HomeMy WebLinkAboutTobacco Road 16" Water Main (2)
Augusta Richmond GA
DOCUMENT NAME:-\o'CXJ\UD '(lXJd \19" vJo:t.C'< \Y"'O.Ul
DOCUMENT TYPE:
YEAR: Od
BOX NUMBER: \ S
FILE NUMBER: \\.9 \ 5\
NUMBER OF PAGES: \ \ l-'\
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
~~ ~, /01&"
AUGUSTA UTILITIES DEPARTMENT
AUGUSTA, GEORGIA
CONFORMED
PROJECT MANUAL
TOBACCO ROAD 16" WATER MAIN
CITY PROJECT NO. 10106
BID ITEM NO: 02-080
PREPARED BY
GANNETT FLEMING, INC
AUGUSTA, GEORGIA
PROJECT #38753
May 2002
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
AUGUSTA, GEORGIA
CONFORMED
PROJECT MANUAL
TOBACCO ROAD 16" WATER MAIN
CITY PROJECT NO. 10106
BID ITEM NO: 02-080
PREPARED BY
GANNETT FLEMING, INe
AUGUSTA, GEORGIA
PROJECT #38753
May 2002
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Addendum No. I, March 19,2002
ADDENDUM NO.1
TO
TOBACCO ROAD] 6" WATER MAIN
AUGUST A UTILITIES DEPARTMENT
AUGUST A, GEORGIA
CITY PROJECT NO. 10] 06
BID ITEM NO: 02-080
MARCH 19,2002
Bidders on this Project are hereby notified that this Addendum shall be attached to and made part of
the above-named Bid Package, dated January 2002.
The following items are issued to add to, modify, and clarify the Bidding and Contract Documents.
These items shall have full force and effect as the Bidding and Contract Documents, and costs
involved shall be included in the bid prices. Bids to be submitted by the specified bid due date shall
conform with the additions and revisions listed herein.
Acknowledge receipt of this addendum by inserting its number and date on page P-4 of the attached
revised Bid Schedule and returning it with your bid.
][)RA WINGS:
1. Replace Drawings 7, 8, and ]] in whole with the attached Drawings 7, 8, and ] 1.
2. Replace Detail 13. ]0 Drawing No. 12 with the attached Detail 13.10.
SPECTFTCA TTONS:
SECTION P:
I. Replace Pages P-2 through P-4 of the proposal section with the attached Pages P-2 through
P-4.
A-I
Tobacco Road 16" Water Main
City Project No. 10106
Addendum No.1. March 19. 2002
SECTION MP:
1. Delete Paragraph 16 in its entirety and Replace it with "Clearing and grubbing (Bid Item
27) shall be measured in square feet and shall include costs for vegetation removal,
stockpiling, disposal and any required permitting. No additional payment shall be made
for this item."
SECTION 14A:
1. Paragraph 14.4.1 - Following the sentence "For 14-inch diameter and larger - Restrained
joint shall be U.S. Pipe TR Flex, American Ductile Iron Pipe Flex-Ring, Lok-Ring, or
approved equal." Add the following: "EBAA Iron Mega-Lug shall be approved for use as
a restraining method for up to 16-inch diameter valves and appurtenances where U.S.
Pipe TR Flex or American ductile Iron Pipe Flex-Ring, Lok-Rillg are not appropriate."
2. Paragraph 14.5. I - Add the following text: "All valves shall be mechanical joint."
EASEMENT PLATS:
1. Replace the "Tobacco Road Water Main Easement Plat Prepared for Augusta-Richmond
County Board of Commissioners showing Easement Through Property ofPepperidge Pointe
Inc." prepared by Robert L. Herrington, Jr. with the "Boundary Survey Prepared for
Nordahl and Co., Inc." prepared by Southern Partners, Inc.
A-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Addendum No. I, March 19, 2002
BID SCHEDULE
Item Description Units Quantity Unit Total
Price Price !
Water Main I
I 16" diameter ductile iron water transmission main Pressure LF 10,688 I
Class 350, standard joint, includin~ Type II beddin~ material
2 16" diameter ductile iron water transmission main Pressure LF 3,180 I
Class 350, restrained joint, includin~ Type II beddin~ material
3 12" diameter ductile iron water transmission main Pressure LF 17 I
Class 350, restrained ioint, includin~ Type II beddin.g material
4 4" diameter PVC force main LF 15
5 Jack and Bore 30" diameter steel casing, minimum wall LF 270
thickness 0.5 inch, carrier pipe not included
6 Carrier pipe for jack and bore, 16" diameter, ductile iron pipe, LF 270
restrained ioint, Pressure Class 350
7 Georgia DOT Type I, Class I & II Backfill CY 500
8 16" diameter ductile iron restrained mechanical joint 900 bend EA 5
9 16" diameter ductile iron restrained mechanicalioint 450 bend EA 27
10 16" diameter ductile iron restrained mechanical joint 22.50 EA 1
bend
11 14" x 14" x 14" diameter restrained mechanical ioint tee EA I
12 16" x 14" diameter restrained mechanical joint reducer EA 1
13 16" x 12" diameter restrained mechanical ioint wve EA 1
14 16" diameter in-line butterfly valve, including valve box, EA 7
installed, complete, open left
15 14" diameter in-line butterfly valve, including valve box, EA 1
installed, comolete, ooen left
16 4" diameter combination air release/air vacuum valve including EA 5
pre-cast concrete vault and cover, installed, complete
17 Fire hydrant assembly, including hydrant, 6" diameter ductile EA 2
iron piping, 6" diameter gate valve and box (open left), and
16"x 6" diameter mechanical ioint tee.
18 Polyethylene encasement of water transmission main LF 830 i
Flowable Fill ,
19 CY 250 i
P-2
Tobacco Road 16" Water Main I
City Project No. 10 I 06
Addendum No. I, March 19,2002
I
Item Description Units Quantity Unit Total
Price Price
Pavement Structures
20 Pavin re air-cross cuts and atches SY 1,706
21 6" thick concrete drivewa s SY 105
22 24" concrete curb and tter LF 631
23 Misc. concrete medians, etc. SY 31
Miscellaneous
24 LF 3,855
25 EA 6
26 EA 4
27 SF 500
28 ACRE 3.5
29 LS 1
30 LS 1
Dollars ($
)
I
I
I
I
I
I
I
I
I
I
I
Lump Sum Construction
Note: Lump sum construction items include but are not limited to the following.
Item Description Units Quantity Unit Total
Price Price
1 Remove and reset fences, all types LF 80
2 Remove and reset water valve, size varies EA 1
" Property restoration LS 1
.)
4 Erosion and sediment control (construction exits, rip-rap, LS 1
misc. erosion control structures) not including Bid Items
23-25
5 Traffic control LS 1
6 Miscellaneous grading LS 1
7 Bacterial testing and sterilization of water transmission LF 14,155
mam
Total Base Bid:
The contract covering the construction of all work described above will be completed within 240
consecutive calendar days from the date specified in the "Notice to Proceed", subject to reductions,
additions and deletions provided herein on the basis of measured quantities of completed work and
the prices bid. Bidder further agrees to pay as liquidated damages the sum of $250 for each
consecutive calendar day thereafter.
It is understood that the Owner reserved the right to reject any and all proposals or to accept any
proposal as deemed to be in the best interest of the Owner.
P-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Addendum No. I, March 19, 2002
It is also understood that the folIowing addenda as issued during the bid period shall be included as
part of the Contract Documents:
Addendum
Date
No.1
NO.2
NO.3
The undersigned bidder understands and agrees that should the Owner accept this proposal, the
bidder will within ten (10) days from the date of notification of acceptance of his proposal, execute
the contract and furnish the Owner with satisfactory Performance and Payment Bonds in the amount
equal to one hundred percent (100%) of the total base bid sum. Enclosed herewith is a Bid Bond or
Certified Check in the amount of DolIars
($ ) being not less than ten (10%) percent of the total base bid sum. (Refer to
Bid Bond Section.)
Should the bidder fail to execute the Contract and furnish the Performance and Payment Bond in case
this proposal is accepted, the Owner shalI have the right to receive the amount of the bid security as
liquidated damages. If the security is a Certified Check it may be cashed by the Owner and the
amount received shalI become the property of the Owner. If the security is a Bid Bond, the value
thereof shalI be paid to the Owner by the Surety.
The undersigned by submittal of this proposal, agrees that the above stated amount is the proper
measure of liquidated damages which the Owner will sustain by the failure of the undersigned to
execute the Contract and furnish the Performance and Payment Bond.
The successful bidder shalI have a current Business License.
The Owner is an Equal Opportunity Employer.
