1000 LUMP SUM CONSTRUCTION LUMP 1 35.000.00 3S 000.0.. ~ 303-0168 SANDCLAY BASE. 8", TYPE B S. YD. -200 tf.OfJ 1,6411'.00 402-0011 ASPH. CONCRETE "B", INCL. BITUM MATL. TON 40 47. PO I. J'J'(). 00 402-0016 ASPH. CONCRETE "H", INCL. BITUM MATL. TON 25 (, t. 00 j S-So. p () 413-1000 BITUM TACK COAT GAL 50 s: 00 Z5"t!). Po 500-3101 CLASS A CONCRETE (BOX CULVERT) 0.. C. YO, 72 49l.00 3~4Z4. 00 511-1000 BAR REINF. STEEL LB. 7200 .Jo 5:760.00 641-1200 GUARDRAIL. TYPE W LF 460 IR.t?O ~()14. 00 641-5001 GUARDRAIL, ANCHORAGE. TYPE 1 EACH 2 %S': 00 9/0.00 641-5012 GUARDRAIL ANCHORAGE, TYPE 12 EACH 2 /. 04,5: o() .;; Z9p. PO I OPTION NO.2 1/ TOTAL "';C;.3, 9Z,f.oo I * LUMP SUM CONSTRUCTION includes, but is not limited to all construction layout, removals, disposals, excavation, borrow, backfilling box culvert, grassing, etc. and any work not covered by a specific pay item. ~: The contractor may use the existing 66" C.M. pipe to divert the stream during construction. Once the contractor has no further use for the 66" pipe he shall deliver the pipe to the Augusta-Richmond County Maintenance Facility on Tobacco Road. Prior arrangements for such delivery shall be coor- dinated with the maintenance facility by calling (706) 790-7062. - Bidders must bid all three (3) options. *- High early strength concrete. Contract major items must be completed in 30 Calendar Days. Signed: rjJ dua.J, fhjJ Company Official P-3 WILLIS FOREMAN ROAD @ HORSEPEN BRANCH EMERGENCY REPAI~S DOUBLE 6' x 4' CONCRETE BOX CULVERT ,;;-n=-~~~~~ ~ OPTION NO.3 DETOUR-LUMP SUM (30 CALENDAR DAYS) DETOUR- LUMP SUM CONSTRUCTION includes, but is not limited to all construction layout, clear and grubbing. removals, disposals, excavation. borrow, grassing, etc. and any work not covered by a specific pay'item. This work basically includes Construct, Maintain and Remove detour. Also restoration of grass, etc. and approximately 630 L.F. of Type C Silt Fence. - Bidders must bid all three (3) options. OPTION NO.3 DETOUR-LUMP SUM TOTAL - alllJ Signed: P-4 -, z :c: -~ '" III ~I ~ ---L "1. "1. o C1l b o I III . UI ~ g e -< III > III a c ~ g ;0 2: r- o o 8 I ...... ,., ~ , ",~LS 01'" q<-l r; II) fI' o o I o o C lD r fT1 0> x' 01>- "'(") 00 gZ ,.,(") a:;o ~fT1 l:1iT! lD o X (") C r ;;;j :;0 -l CD o 8 I ~ C1l III > ~ o .., ~ ~ ~ ,., -4 d III ~ o .., ~ ~ ~ ~ C7I o i1). a ~ a :2 ~ e ~ -4 ;;) . ~ ,., '" III ~ :!] F c.. o '" o - o o - o ~ ~ '7S-/ --f -< -0 - o )> r (f) rrl o ::j o z ~ r C (J) " o :;0 rr1 s:: )> z :;0 o )> o )> -i :I: o :;0 (/) f"T1 -0 f"T1 Z CD ;0 )> Z (") :I: Z o -l d CIl (") > r fTl Z o iT! Y.> ~ (') ;-' -0> 0 VI ~ F ~ ~ o :;0" )>~ !; > VI> -< . r!2 fT1 0 c z z 0 3:: P =I -l -0 :;0 VI CIl ~ fTl ~ C:;o :;0 Z 3::;0 00 (") 0 > > O:E 0:;0 . :E 0 ZfT1 > VI ~-l -< t>.) :;0 f> ....... t.I C t>.) t>.) (") Z 01 01 =I ~ ?{ > OfTl 0 Z :Z:VI 00 CIl -...:; > t>.) :;0 ~ t.I -< -l ~ -l :r . o --' (") 0 o Z - VI g- ~ "- C !Il ~ ':c: C') > C VI ,.. -0 :;0 :r o > :;0 r > -l - (") r 0 V> Z :r (") > :;0 r fT1 r iT! lD fTl . :r . . ~ III .!. " "..- 0'" 0'" 'V..'O i1' ~"v~.)< x LM-/ .' '-. Updated September 10,. 1998 GENERAL NOTES COMPACTION: All compaction shall be as defined in the current edition of Georgia Department of Transportation Specifications. Special attention shall be given to the backfill of minor structures (pipe, box culverts, manholes, catch basins, drop inlets, etc.). Compaction shall be achieved using approved tamps and soil layers of approximately 6 inches (loose measure) and in accordance with Georgia Department of Transportation Standards 1030-D and 1401. Backfilling operations of this nature shall not begin until the Contractor has on hand all equipment in good working condition, and competent operators. The backfilling of pipe and other minor structures shall be in accordance with Georgia Department of Transportation Standard Specifications, Current Edition. Backfilling with sand using jetting and/or flooding will not be allowed in any case without the written permission of the Engineer. CONCRETE: The Contractor shall have a slump cone on the project at all times when concrete is being placed. He shall, in the Engineer's presence, perform slump tests as directed by the Engineer. Tests shall be performed by qualified personnel with a properly cleaned slump cone. Allowable slumps are 2" minimum and 4" maximum. Class "A" concrete shall have a minimum of 611 lbs. cement per cubic yard. Class "B" concrete shall have a minimum of 470 lbs. cement per cubic yard. Concrete not meeting these requirements will be rejected by the Engineer. CONSTRUCTION: At locations where new pavement is to be placed adjacent to existing pavement without an overlay or where curbing is to be placed across paved parking lots, a