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may be withdrawn at the discretion of the bidder, but no
proposal may be withdrawn for a period of sixty (60) days after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