Name of Bidder
Signature & Title of Authorized Representative
Business Address
Date:
City and State
END OF SECTION
P-4
CENTERED/RESTRAINED POSITIONING FOR WATER MAINS
MECHANICAL JOINT PIPE REQUIRED FOR WATER MAINS.
STANDARD POSITIONING
FOR SANITARY SEWER
PROVIDE 2 - 3/4" DIAMETER COLD ROLLED STEEL TIE RODS
FROM THE END OF THE STEEL CASING PIPE TO THE
FIRST JOINT OF THE PIPE OUTSIDE THE CASING. THE RODS
ARE TO BE WELDED TO THE CASING AND CONNECTED
TO A BELL TYPE CLAMP ON THE PIPE (TYP, EACH SIDE).
PULL-ON OR WRAP-AROUND END SEALS
NO BRICK SHALL BE ACCEPTED
n
n
n
"
"
"
"
STEEL CASING
BELL CLAMP J
DIP CL 50
NOTES
1:""SPACER OPTIONS: 8" OR 12" WIDE BAND
2. APPROVED TYPES ARE CASCADE OR PSI
3. INSTALLATION SHALL BE IN ACCORDANCE WITH THE MANUFACTURES STANDARDS
4. CASING PIPE THICKNESS SHALL BE PER DOT OR RAILWAY SPECIFICATIONS
5. THRUST BLOCKING MAY BE USED IN LIEU OF TIE RODS WHERE FITTINGS MAY
INTERFERE WITH RODS. THRUST BLOCKING OR TIE RODS MUST BE PROVIDED.
TYPICAL ROADWAY JACK AND BORE
FOR WATER AND SANITARY SEWER MAINS
AUGUSTA-UTILITIES ENGINEERING DEPT.
2760 PEACH ORCHARD ROAD
AUGUST A, GA. 30906
(706) 771-2648 FAX (706) 771-2646
DETAIL NO.
13.10
I
I
I
I
I
I
I
I"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDENDUM NO.2
TO
TOBACCO ROAD 16" WATER MAIN
AUGUSTA UTILITIES DEPARTMENT
AUGUSTA, GEORGIA
CITY PROJECT NO. 10106
BID ITEM NO: 02-080
MARCH 19,2002
Bidders on this Project are hereby notified that this Addendum shall be attached to and made part of
the above-named Bid Package, dated January 2002.
The following items are issued to add to, modify, and clarify the Bidding and Contract Documents.
These items shall have full force and effect as the Bidding and Contract Documents, and costs
involved shall be included in the bid prices. Bids to be submitted by the specified bid due date shall
conform with the additions and revisions listed herein.
Acknowledge receipt of this addendum by inserting its number and date on page P-4 of the -Bid
Schedule (see Addendum No.1) and returning it with your bid.
SPECIFICATIONS:
SECTION SC:
1. Special Condition 8 (Shop Drawing Submittal), Page SC-3 - Delete Paragraph SC-8 in its
entirety and Replace it with "Submit to the City's Program Manager, CH2M Hill, for
review no later than four (4) weeks after Contractor's Notice to Proceed (and before
any materials have been ordered) manufacturers catalog cut sheets, dimensioned
drawings, and specifications for all pipe, valves, fittings, fire hydrants, and piping
system appurtenances as specified in these Specifications and shown on the Drawings.
The Program Manager's review of Contractor submittals does not relieve the
contractor from meeting the requirements of the Contract Documents."
14-1
PRE-BID MEETING QUESTIONS AND ANSWERS:
1. Can US Pipe Field Lok Gaskets be used in lieu of Mega-Lug restraints, US Pipe Field Lok
pipe, American Ductile Iron Pipe Flex-Ring or Lok-Ring Pipe?
Answer: No, only those restraint systems specified in the specifications and Addendum No.1
will be allowed.
2. What are the specifications for the polyethylene encasement?
Answer: Provide Class C (Black) polyethylene tubes per A WW A C105 and install where
specified on the drawings. Material and installation shall be in accordance with
ANSIIA WW A C105/A21.5-99.
14-2
I
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
INDEX FOR CONTRACT DOCUMENTS
Title
Pa2e
INDEX ........... ..... ... ..... ...... ..... ......... ............. .................... ................... ....................... .... ....... 1-1
INVITATION FOR BIDS...... .................... ......... ........................ ...... ..... .......... ............. ...... B-1
INSTRUCTIONS TO BIDDERS ................ .................... ...................... ............... ........... ..IB-l
PROPOSAL ........ ... .... .......... ........ ...... .... ..... ..... ...... ...... ........... ...... ...... ... ....... ..... .... ..... ...... ... P-l
MEASUREMENT AND PAYMENT .............................................................................. MP-l
BID BOND............. ......... .......... ........ ...... ......... ........ .... ................... ......................... ........ BB-l
AGREEMENT .......................................................................,.............................................A-l
PERFORMANCE BOND.......................................................................................... PERFB-l
PAYMENT BOND............ ...... ....... .................. ...... ....... ...... ...... ............ ......... ......... P A YMB-l
GENERAL CONDITIONS ................ ................................................. ............................. GC-l
PAYMENT APPLICATION AND CERTIFICATE...................................................... P AC-l
SUPPLEMENTARY CONDITIONS ................ ........... ................... .................................. SC-I
TECHNICAL SPECIFICATIONS:
14A WATER DISTRIBUTION SYSTEMS .........................................................14-1
14B SANITARY SEWER SYSTEMS ................................................................14-11
14C EXCAVATION AND BACKFILLING ......................................................14-13
EASEMENT PLAT FOR PEPPERIDGE POINTE INC.
EASEMENT PLAT FOR GRACEWOOD PARK
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
INVITATION FOR BIDS
SEALED BIDS for the construction of approximately 14,000 linear feet of 16-inch diameter ductile iron
pipe and appurtenances for potable water service, hereinafter referred to by project name:
TOBACCO ROAD
16" WATER MAIN
CITY PROJECT NO. 10106
will be received by:
Augusta-Richmond County Commission
Hereinafter referred to as the OWNER at the offices of
Geri A. Sams
Augusta-Richmond Purchasing Department
530 Greene Street - Room 605
Until 3:00 P.M. on the 2nd day of April
opened and read in the presence of those interested.
, at which time all bids will be publicly
Copies of the Contract Documents may be examined during regular business hours at the offices of:
Augusta-Richmond Purchasing Department
530 Greene Street - Room 605
Augusta, Georgia 30911
Copies may be obtained at the office of Augusta-Richmond Purchasing Department upon payment of$1 00.00
(NON-REFUNDABLE) for each set.
A mandatory pre-bid meeting will be held at thePurchasinJ?; Department Conference Room on 3/19/02 at
10:00 A.M. All interested bidders must attend.
A 10% Bid Bond is required to be submitted in a separate envelope so marked along with the bidder's
qualifications; a 100% Performance Bond and a 100% Payment Bond will be required for contract award.
The OWNER reserves the right to reject any or all bids and to waive technicalities and informalities. Please
mark Bid Item Number on the outside of the envelope.
It is the wish of the Owner that minority businesses be given the opportunity to bid on the various parts ofthe
Work. This desire on the part of Owner is not intended to restrict or limit competitive bidding or to increase
the cost of the Work. The Owner supports a healthy free market system that seeks to include responsible
businesses and provide ample opportunity for business growth and development.
GERI A. SAMS, Purchasing Director
Publish:
Augusta Chronicle
Augusta Focus
B-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
INSTRUCTIONS TO BIDDERS
IB-Ol GENERAL
All proposals shall be presented in a sealed envelope, addressed to the Owner. The proposal shall 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 shall, 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 pre-bid documents will be made to
any bidder orally.
Every request for such interpretation should be in writing addressed to Ms. Geri A. Sams, Augusta-
Richmond Purchasing Department, 530 Greene Street, Room 605, Augusta, Georgia 30911, 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-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 111 the
IB-l
Tobacco Road 16" Water Main
City Project No. 10106
invitation, on the bid form, or in the 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.
A 10% Bid Bond is required.
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-06 BIDDER'S QUALIFICATIONS
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 capital 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-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10 I 06
1:0-07 JPElRFORMANCE 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 sat~sfactory 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-09 MINORlfTY AND ECONOMICALLY DISADVANTAGED BUSINESS SUPPORT
It is the intent of the Augusta-Richmond County Commission 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.