joint shall be sawed on a line to ensure pavement removal to be neat. Only those joints sawed in concrete pavement will be paid for under the pay item - Sawed Joints...Per Linear Foot when shown in the contract as a specific pay item. The Contractor shall provide borrow and/or waste pits for this project. All pits acquired for use on this project shall be reclaimed in accordance with Section 160 of the Standard Specifications. The Contractor's attention is directed to Subsection 107.23 of the Specifications. All storm drain pipe, side drain pipe, pipe culvert wingwalls, G-l " .' " steps, retaining walls, curbs and gutters, headwalls, all types of pavement, wooden structures, except those specifically shown as a removal pay item shall be removed as Clearing and Grubbihg, Grading Complete, Grading Per Mile or Lump Sum Construction. All miscellaneous construction details shall be in accordance with Georgia Standard 9031-H. CONSTRUCTION LAYOUT: No fields surveys have been done on this project. The Contractor will establish the centerline to conform to the existing right-of-,way. See Section 149 of the Standard specifications. There will be no separate payment for construction layout. DESIGN ALTERATIONS: The Commission-council recognizes that various changes in design may be made as the project progresses. Any requests for additional payment will be processed based on actual work in place and the unit prices submitted as a part of this bid. Items not covered in this bid shall be priced separately and no work shall be done on these items until approved, in writing, by the Engineer. EROSION AND SEDIMENT CONTROL: The Contractor shall be responsible for all soil erosion and sediment control practices. All on-site erosion control shall comply with local Augusta-Richmond County erosion and sediment control ordinances. The cost of this work shall be included in the cost of the project unless shown as a separate pay item. EXCESS MATERIAL: All excess material is to be disposed of as directed by the Engineer or as noted in Subsection 107.23 of the Specifications and page PPA-l of this contract. FINISHING AND DRESSING: All unpaved arid natural areas which are disturbed by the construction of this project are to be returned to the pre- existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. FLAGGING: G-2 ., ~ " Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special Provisions, and as required by the Engineer. All flaggers shall meet the requirement of part 6F of the MUTCD and must have received training and a certificate upon completion of the training from a Department approved training program. Failure to provide certified flaggers as required above shall be reason for the Engineer suspending work involving the flagger(s) until the Contractor provides the certIfied flagger(s). Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or jaCket, and shall use a Stop/Slow paddle meeting the requirements of Section 6F-2 of the MUTCD for controlling traffic. The Stop/Slow paddle shall have a shaft length of seven (7) feet minimum. In addition to the stop/Slow paddle, a flagger may use a 24 inches square red/orange flag as an additional device to attract attention. For night work, the vest shall have reflectorized stripes on front and back. Signs for flagger traffic control shall be placed in advance of the flagging operation in accordance with the MUTCD. In addition to the signs required by the MUTCD, signs at regular intervals, warning of the presence of the flagger shall be placed beyond the point where traffic can reasonably be expected to stop under the most severe conditions for that day's work. FOUNDATION BACKFILL MATERIAL, TYPE I: Foundation Backfill Material Type I shall conform to Georgia Standard 1030-D and Section 207 of the Standard Specifications. No separate payment will be made for this material or its placement. FOUNDATION BACKFILL MATERIAL, TYPE II: Foundation Backfill Material, Type II shall conform to Georgia Standard 1030-0 and Section 207 of the Standard Specifications and shall be used in wet/unstable conditions as directed by the Engineer. It shall also be used beneath all concrete box culverts. Quantities shall be measured for payment in accordance with Georgia Standard 1030-C or as directed by the Engineer. Payment shall be per cubic yard unless otherwise specified in the contract. GRADES: Grades may be field-adjusted with the approval of the Engineer to provide for best drainage. GRADING: In contracts where grading, including excavation for drainage structures, is accomplished under Section 210 (Grading G-3 Complete or Grading Per Mile) or Section 230 (Lump Sum Construction) the Lump Sum amount bid will include all work necessary to obtain