END OF SECTION
IB-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
PROPOSAL
For
Tobacco Road
16" Water Main
City Project No. 10106
The Augusta-Richmond County Commission
Municipal Building
Augusta, Georgia 30911
Gentlemen:
The undersigned, as bidder, herein referred to as singular and masculine, declares as follows:
1. The only parties interested in the proposal as principals are named herein;
2. He has carefully examined and fully understands the Contract Documents:
3. He understands that information relative to existing structures and underground utilities as
furnished to him on the Drawings, the Contract Documents, or by the Augusta Utilities
Department carries no guarantee expressed or implied, as to its completeness or accuracy and
he has made due allowances therefore;
4. He has made a personal examination of the site of the proposed work and has satisfied
himself as to the actual conditions and requirements of the work;
and hereby proposes and agrees that, if the Proposal is accepted he will contract with the Augusta-
Richmond County Commission of Georgia, to furnish all machinery, tools, apparatus and other
means of construction and to do all work and furnish materials called for in accordance with the
requirements of the Director of the Augusta Utilities Department and the true intent of the Contract
Documents and that he will take in full payment for each item of work, thereof, the unit or lump sum
price applicable to that item as stated in the schedule below.
(NOTE: Bidders must bid on each item.)
P-I
...-.....--....-.....
Tobacco Road 16" Water r-,.lain II
City Project No. 10106 ~
BID SHCEDULE
Item Description Units I Quantity Unit
Price
Water Main
16" diameter ductile iron water transmission main Pressure LF
Class 350, standard joint, including Type II bedding material
., 16" diameter ductile iron water transmission main Pressure LF
-
Class 350. restrained joint, including Type II bedding material
., 12" diameter ductile iron water transmission main Pressure LF
-'
Class 350. restrained joint. including Type II bedding material
~ I 4" diameter PYC force main LF 15
5 11a~k and Bo:~ 30" dia~eter. steel c~sing, minimum wall LF 270
thickness 0.:> mch. carner pipe not mcluded :.
6 Carrier pipe for jack and bore, 16" diameter, ductile iron pipe, LF 270
restrained joint. Pressure Class 350
7 Georgia DOT Type I. Class I & U Backfill Cy 500
8 16" diameter ductile iron restrained mechanical joint 900 bend EA
9 16" diameter ductile iron restrained mechanical joint 450 bend EA
10 16" diameter ductile iron restrained mechanical joint 22.50 EA
bend
11 14" x 14" x 14" diameter restrained mechanical joint tee EA 1
12 16" x 14" diameter restrained mechanical joint reducer EA 1
13 16" x 12" diameter restrained mechanical joint wye EA I
14 16" diameter in-line butterfly valve, including valve box, EA 7
installed. complete. open left
15 14" diameter in-line butterfly valve, including valve box, EA
installed, complete, open left
16 4" diameter combination air release/air vacuum valve EA 5
including pre-cast concrete vault and cover, installed,
complete .P;6
17 Fire hydrant assembly, including hydrant, 6" diameter ductile EA 2
iron piping, 6" diameter gate valve and box (open left), and
16"x 6" diameter mechanical joint tee.
18 Polyethylene encasement of water transmission main LF .830
19 Flowable Fill CY 250
P-2
,
t
....
. ;_..1.
Tobacco Road 16" Water ~fain
I City Project No. 10106
Item Description
Units Quantity Unit Total
Price Price
SY 1.706 !> 1?CofO 1L1.'t~s.. .~o
SY 1050 /.Ja K.SS Is- ~'13Z..?S
LF 631 ~ 1'2..~~ '--, 2..,.28
SY 31 J, 3~.o& ~ \ '2. H . eta
Pavement Structures
~o : Paving repair-cross cuts and patches
.-: I . 6" thick concrete dri\"eways
." ; 24" concrete curb and gutter
23 I Misc. concrete (medians. etc.)
I
I Miscellaneous
24 i Silt fence, Type "A"
~5 : Inlet sediment trap, fabric
26 I Curb inlet filter
27 I Clearing and grubbing
.2 8 Grassing
29 J Lump sum construction (See listing below)
30 ; All other work not covered by Bid Items 1-29
LF 3.sss ., S I?Z~
EA 6 (. s". Z't
EA 4
SF I &00
ACRE I 3.5
LS I
LS I
Lump Sum Construction
I Note: Lump sum construction items include but are not limited to the ':Jllowing.
Item j
Description
5
6
7
1
1
Units I Quantity Unit Total
LF so
EA 1
LS 1
LS I
I
2
3
4
I Remove and reset fences, all types
! Remove and reset water valve, size varies
I Property restoration
Erosion and sediment control (construction exits. rip-rap,
misc. erosion control structures) not including Bid Items
! 23-25
Traffic control
Miscellaneous grading
I Ba~terial testing and sterilization of water transmission
mam
''''ll5'$
LS
LS
LF
Total Base Bid:
Il'ukl~ ~,J.:~t:"oll,..iJ.D~"ISe.~~...Jr.eiS:~Two"~ollars ($ G..!.<<f.. 'l.2.."U-t~
The contract covering the construction of all work described above will be completed within 240
consecutive calendar days from the date specified in the "Notice to Proceed", subject to reductions,
additions and deletions provided herein on the basis of measured quantities of completed work and
the prices bid. Bidder further agrees to pay as liquidated damages the sum of $250 for each
consecutive calendar day thereafter.
I
I
I
I
It is understood that the Owner reserved the right to reject any and all proposals or to accept any
proposal as deemed to be in the best interest of the Owner.
.-. ..
~~F~~MWAN'<>-~. "
P-3
~obacco Road 16" Water Main
City Project No. 10106
Addendum No. I, March 19,2002
It is also understood that the following addenda as issued during the bid period shall be included as
part of the Contract Documents:
Addendum
Date
No. 1 V~~
:r"J4-o?.
No.2 'i.:..s
3 - t. z. -02..
NO.3
The undersigned bidder understands and agrees that should the Owner accept this proposal, the
bidder will within ten (10) days from the date of notification of acceptance of his proposal, execute
the contract and furnish the Owner with satisfactory Performance and Payment Bonds in the amount
equal to one hundred percent (100%) of the total base bid sum. Enclosed herewith is a Bid Bond or
Certified Check in the amount of s:"'\y~~ +Tl..DiJ~ r..... i)ell_~ p ~ Dollars
($ ~a. D'O.o LI ) being not less than ten (10%) percent of the total base bid sum. (Refer to
Bid Bond Section.)
Should the bidder fail to execute the Contract and furnish the Performance and Payment Bond in case
this proposal is accepted, the Owner shall have the right to receive the amount of the bid security as
liquidated damages. If the security is a Certified Check it may be cashed by the Owner and the
amount received shall become the property of the Owner. If the security is a Bid Bond, the value
thereof shall be paid to the Owner by the Surety.
The undersigned by submittal of this proposal, agrees that the above stated amount is the proper
measure of liquidated damages which the Owner will sustain by the failure of the undersigned to
execute the Contract and furnish the Performance and Payment Bond.
The successful bidder shall have a current Business Lic
The Owner is an Equal Opportunity Employer.
'&~s. PA.V~~1J.T N..AIAlTbJ.IW~i:.MAA.P.4N... ~.
Name of Bidder '
Date: 4.p"': I p-~ I :t J'V'\~
2..:z.J'.~ A.h-':'~ ~~
Business Address
~"'.P,..L. "Lc:../", - J S~ 24A~1..
City and State J
END OF SECTION
P-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10 1 06
MEASUREMENT AND PAYMENT
1. All piping line items (Bid Items 1 through 4 on Bid Schedule) shall be measured in linear
feet and shall include costs for piping and installation, trench excavation, trench box,
sheeting and shoring, dewatering, asphalt cutting, normal joints and gaskets, and normal
backfill (as defmed in Section 14C of the Technical Specifications) and compaction. These
payment line items shall also include all mobilization and demobilization costs and all costs
for permits, bonds, insurance, temporary facilities, surveys, and other items necessary to
complete the work of this contract not covered by bid items 2 through 28. No additional
payment shall be made for these items.
2. Jack and bore line items (Bid Items 5 and 6) shall be measured in linear feet and shall include
costs for piping and installation, blasting, asphalt cutting, normal joints and gaskets, and
normal backfill (as defined in Section 14C of the Technical Specifications) and compaction.
No additional payment shall be made for these items.
3. Georgia DOT Type I, Class I and II backfill (Bid Item 7) shall be measured in cubic yards
and shall include costs for the backfill, installation and compaction as well as all
transportation and stockpiling charges to remove unusedjob excavated material and provide
suitable off-site borrow. No additional payment shall be made for this item.
4. Miscellaneous pipe fittings and connections (Bid Items 8 through 13) shall be measured by
the actual number of fittings furnished and installed. Payment for the work will be made at
the Contract Unit Prices and shall be full compensation for the items of work including
furnishing and installing fittings and mechanical restraints at fitting j oints, complete with all
necessary incidental work required to complete the work and all materials, labor, tools, and
equipment. Retainer glandslMega-Lugs shall not be considered a fitting. No additional
payment will be made for these items.
5. All valve line items (Bid Items 14 through 16) shall be measured by the actual number of
valves furnished and installed. Payment for the work will be made at the Contract Unit
Prices and shall be full compensation for the items of work including all valves, valve
boxes/vaults and valve extensions furnished and installed, and excavation, dewatering,
asphalt/concrete cutting, all associated fittings, installation, normal backfill (as defined in
Section 14C of the Technical Specifications) and testing. No additional payment shall be
made for these items.
6. Fire hydrant assembly (Bid Item 17) shall be measured by the actual number of hydrants
installed. Payment for work will be made at the contract unit prices and shall be full
compensation for the items of work including labor, furnishing, and installing the hydrant, 6"
ductile iron piping, 6" mechanical joint gate valve and box and 6" x 6" mechanical joint tee,
including joint restraints or thrust blocking.
7. Polyethylene pipe encasement (Bid Item 18) shall be measured in linear feet and shall
include costs for pipe, polyethylene materials, installation, excavation, dewatering, soil
MP-1
Tobacco Road 16" Water Main
City Project No. 10106
stabilization, pipe stabilization, asphalt cutting, and normal backfill (as defined in Section
14C of the Technical Specifications). No additional payment shall be made for this item.
8. Flowable Fill (Bid Item 19) shall be measured in cubic yards and shall include costs for all
materials, labor, equipment, and excess materials to provide and place flowable fill as
defined in Section 14C of the Technical Specifications. No additional payment shall be made
for this item.
9. Paving Repair - cross cuts and patches (Bid Item 20) shall be measured in square yards and
shall include all materials, labor, and equipment to saw cut, remove, and replace pavement
structures in accordance with Augusta-Richmond County Rights-of-way Encroachment
Standards. This bid item shall include all sub-base and sub-grade, cement concrete or soil
cement base, asphalt and bituminous tack coat or prime coat required to replace pavement as
well as milling and resurfacing (asphalt overlay). This bid item shall be full compensation for
pavement removal and replacement, milling and resurfacing (asphalt overlay) including
striping (temporary and permanent), placing and removing all traffic signs and barriers,
maintaining traffic, and cleaning up the site. No additional payment will be made for this
item.
10. 6-inch thick concrete driveways (Bid Item 21) shall be measured in square yards and shall
include all materials, labor, equipment, and material removed and disposal costs to construct
concrete driveways. No additional payment shall be made for this item.
11. Curb and gutter replacement (Bid Item 22) shall be measured in linear feet and shall include
costs for concrete, installation, site preparation, formwork, and finishing to replace curb and
gutter. No additional payment shall be made for this item.
12. Miscellaneous concrete (Bid Item 23) shall be measured in square yards and shall include all
materials, labor, equipment and material removed and disposal costs to cut, remove, and
replace concrete medians and drainage swails (gutter). No additional payment shall be made
for this item.
13. Silt fence (Bid Item 24) shall be measured in linear feet and shall include costs for silt fence
material, installation, cleaning, maintaining, and removal and disposal of collected material.
No additional payment shall be made for this item.
14. Fabric inlet sediment traps (Bid Item 25) shall be measured by the actual number of fabric
inlet sediment traps furnished and installed, and shall include all materials, labor and
equipment to furnish, install, and maintain the sediment traps. Payment for the work will be
made at the Contract Unit Price and shall be full 'compensation for the items of work
complete with all necessary incidental work required to complete the work. No additional
payment will be made for this item.
15. Curb inlet filter (Bid Item 26) shall be measured by the actual number of curb inlet filters
furnished and installed, and shall include all materials, labor and equipment to furnish,
install, and maintain the curb inlet filters. Payment for the work will be made at the Contract
MP-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Unit Price and shall be full compensation for the items of work complete with all necessary
incidental work required to complete the work. No additional payment will be made for this
item.
16. Clearing and grubbing (Bid Item 27) shall be measured in acres and shall include costs for
vegetation removal, stockpiling, disposal and any required permitting. No additional
payment shall be made for this item.
17. Grassing (Bid Item 28) shall be measured in acres and shall include costs for both temporary
and permanent grass seed (type as specified), installation, soil stabilization, and soil
amendments (fertilizer, etc.) as required. No additional payment shall be made for this item.
18. Lump sum construction (Bid Item 29) includes, but is not limited to, the items described in
the Lump Sum Construction Bid Schedule. No additional payment shall be made for this
item.
19. All other work (Bid Item 30): Payment shall be made to the contractor on a lump sum basis
for all other work as specified in the contract documents to complete the Work not
specifically included in Bid Items 1-29 above.
END OF SECTION
MP-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS, that we, the undersigned,
as Principal, and
as Surety, are hereby held and firmly bound unto the
Augusta-Richmond County Commission as Owner in the penal sum of ten percent (10%) of the
Total Base Bid amount for the payment of which, well and truly be made, we hereby jointly and
severally bind ourselves, successors and assigns.
Signed, this
day of
,200_
The Condition of the above obligation is such that whereas the Principal has submitted to
Augusta-Richmond County Commission a certain Bid, attached hereto and hereby made
a part hereof to enter into a contract in writing, for the Tobacco Road 16-Inch Water Main, City
Project No. 10106.
NOW THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the
Form of Contract attached hereto (properly completed in accordance with said Bid) and shall
furnish a bond for his/her faithful performance of said Contract, furnishing materials in
connection therewith, and shall in all other respects perform the agreement created by the
acceptance of said Bid, then this obligation shall be void, otherwise the same shall remain in
force and effect; it being expressly understood and agreed that the liability of the Surety for
any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as
herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall be in no way impaired or affected by any extension of the time
within which the Owner may accept such Bid; and said Surety does hereby waive notice of
any such extension.
BB-l
Tobacco Road 16" Water Main
City Project No. 10106
IN WIlNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and
such of them as are corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set forth above.
Principal (Print Full Name)
Surety (Print Full Name)
By:
(L.S.)
(L.S.)
By:
TITLE:
TITLE:
IMPORTANT - Surety companies executing bonds must appear on the Treasury Department's most
current list (Circular 570 as amended) and be authorized to transact business in the state where the
project is located.
END OF SECTION
BB-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
AGREEMENT
TIllS AGREEMENT, made on the -.!l!!day of 5?J~ ' 200J,;by and
between AUGUSTA, GEORGIA, BY AND THROUGH THE AUGUSTA-Rl HMOND COUNTY
COMMISSION, party of the first part, hereinafter called the OWNER, and
.t:fy.#l';s. !i~Nr ~/~~N~ r1Ae.. . ,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:
Tobacco Road 16" Water Main, City Project No. 10106
and in accordance with the requirements and provisions of the Contract Documents as defined in the
General and Supplementary 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 60 calendar
days after the date of written notice by the Owner or the Contractor to proceed. All work shall be
completed within 180 calendar days with all such extensions of time as are provided for in the
General Conditions.
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 ensure
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-I
Tobacco Road 16" Water Main
City Project No. 10106
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 Two -
Hundred Fifty ($250) Dollars, 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 saidi 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 any 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 Bid Schedule. No variations shall be made in the amount except as set
forth in the specifications attached hereto.
(B) Progress Payment
Refer to Article 14 of the General Conditions.
ARTICLE IV - ACCEPTANCE AND FINAL PAYMENT
Refer to Article 14 of the General Conditions.
A-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
IN WIlNESS WHEREOF, the parties hereto have executed this Agreement in three
(3) counterparts, each of which shall be deemed an original, in the year and day first mentioned
above.
(SEAL)
(SEAL)
1l-~
ecretary
~M~
~y:
CfJ As its Mayor
CONTRACTOR: ~tA?t' ~ t~tXPAJ7 J.,k;:.:A c. ~
By: ~ a~
As its ~ a .. ~~,a, .-J.
Address: 2..3 3~,A.~ ~
~ :t:s/a-#oII:J S c: 2 9 'i""~"2-
A-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I"
I
BOND NO. 561 95 35
Construction Performance Bond
Any singular reference to Contractor. Surety. Owner or other pany shall be considered plural where applicable.
CONTRACTOR (Name and Address):
Beam's Pavement Maintenance Company, Inc.
2335 Atomic Road
Beech Island, South Carolina 29842
OWNER (Name and Address):
Augusta-Richmond County Commission
530 Greene Street, Room 605
Augsuta, Georgia 30911
CONSTRUCTION CONTRACT
Date:
Amount: $684,762.36
Description (Name and Location,:
Tobacco Road 16" Water Main,. Augusta,
City Project No. 10136
BOND
Date eNot earlier than Construction Contract Date':
Amount: $684,762.36
Modifications to this Bond Form:
CONTRACTOR AS PRINCIPAL
Company:
SURETY (Name and Principal Place of Business):
Great American Insurance Company .