the line, grade and compaction in accordance with ~he Specifications and other contract documents. There will be no separate payment for any work of this nature including borrow and the removal of unsuitable and/or unstable material. However, the Contractor shall make whatever investigations he deems necessary to determine the extent of any borrow or removal necessary to meet contract requirements. If it develops that removal of unsuitable/unstable materials quantities could not have been predicted by the Contractor from a reasonably thorough investigation of project conditions, the Contractor may request negotiation for payment for excavation of this nature in areas where the depth exceeds three (3) feet below subgrade. The Owner will consider negotiation only when this type of removal is excessive and the Contractor provides evidence that he thoroughly investigated project conditions prior to entering his bid. Only those quantities in excess of three (3) feet below finished subgrade and/or normal excavation for drainage structures, ordered by the Engineer, will be considered for payment. GRASSING AND EROSION CONTROL: The Contractor shall bid on grassing, lump sum, and it shall be his responsibility to determine the actual area to be grassed. No claims will be considered for extra compensation if the Contractor relies on plan information to prepare his bid. All slope areas are to be grassed unless shown otherwise on plans. Temporary grass is required if permanent grass season is out. The Contractor shall be responsible for all soil erosion and sediment control 'practices including Temporary Grassing, Temporary Mulch and other temporary measures. All on-site erosion control shall comply with local erosion and sediment control ordinances. The cost of this work shall be included in the cost of the project unless shown as a separate pay item. All unpaved and natural areas which are disturbed by the construction of this project are to be returned to the pre- existing shape and slope and then finished and dressed. No separate payment will be made for grassing, fertilizing and mulching of disturbed areas, unless specifically shown as a pay item. Discontinued roads or other areas inside or outside the project construction limits, but within the existing or required right-of-way, shall be obliterated and restored as nearly as possible to the original contour of the ground (See Section 205 of the Standard Specifications). No separate payment will be made for this work. Where item number 700-6001 is shown as a pay item Georgia G-4 Department of Transportation specifications are modified to provide that the lump sum price bid shall be full payment for all fertilizer, lime and nitrogen. No separate measurement for payment will be made for any work or materials required to accomplish a stand of permanent grass. INFESTATION: The entire project is considered to be within the limits of an insect infested area. The Contractor's attention is called to the following sections of the Standard Specifications: (A) 155 Insect Control (B) 893 Miscellaneous Planting Materials. INSPECTION: This project will be inspected by the Engineer or his Representative. REMOVING AND RESETTING OF OBSTRUCTIONS: It shall be the Contractor's responsibility to remove and reset any and all obstructions such as fences, signs, concrete or brick planters, steps, walkways, brick or concrete entrance columns, etc. which are in conflict with construction and are responsible for the security of pets and/or personal property through the use of temporary fence if necessary. No separate payment will be made'for this work except when shown as a separate pay item. RIGHT-OF-WAY AND EASEMENTS: The Contractor shall not perform any work outside the limits of the right-of-way or easements. In addition, no equipment or material shall be placed outside these areas without written permission of both the property owner and the Engineer. In the event that the Contractor elects to utilize private property for any purpose connected with the project ~uch as, but not limited to, staging areas, equipment and/or material storage or simply as a convenience, he shall submit a written agreement to the Engineer containing vital information such as limits of both area and time the property is to be utilized and a description of the intended use. The agreement must be signed by both the property owner and the Contractor and will be reviewed and recorded by the Engineer. Such agreements must be submitted prior to the Contractor's use of the property. SALVAGEABLE MATERIAL: As directed by the Engineer or his Representative, all salvageable materials, such as drainage pipe, which require removing but are not to be used on this