4505 Falls of Neuse Rd.,Ste.600
Raleigh, North Carolina 27609-6265
GA
Counterdgned by~ lR. w4~
hn R. Walker
orgia Resident Agent
SURETY
(COfl'. Seal) Company:
(Corp. Seal)
Signature:
Name and Title:
CONTRACTOR AS PRINCIPAL
Company: (Corp. Seal)
Beam' s paveme~intenance C.ompany, Inc.
Signature: .~ 1A"4-~ #.
Name and Title:
WITNESS AS TO PRINCIPAL:
Signature:
Name and Title:
SURETY
ComDan~:_ .
Grellt AllIer
Signature:
Name and Title: Barbara H. Regi ter
Attorney-in-Fact
WITNESS AS TO SU~ETY:
. ~tVVL~. Gtt ~~~
EJCDC No. 19 I 0-28A (1984 Edition) ..
Prepared"through the joint erTons or The'Surety Association.of America. Engineers' jOint Contract. ocumenlS Committee. The Associated
General Conlfactors of America. and the American Institute of Architects.
PERFB-l
I. The Contractor and the Surety. jointly and severally. bind themselves.
their heirs. executors. administrators. successors and assigns to the Owner
for the pen'ormance of the Construction Contract. which is incorporated
herein by reference.
1. If the Ctlntractor penorms the Construction Contract. the Surelv and
Ihe Conlractor shall have no obligation under Ihis Bond. ellCept 10 par-
ticipate in conferences as provided in Subparagraph .3.1.
l. If there is no Owner Default. Ihe Surety's obligalion under Ihis Bond
shall arise afler:
3.1. The Owner has notified the Conlractor and the Suret\. at its address
described in Paragraph 10 beluw. Ihat Ihe Owner'is considering
declaring a Contractor Defauh and has requested and Dllempted
to arrange a conference with the Contractor and the Surelv to be
held nOI later than fineen days after receipt of such noiice to
discuss melhods of periorming the Construction Conlracl. If the
Owner. the Contractor and the Surety agree. the Contractor shall
be allowed a reasonable time to penorm the Construction Con-
tract. but such an agreement shall not waive the Owner's right. if
any. subsequently to declare 11 Contractor Default: and
3.1. The Owner has declared a Contractor Default and formallv ter-
minated the Contractor's right to complete the contract. 'Such
Contractor Defauh shall not be declared eartier than twenty days
after the Contraclor and the SurelY have received nOlice as pro.
\'ided in Subparagraph 3.1: and
i.3. The Owner has agreed to pay the Balance of the Contract Price
10 Ihe Surety in accordance with the terms of the Construction
Contract or to a contractor selected to penorm the Construction
Contract in accordance with the terms of the contract with the
Owner.
4. When the Owner has satisfied the conditions of Paragraph 3. the Surety
shall promptly and al the SurelY's expense take one of the following
actions:
4.1. Arrange for the Contractor. with consent of the Owner. 10 perform
and complele the Construction Contract: or
4.~. Undenake 10 perform and complete the Construction Contract
itself. through ils agents or through independent contractors: or
4.3. Obtain bids or negotiated proposals from qualified contractors
acceplable to the Owner for a contract tor performance and com-
pletion of the Construclion Contract. arrange for a contract to be
prepared for execution by the Owner and the contractor selected
with the Owner's concurrence. to be secured with penormance
and payment bonds executed by a qualified surety equivalent 10
the bonds issued on the ConslnlCtion Contract. and pay to the
Owner the amount of damages as described in Paragraph 6 in
excess of the Balance of the Contract Price incurred bv the Owner
resulting from the Contractor's defauh: or .
4.4. Waive ils right to perform and complete. arrange for completion.
or obtain a new contractor and with reasonable promptness under
the circumstances:
I. After investigation. determine the amount for which it may be
liable to the Owner and. as soon as practicable after the amounl
is determined. tender payment therefor to the Owner: or
"I Deny liability in whole or in pan and notify'the Owner citing
reasons therefor.
5. If the Surety does not proceed as provided in Paragraph 4 with reason-
able promptness. the Surety shall be deemed to be in defauh 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 re,!,edy 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 pan. without funher notice the Owner shaD be entitled to
enforce any remedy available to the Owner.
fl. Afler the Owner has terminated the Contractor's right to complete thel
Construction Contract. and if the Surely elects to act under Subparagraph
4.1.4.2. or4.3 above. then the responsibilities of the Surety to Ihe Owner
shall not be grealer Ihan those of Ihe Contractor und~r the Construction
Contract. nnd the responsibilities of the Owner to the Surety shall not be I
greater than those of the Owner under the Construction Contract. To the
limit of the amount of this Bond. bUI subject to commitment by the Owner
of the Balance of the Contract Price 10 mitigation' of cosu and damages
on the Construction Contract. the SurelY is obligated without duplication I
for:
f1.I. The responsibilities of the Contractor for correction of defective
work and completion of the Construction Contract:
6.:!. Additional lep!. design professional and delay costs resulting I
from the Contractor.s Default. and resulting from the actions or
failure to act of the Surety under Paragraph 4: and
6.3. Liquidated damages. or if no liquidated damages are spec:died in
the Construction Contract. actual damllles caused by delayed
perfonnance or non-performance of the Contractor. I
7. The Surety shall not be liable to the Owner or others for Obligations of
the Contractor that are unrelated 10 the Construction Contract. and the
Balance of the Contract Price shall nOl be reduced or set off' on accou~t
of any such unrelated obligations. No right of action shall accrue on tltis I
Bond'to any person or entity other than the Owner or its heirs. executors.
;adminislrators. or successors.
II. The Surety hereby waives notice of any change. incJucling changes of
time. to the Construction Contract or to related subcontracts. purchase
orders and other obligations. I
9. Any proceeding. legal or equitable. under this Bond may be instilUlCd
in any coun of competent jurisdiction in the location in which the work
or part ofthe work is located and sball be instituted within twO years after
Contractor Default or within two years after the Contractor ceased work- I
ing or within two years after the Surety refuses or fails to ~~rm its
obligations under this Bond. whichever occun first. If the proVISIOns of
this Paragraph are void or prohibited by I~w. th~ ~~ill!um period ~f
limitation available to sureties as a defense In the JunSdtCllOn of the sUIL
shall be applicable. I
10. Notice to the Surety. the Owner or the Contractor shall be mailed or
delivered to the address shown on the signature page.
II When this Bond has been furnished to comply with a statutory or
other leal requirement in the location where the construCtion was to be
performec.. any provision in this Bond condicting with said s~~utory or I
lepl requirement shall be deemed deleted be~m and proVISions con-
forming to such statutory or other legal requU'Cment shall be deemed
incorporated herein. The intent is that this Bond shall be coll5U1led as a
statutory bond and not as a common law bond. I
I:!. Definitions.
1:!.1. Balance of the Contract Price: The total amount payable by the
Owner to Ihe Contractor under the Construction Contract after
nil proper adjustments have been made. including allowance to
the Contractor of any amounts received or to be received by I
Ihe Owner in settlement of insurance or other claims for dam-
ages to which the Contractor is entitled. reduced by all valid
and proper payments made to or on behalf of the Contractor
under the Construction Contract. I
I :!.2. Construction Contract: The agreement between th~ Own~ and
the Contractor identified on the signature page, Indudlng all
Conlract Documents and changes thereto. '.
I :!.3. Contractor Default: Failure of the Contractor. which has neither I
been remedied nor waived. to perform or otherwise to comply
with the terms of tbe ConstrUction Contract.
1:!.4. Owner Default: Failure of the Owner. which has neither been
remedied nor waived, to pay the Contractor as required by the
ConstrUction Contract or to perform and complete or comply .1
with the other terms thereof.
I
I
(fOR INfORMATION ONLY-Name, Address and Telephone)
AGENT or BROKER:.: ' OWNER'S REPRESENTATIVE (Architect, Engineer or other party): I
Davis-Garvin Agency;' Inc.-'
P~O. Box 21627, Columbia, SC 29221
(803) 732 -0060
PERFB-2 II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
COnstruction Payment Bond
BOND NO. 561 95 35
Any singular reference to Contractor. Surety. Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
Beam's Pavement Maintenance Company, Inc.
2335 Atomic Road
Beech Island, South Carolina 29842
SURETY (Name and Principal Place of Business):
Great American Insurance Company
4505 Falls of Neuse Rd.,Ste.600
Raleigh, North Carolina 27609-6265
OWNER (Name and Address):
Augusta-Richmond County Commission
530 Greene Street, Room 605
Augusta, Georgia 30911
CONSTRUCTION CONTRACT
Date:
Amount: $684,762.36
Description (Name and Location):
Tobacco Road 16" Water Main, Augusta, GA
City Project No. 10136
BOND
Date (Not earlier than Construction Contract Date):
Amount: $684 762.36
Modifications to t~is Bond Form:
Countersi.gned bY~ {l. W..~
hn R. Walker
orgia Resident Agent
CONTRACTOR AS PRINCIPAL
Company:
SURETY
Company:
(Corp. Seal)
(Corp. Seal)
Signature:
Name and Title:
Signature:
Name and Title:
CONTRACTOR AS PRINCIPAL
Co~any: (COil). Seal)
Beam s pavement,Xintenance Company, .lnc.
Signature: hn- a ~.d.f
Name and Title: 6
SURETY
ComDanv: .
c-rea't llmer1c
Barbara H. Regis
Attorney-in-Fact
WITN.E1\ ~ TO PRIIICIPAL:.
~M~
.JiJCDC No. 1910-288 (1984 Edition)
Pre1m.red Ihrough the joint effons orthe SurelY ,~5Sociation of America.' Engineers' Joint Con Documents Committee. The Associated
General Contractors of America. American Inslitute of Architects. American Subcontractors Association. and the Associated Specialty
.Contractors. . .
PAYMB-l
WrTIIESS AS TO. SURETY:
I. The Conullctor 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 penor.
mancc ot the Construction Contract. which is incorporated herein by
referencc.
2. With respect to the Owner. this obligation shall be null and void if ihe
Contractor:
:.1. Promptly makes payment. directly or indirectly. for all sums due
Claimants. and
:.:. Dc:fends. indemniiies and holds harmless the Owner from all claims.
Jemands. liens or suits by any person or entity who furnished
labor. materials or equipment for use in the penormance of the
Construction Contract. provided the Owner has promptly notined
Ihe Contractor and the Surety (at the address described in Para.
graph 12) of any claims. demands. liens or suits and tendered
Jcfense of such claims. demands. liens or suits to the Contractor
and the Surety. and provided there is no Owner Default.
J. With respect to Oaimants. this obligation shall be nuD and ,'oid if the
Contractor promptly makes payment. directly or indirectly. lor all sums
due.
~. The Surety shaD have no obliption to Claimants underthis Bond until:
".1. Claimants who are employed by or have a direct contract wilh
the Contractor have given notice to the Surety lat the address
described in Pangr2ph 12) and sent a copy. or notice thereof. to
the Owner. stating that a claim is beinl made under this 80nd
and. with subslantial accuracy. the amount ohhe claim.
~.:. Claimants who do not have adirect contract with the Contractor:
I. Have furnished writlen notice to the Contractor and sent a
copy. or notice thereof. to the Owner. within W dayS after
havinllast performed labor or last furnished materials orequip-
ment included in Ihe claim statinll. with substantial accuracy.
the amount Qf the claim and the name 9f the pany to whom
the materials were furnished or supplied or for whom the labor
was done or penonned: and
.. Have either received a rejection in whole or in pan from Ihe
Contractor. or nOI received within 30 days of furniShing the
above notice any communication (rom the Contractor bv which
the. Contractor has indicated the claim will be paid directly or
indirectly: and
::. ~ot havinl been paid within the above 30 days. have sent a
writlen notice to the Surety tat tlie address described in Para.
lraph 12) and sent a copy. or notice thereof. to the Owner.
stating that a claim is being made under this Bond and enclosinR
a copy of the previous written notice fiunished to the Con:
tractor.
~. If a notice required by Paragraph 4 is given by the Owner to the
Conlractor or to the Surety. that is sufficient compliance.
6. When the Claimant has satisfied the conditions of Paragraph 4. the
Sumy shall promptly and at the Surety's expense take Ihe tollowing
actions:
6.1. Send an answer to the Claimant. with a copy to the Owner. within
~S 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 arranlle for payment of any undisputed amounts.
i. Tbe Surety's total obliplion shall not exceed the amount of this 80nd.
and the amount of this 80nd shall be credited for any payments made in
1l00d faith by the Surety.
.8. Amounts owed by the Owner to the ContractOr under the Construction
Contract shall be used for the performance of the Construction Contract
and to satisfy claims. if any. under any Constnlction Performance Bond.1
By the Contractor furnishing and the Owner accepting this Bond. they
auee that all funds earned by the Contraclor in the performance of the
Cunstnlction Contract are dedicated to satisfy obliptions of the con-I
tractor and the Surety under this Bond. subject to the Owner's priority
to use the funds for the completion of the work.
9. The Surety shall not be liable to the Owner. Claimants or others (or
cJbligations of the Contractor that are unrelated to the ConstrUction con-I
lract. The Owner shall not be liable for payment of any costs or expenses
of any Claimant under this Bond. and shall have under tllis Bond .nu
obliptions to make payments to. give notices on behalf of. or othel"WlK
have obliRations to Claimants under this Bond. I
10. Tbe Surety hereby waives notice of any change. including changes ot"
time. to Ille Construction Contract or to related subconll'aclS. purchase
orden and other obliptions.
II. No suit or action shall be commenced by a CIaimam under this Bond I
otller than in a coun of competenljurisdiction in die location in which the
1..Orlt or pan of Ihe worit is located or after the expiration of one year
from. the date t I>> on which the Claimant gave the notice required by
Subparall'8ph 4.1 or Clause 4.2 fiii). or (2) on whicb die last labor or
service was pertormed by anyone or the IasI materials or equipment were I
furnished by anyone under the Construction Contract. ~hiehever !'~ ( I J
or. 2) lint eccun. Inhe provisions of this Palapapb are votd or prohibited
by law. the minimum period of limiwion available to sureties as a defense
in the jurisdiction of the suit shaJJ be applicable. , I
12. ~olice to the Suretv. the Owner or the CODlraClor shaD be mailed or
delivered to the address shown on the signature page. Aaual receipt ui
notice by Surety. the Owner or the Contnctor. however accomplished.
shall be sufficient compliance as of the dale n:c:cived allhe address shown
on the signature page. . I
13. When this Bond has been furnished to comply with a Slawtory or
other legal requirement in the location where the constrUction was to be
perfonned. any provision in this Bond condicling with said s~utory or
Icpl requirement shal.1 be deemed deleted Ile~m and proVISions con-
forming to such statutory or other Ie'" reqwrement 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.
I~. Upon request by any person or entity appearing to ~ a potential.
beneficiarY of this Bond. the Contractor shall promptly furmsh a copy Of
this Bond 'or shall permit a copy to be made.
Ij. DEFlNmONS
15.1. Claimant: An individual or entity having a direct contract witll
the Contractor or with a subconuactor of the Contractor to
furnish labor. materials or equipment for use in the perfonnance
of the Contract. The intent of this Bond shaJJ be to include without
limitation in the terms "labor. materials or equipment" that pan
of water. gas. power. light. heat. oil. pso!ine. telephone se~ic:e
or rental equipment used in the CollSUUClton Contract. architec-
tural and engineering services required for perfonnance of the
worlt of the Contractor and the Contractor's subcontractors. and
all otller items for which a mechanic's lien may be assened in
the jurisdiction where the labor. materials or eqUipment. wen:
furnished.
1S.2. Conslnlction Contract: The IIp'CCIIlCnt between .the Owner and
the Contractor identified on the signature pap. including aU
Contract Documents and changes thereto.
lS.l. Owner Default: Failure of Ihe Owner. which has neither been
remedied nor waiYed~ 10 pay the Contractor as required by the
Construction Contraa or to perform and complete or comply
with the other tenns thereof.
I
I
I
I
I
I
I
I:
I:
(FOR INFORMATION ONLY-Name. Address and Telephone)
AGENT or BROKER: OWNER"S REPRESENTATIVE (Architect. Engineer Qf other pany,:
Davis-Garvin Agency,. Inc. .
P.O. Box 21627, ColUmbia, SC 29221
(803) 732 0060
PAYMB-2
I
I
Cit&\T ANERlG\N INSURANCE COMA\NYe
680 WALNUT STREET. CINCINNATI. OHIO 462i)2. 5'~-369-5000. FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than
No. 0 17088
FOUR POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below
its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any
such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
BARBARA H. REGISTER COLUMB~, SOUTH CAROLINA ALL
JACK C. SMITH, JR. COLUMBIA, SOUTH CAroLINA UNLIMITED
HERBERT L. DECUERS COLUMBIA, SOUTH CAROLINA
JOHN R. WALKER MACON GEDRGIA
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 7th day of November 2000
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON - ss:
On this 7th day of NJvember, 2000 , before me personally appeared DOUGLAS R. BOWEN, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great
American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed
by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March I, 1993.