project, are to be stored within the right-of-way by the Contractor. These materials shall be picked up and transported by Augusta- Richmond County forces. G-5 t" :;. "'j ,. .' SAW CUTS: When matching existing conditions, saw cuts shall be used as required by Augusta-Richmond County ~ Only saw cuts in Portland Cement Concrete which are shown as contract pay items will be paid for separately. No saw cuts in asphaltic concrete will be paid for separately. SHOULDER WORK: All necessary cleaning of the existing pavement including clipping of shoulders required prior to resurfacing shall be the responsibility' of the Contractor. The material displaced shall be removed, lowered or spread over the shoulder to an elevation and slope which will provide adequate drainage. The cost of such work shall be included in the prices bid for other items SPECIFICATIONS: This project is based upon, and shall be constructed in accordance with, the State of Georgia Department of Transportation Standard Specifications for Construction of Roads and Bridges, current Edition and any supplements thereto. All of these specifications shall be considered as though fully contained herein. In cases where conflicts arise within these specifications, they will be revised to resolve such conflict. Until the conflict is resolved, the interpretation of the Engineer shall control the situation. SUBCONTRACTORS: The Contractor shall furnish the official name of all firms he proposes to use as Subcontractors in the work. This information should be furnished at the Preconstruction Conference. However, no work shall be done on ,this project by a Subcontractor until the Contractor receives written approval of his Subcontractor (s) from the Engineer. The Engineer shall notify the contractor, in writing wi thin 1.0 calendar days whether or not approval of the Subcontractor(s) is granted. the Contractor shall send copies of all proposed Subcontractors, including the company name, description of work to be done, phone number an~ contact person for each Subcontractor to Ms. Brenda Byrd-Pelaez at the following address: . Ms. Brenda Byrd-Pelaez, Room 211 Municipal Building, 530 Greene Street, Augusta, Georgia 30911. TESTING OF THE WORK: The Contractor shall employ a qualified materials testing laboratory to monitor more fully the quality of materials and work and to perform such tests as may be required under the contract documents as conditions for acceptance of materials and work. THE ENGINEER MAY ORDER TESTING AT ANY TIME HE DEEMS PROPER TO CONTROL THE QUALITY OF THE WORK. Concrete compressive strength tests are required on this G-6 ,I' . ~ ., .. project (see Section 500 of Transportation Specifications). where necessary. the Georgia Department of Other tests may be required All test results are to be submitted to the Engineer. No separate payment will be made for employing the testing laboratory or any required tests. On projects that include asphaltic concrete, cores shall be cut in the asphaltic concrete at random locations, selected by the Engineer, to verify thicknesses. A minimum of three (3) cores per mile or three (3) cores per project, whichever is greater, shail be cut by the Contractor. If all thicknesses are satisfactory, in accordance with Section 400 of the Department of Transportation Specifications, no further cores will be required. If cores indicate an unsatisfactory thickness, additional cores, as determined by the Engineer and at locations of the Engineer's choosing, shall be cut to determine the extent of the unsatisfactory thickness. Corrections as shown in Section 400 of the Department of Transportation Specifications shall be made where required. There will be no separate payment for cutting cores, filling core holes or corrective work. Payment shall be included in the price bid for asphaltic concrete items or in the overall bid price of the contract. TRAFFIC CONTROL: The Contractor shall provide construction signs in accordance wi th requirements of "Manual on Uniform Traffic Control Devices for Streets and Highways", current edition with added supplements and special provisions. The attention of the Contractor is specifically directed to Subsection 107.09 of the Standard Specifications regarding barricades, danger, warning, and detour signs. All temporary signs, barricades, flashing lights, striping and any other traffic control devices required during construction of this project shall meet all requirements of the M.U.T.C.D., current edition, as directed by the Engineer and furnished by the Contractor with payment in accordance with Section 150. TRAFFIC CONTROL DEVICES: The Contractor shall provide all temporary traffic control devices needed to safely direct traffic through