RESOL VED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or anyone of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOL VED FUR THER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with tbe
same force and effect as though manually affixed. .
CERTIFICA TION
I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect.
Signed and sealed this
day of
810298 (11/97)
Client#: 4703 BEAMSPAV1
ACDBDru CERTIFICATE OF LIABILiTY INSURANCE I DATE (MMlDDlYV)
OS/29/02
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Davis-Garvin Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
PO Box 21627 HOLDER. THIS CER11F1CATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Columbia, SC 29221-1627
800 845-3163 INSURERS AFFORDING COVERAGE
INSURED INSURERA: Capital City Insurance Company
Beam's Pavement Maintenance Co, Inc INSURERB: Hartford Insurance Company
PO Box 398 INSURER C:
Beech Island, SC 29842 INSURER D:
I INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, 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
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NSR TYPE OF INSURANCE POUCY NUMBER '"g~.feY ~~~ ~~fl I~X~~~ UMITS
LTR
A GENERAL UABIUTY 08CLOO0845 04/01/02 04/01/03 EACH OCCURRENCE $1.000.000
!--
X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $100 000
I ClAIMS MADE [i] OCCUR MED EXP (Any OI1e person) $5.000
PERSONAL & ADV INJURY $1.000.000
GENERAL AGGREGATE $2 . 000 . 000
GEN'L AGGREGATE L1M IT APPLIES PER: PRODUCTS -COMPIOP AGO $2 , 000 . 000
"I POLICY n ~~RT n LOC
A AUTo.'VloS.LE UABIUTY 08CA00846 04/01/02 04/01/03 COMBINED SINGLE LIMIT
- $1,000,000
X ANY AUTO (Ea accident)
- ALL OWNED AUTOS BOOIL Y INJURY
(Per person) $
SCHEDULED AUTOS
-
X HIRED AUTOS BOOIL Y INJURY
$
X NON-QWNED AUTOS (per accident)
I- PROPERTY DAMAGE $
(Pet accident)
qGE UABlUTY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
A EXCESS UABlUTY 08CUL05316 04/01/02 04/01/03 EACH OCCURRENCE $10 000 OO(
~ OCCUR D ClAIMS MADE AGGREGATE $10 000 OO(
$
=;j DEDUCTIBLE $
X RETENTION 510000 5
A WORKERS COMPENSATION AND 08WCOO0540 04/01/02 04/01/03 X IT~~T~"W~ I IOJ::-
EMPLOYERS' UABlUTY E.L EACH ACCIDENT $500,000
E.L DISEASE. EA EMPLOYEE $500,000
E.L DISEASE - POLICY LIMIT $500,000
B OTHER Leased or 22MSBE1528 04/01/02 04/01/03 $200,000 Limit
Rented Equipment $2,500 Deductible
DESCRIPTION OF OPERATIONSILOCATIONSlVEHICLESlEXCLUSlONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Re: Tobacco Road 1611 Water Main, City Project No.10106
CERTIFICATE HOLDER I I AD DmONAL INSURED' INSURER LETTER: -.- CANCELLA110N
SHOULD ANYOFTHE ABOVE DESCRIBED POUCIESBE CANCELLED BEFORE THE EXPIRATION
Augusta-Richmond County DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAlL3..D-DAYSWRlTTEN
Commission NOTlCETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, BUTFAlLURE TO DO SO SHALL
530 Greene Street, Room 605 1M POSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
Augusta, GA 30911 REPRESENTATIVES. / A
A'7/T-"REr:2~NTATIVE...AI ~ ',k
I i '_ _ AI . - ~ ... i ~
~ACORD 25-S fTl9n 1 of 2 #S76565/M75065 ~ BHJY @ ACORD CORPORATION 1988
"
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
'~ACORD25-S(7197)2 of 2 #S76S6S/M7S06S
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. -
Tobacco Road 16" Water Main
City Project No. 10106
GENERAL CONDITIONS
ARTICLE I--DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents the following terms
have the meanings indicated, which are applicable to both the singular and plural thereof:
Addenda-Any changes, revisions or clarifications of the Contract Documents which have been duly
issued by COUNTY to prospective Bidders prior to the time of opening of Bids.
Agreement- The written agreement between OWNER and CONTRACTOR covering the Work to be
performed; other Contract Documents are attached to the Agreement and made a part thereof as
provided therein.
Application for Payment-The form accepted by PROFESSIONAL which is to be used by
CONTRACTOR in requesting progress or final payments and which is to include such supporting
documentation as is required by the Contract Documents.
Bid-The offer or proposal of the bidder submitted on the prescribed form setting forth the price(s) for
the Work to be performed.
Bonds-Bid, performance and payment bonds and other instruments of security furnished by
CONTRACTOR and its Surety in accordance with the Contract Documents.
Change Order-- A document recommended by PROFESSIONAL, which is signed by
CONTRACTOR and OWNER and authorizes an addition, deletion or revision in the Work, or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the
Agreement.
Contract Documents-The Agreement, Addenda (which pertain to the Contract Documents),
CONTRACTOR's Bid (including documentation accompanying the Bid and any post-Bid
documentation submitted prior to the Notice of A ward) when attached as an exhibit to the
Agreement, the Bonds, these General Conditions, the Supplementary Conditions, the Plans,
Specifications and the Drawings as the same are more specifically identified in the Agreement,
Certificates of Insurance, Notice of Award, and Change Order duly delivered after execution of
Contract together with all amendments, modifications and supplements issued pursuant to
paragraphs 3.3 and 3.5 or after the Effective Date of the Agreement.
Contract Price-The moneys payable by OWNER to CONTRACTOR under the Contract Documents
as stated in the Agreement (subject to the provisions of paragraph 11.9.1 in the case of Unit Price
Work).
Contract Time-The number of days (computed as provided in paragraph 17.2) or the date stated in
the Agreement for the completion of the Work.
GC-l
# "
Tobacco Road 16" Water Main
City Project No. 10106
CONTRACTOR-The person, fIrm or corporation with whom OWNER has entered into the
Agreement.
COUNTY-Richmond County, Georgia, or Augusta, Georgia, political subdivisions of the State of
Georgia, the Augusta-Richmond County Commission, and its authorized designees, agents, or
employees.
Day-Either a working day or calendar day as specifIed in the bid documents. If a calendar day shall
fall on a legal holiday, that day will be omitted from the computation. Legal Holidays: New Year's
Day, Martin Luther King Day, Memorial Day, 4th of July, Labor Day, Veterans Day, Thanksgiving
Day and the following Friday, and Christmas Day.
Defective-An adjective which when modifying the word Work refers to Work that is unsatisfactory,
faulty or defIcient, does not conform to the Contract Documents, or does not meet the requirements
of any inspection, reference standard, test or approval referred to in the Contract Documents, or has
been damaged prior to PROFESSIONAL's recommendation of fInal payment, unless responsibility
for the protection thereof has been assumed by OWNER at Substantial Completion (in accordance
with paragraph 14.8 or 14.10).
Drawings- The drawings which show the character and scope of the Work to be performed and which
have been prepared or approved by PROFESSIONAL and are referred to in the Contract Documents.
Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective,
but if no such date is indicated it means the date on which the Agreement is signed by the Mayor of
the Augusta, Georgia.
Field Order-A written order issued by PROFESSIONAL that modifIes Drawings and SpecifIcations,
but which does not inv9lve a change in the Contract Price or the Contract Time.
General Requirements-Sections of Division I of the SpecifIcations.
Laws or Regulations-Laws, rules, regulations, ordinances, codes and/or orders.
Notice of A ward- The written notice by OWNER to the apparent successful bidder stating that upon
compliance by the apparent successful bidder with the conditions precedent enumerated therein,
within the time specifIed, OWNER will sign and deliver the Agreement.
Notice to Proceed-A written notice given by OWNER to CONTRACTOR (with a copy to
PROFESSIONAL) fIxing the date on which the Contract Time will commence to run and on which
CONTRACTOR shall start to perform CONTRACTOR'S obligations under the Contract
Documents.
OWNER- Augusta, Georgia, and the Augusta-Richmond County Commission.
GC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Partial Utilization-Placing a portion of the Work in service for the purpose for which it is intended
for a related purpose) before reaching Substantial Completion for all the Work.
PROFESSIONAL-The Architectural/Engineering firm or individual or in-house licensed person
designated to perform the design and/or resident engineer services for the Work.
Project-The total construction of which the Work to be provided under the Contract Documents may
be the whole, or a part, as indicated elsewhere in the Contract Documents.
Project Area-The area within which are the specified Contract Limits of the improvements
contemplated to be constructed in whole or in part under this Contract.