the construction area. All temporary traffic control devices are to be placed in accordance with Georgia Department of Transportation Standards and Specifications. The Contractor shall so conduct his operations that there will be a minimum of interference with or interruption of traffic upon and along the roadway. This applies to the initial installation and the continuing maintenance and operation of G-7 :1 l .. . the facility. As a minimum, the Contractor must comply with the Manual on Uniform traffic Control Devices, current edition and Georgia standard 9102. UTILITIES: The Contractor's attention is directed to the possibility of encountering private utility installations consisting of sanitary sewers, water, sprinkler systems, ornamental light systems, gas and underground telephone cables, etc. that either are obstructions to the prosecution of the work and need to be moved out of the way or, if not, must be properly protected during construction. No separate payment will.be made for this work. Public utilities of this nature will be handled by the utility owner. THE FOLLOWING UTILITY COMPANIES SHALL BE NOTIFIED BEFORE WORK BEGINS: Georgia Power Company Post Office Box 488 Augusta, Georgia 30904 Telephone (706)724-0892 Attention: Parker Land Atlanta Gas Light Post Office Box 1426 Augusta~ Georgia 30913 Telephone (706)722-7791 Bell South 3841 Wrightsboro Road Augusta, Georgia 30909 Telephone (706)828-8500 Attention: Bert Neese Jones Intercable, Inc. 1424 Monte' Sano Avenue Augusta, Georgia 30904 Telephone (706)736-6515 Urban Services Water & Sewer 2760 Peach Orchard Road Augusta, Georgia 30906 Telephone (706)796-5000 Jefferson E.M.C. Post Office Box 157 Hephzibah, Georgia 30815 Telephone (706)592-4531 UTILITIES: All utility facilities which are in conflict with construction, not covered as specific items in the detailed estimate, are to be removed and relocated to clear construction by the respective owners, unless added later to the contract as a supplemental item. All "above ground" utility structures will be located. as near as possible to the right-of-way line. The Contractor will not be paid for expense caused by utility facilities, other items not being removed or construction in advance of his work. any delays or extra obstructions or any relocated to clear All known utility facilities are shown schematically on highway plans, and not necessarily accurate in location as to plan or elevation. utility facilities such as service lines or unknown facilities not shown on the plans will not relieve the Contractor of his responsibility under this requirement except as noted below. "Existing Utility Facilities" means any utility facility that exists on the highway project in its G-8 :'I !I, . i'--'\~ -, original, relocated or newly installed position. other than service lines from street mains to the abutting property the Contractor will not be held responsible for the cost of repairs to damaged underground utility facilities when such facilities are not shown on the plans and their existence is unknown to the Contractor prior t~ the damage occurring, providing the Engineer determines the Contractor has otherwise fully complied with the Specifications. The following utility owners have facilities which may conflict with construction of this project: NAME OF UTILITY OWNER TYPE OF FACILITY Georgia Power Company Georgia Natural Gas Company Jones Cable T.V. Bell South Augusta-Richmond Co. Water and Sewer Jefferson E.M.C. Power Gas Cable Telephone Water, Sewer Power The Contractor shall use the one-call center telephone number 1-800-282-7411 for the purposes of coordinating the marking of underground utilities. The Contractor's attention is directed to the probability of encountering private utility installations consisting of sanitary sewers, water, sprinkler systems, ornamental light systems, gas and underground telephone cables that either are obstructions to the prosecution of the work and need to be moved out of the way or, if not, must be properly protected during construction. No separate payment will be made for this work. PUblic utilities of this nature will be handled by the utility owner. UTILITY ACCOMMODATION POLICY: In so far as possible work shall be scheduled so that open excavations will not be left overnight. Where trenches, pits or other excavations are within the clear roadside areas and cannot be backfilled before leaving the job site, they shall be covered by timbers or metal plates and protected by reflectorized and/or lighted barricades as appropriate and as directed by the Engineer. Barricades sufficient to prevent a person from falling into an excavated or work area must be erected in areas where these conditions exist. G-g