Project Manager-The professional in charge, serving COUNTY with architectural or engineering
services, his successor, or any other person or persons, employed by said COUNTY, for the purpose
of directing or having in charge the work embraced in this Contract.
Resident Project Representative-The authorized representative of PROFESSIONAL who is assigned
to the site or any part thereof.
Shop Drawings-All drawings, diagrams, illustrations, schedules and other data which are specifically
prepared by or for CONTRACTOR to illustrate some portion of the Work and all illustrations,
brochures, standard schedules, performance charts, instructions, diagrams and other information
prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for
some portion of the Work.
Specifications-Those portions of the Contract Documents consisting of written technical descriptions
of materials, equipment, construction systems, standards and workmanship as applied to the Work
and certain administrative details applicable thereto.
Subcontractor-An individual, firm or corporation having a direct contract with CONTRACTOR or
with any other SUBCONTRACTOR for the performance of a part of the Work at the site.
Substantial Completion- The Work (or a specified part thereof) has progressed to the point where, in
the opinion of PROFESSIONAL as evidenced by PROFESSIONAL's definitive certificate of
Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so
that the Work (or specified part) can be used for the purposes for which it is intended, or if there be
no such certificate issued, when final payment is due in accordance with paragraph 14.13. The terms
"substantially complete" and "substantially completed" as applied to any Work refer to Substantial
Completion thereof.
Supplementary Conditions-The part of the Contract Documents which amends or supplements these
General Conditions.
Supplier-A manufacturer, fabricator, supplier, distributor, materialman or vendor.
GC-3
Tobacco Road 16" Water Main
City Project No. 10106
Underground Facilities-All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels
or other such facilities or attachments, and any encasement containing such facilities which have
been installed underground to furnish any of the following services or materials: electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television, sewage and
drainage removal, traffic or other control systems, or water.
Unit Price Work-Work to be paid for on the basis of unit prices.
W ork- The entire completed construction or the various separately identifiable parts thereof required
to be furnished under the Contract Documents. Work is the result of performing services, furnishing
labor and furnishing and incorporating materials and equipment into the construction, and furnishing
documents, all as required by the Contract Documents.
Work Directive Change-A written directive to CONTRACTOR, issued on or after the Effective Date
of the Agreement and signed by OWNER and recommended by PROFESSIONAL, ordering an
addition, deletion or revision in the Work, or responding to differing or unforeseen physical
conditions under which the Work is to be performed as provided in paragraph 4.2 or 4.3 or to
emergencies under paragraph 6.22. A Work Directive Change may not change the Contract Price or
the Contract Time but is evidence that the parties expect that the change directed or documented by a
Work Directive Change will be incorporated in a subsequently issued Change Order following
negotiations by the parties as to its effect, if any, on the Contract Price or Contract Time as provided
in Article 10.
Written Amendment-A written amendment of the Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non-
engineering or non-technical rather than strictly Work-related aspects of the Contract Documents.
ARTICLE 2-PRELIMINARY MATTERS
Delivery of Bonds:
2.1. When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR
shall also deliver to OWNER such Bonds as CONTRACTOR may be required to furnish in
accordance with these Contract Documents.
Copies of Documents:
2.2. After the award ofthe Contract, OWNER shall furnish CONTRACTOR, at no cost, one
(1) complete set of the Contract Documents for execution of the work. Additional sets of the project
manual and drawings and/or individual pages or sheets of the project manual or drawings will be
furnished by COUNTY upon CONTRACTOR's request and at CONTRACTOR's expense, which
will be OWNER's standard charges for printing and reproduction.
GC-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road] 6" Water Main
City Project No. 10] 06
Commencement of Contract Time, Notice to Proceed:
2.3. The Contract Time shall commence as established in the Notice to Proceed. A Notice to
Proceed may be given at any time after the Effective Date of the Contract.
Starting the Project:
2.4. CONTRACTOR shall begin the Work on the date the Contract Time commences. No
Work shall be done prior to the date on which the Contract Time commences. Any Work performed
by CONTRACTOR prior to date on which Contract Time commences shall be at the sole risk of
CONTRACTOR.
Before Starting Construction:
2.5. Before undertaking each part of the Work, CONTRACTOR shall carefully study and
compare the Contract Documents and check and verify pertinent figures shown thereon and all
applicable field measurements. CONTRACTOR shall promptly report in writing to
PROFESSIONAL any conflict, error, ambiguity, or discrepancy which CONTRACTOR may
discover and shall obtain a written interpretation or clarification from PROFESSIONAL before
proceeding with any Work affected thereby. CONTRACTOR shall be liable to OWNER for failure
to report any conflict, error, ambiguity or discrepancy in the Contract Documents, if
CONTRACTOR knew or reasonably should have known thereof.
2.6. Within ten days after the Effective Date of the Agreement (unless otherwise specified in
the General Requirements), CONTRACTOR shall submit to PROFESSIONAL and PROJECT
MANAGER for review:
2.6.1. an estimated progress schedule indicating the starting and completion dates of the
various stages of the Work:
2.6.2. a preliminary schedule of Shop Drawing and Sample submissions, and
2.6.3. a preliminary schedule of values for all of the Work which will include quantities and
prices of items aggregating the Contract Price and will subdivide the Work into component parts in
sufficient detail to serve as the basis for progress payments during construction. Such prices will
include an appropriate amount of overhead and profit applicable to each item ofW ork, which will be
confirmed in writing by CONTRACTOR at the time of submission.
2.7. Before any Work at the site is started, CONTRACTOR shall deliver to OWNER, with
copies to each additional insured identified in the Supplementary Conditions, an original policy or
certified copies of each insurance policy (and other evidence of insurance which COUNTY may
reasonably request) which CONTRACTOR is required to purchase and maintain in accordance with
Article 5.
GC-5
Tobacco Road 16" Water Main
City Project No. 10106
Pre-construction Conference:
2.8. Before any Work at the site is started, a conference attended by CONTRACTOR,
PROJECT MANAGER, PROFESSIONAL and others as appropriate will be held to establish a
working understanding among the parties as to the Work and to discuss the schedules referred to in
2.6, procedures for handling Shop Drawings and other submittals, processing applications for
payment and maintaining required records.
Finalizing Schedules:
2.9. At least ten days before submission of the first Application for Payment, a conference
attended by CONTRACTOR, PROFESSIONAL and Project Manager and others as appropriate will
be held to finalize the schedules submitted in accordance with paragraph 2.6. CONTRACTOR shall
have an additional ten (10) calendar days to make corrections and adjustments and to complete and
resubmit the schedules. No progress payment shall be made to CONTRACTOR until the schedules
are submitted and acceptable to Project Manager and PROFESSIONAL as provided below. The
finalized progress schedule will be acceptable to Project Manager and PROFESSIONAL as
providing an orderly progression of the Work to completion within any specified Milestones and the
Contract Time, but such acceptance will neither impose on PROFESSIONAL responsibility for the
sequencing, scheduling or progress of the Work nor interfere with or relieve CONTRACTOR from
full responsibility therefor. The finalized schedule of Shop Drawing submissions and Sample
submissions will be acceptable to PROFESSIONAL as providing a workable arrangement for
reviewing and processing the submissions. CONTRACTOR's schedule of values shall be approved
by PROFESSIONAL as to form and substance.
CONTRACTOR, in addition to preparing an initially acceptable schedule, shall be
responsible for maintaining the schedule, including updating schedule. Schedule updates shall
include progression of work as compared to scheduled progress on work. Schedule updates shall
accompany each pay request.
ARTICLE 3-CONTRACT DOCUMENTS; INTENT,
AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work. The Contract Documents are complementary: what is called
for by one is as binding as if called for by all. The Contract Documents will be construed in
accordance with the law of the State of Georgia.
3.2. It is the intent ofthe Contract Documents to describe a functionally complete Project (or
part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or
equipment that may reasonably be inferred from the Contract Documents or from prevailing custom
or trade usage as being required to produce the intended result will be supplied whether or not
GC-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10] 06
specifically called for. When words or phrases which have a well-known technical or construction
industry or trade meaning are used to describe Work, materials or equipment, such words shall be
interpreted in accordance with that meaning.
3.3. Except as otherwise specifically stated in the Contract Documents or as may be provided
by amendment or supplement thereto issued by one of the methods indicated in 3.6 or 3.7, the
provisions of the Contract Documents shall take precedence in resolving any conflict, error,
ambiguity or discrepancy between the provisions of the Contract Documents and the provisions of
any such standard, specification, manual, code or instruction (whether or not specifically
incorporated by reference in the Contract Documents) and the provisions of any such Laws or
Regulations application to the performance of the Work (unless such an interpretation of the
provisions of the Contract Documents would result in violation of such Law or Regulation).
Clarifications and interpretations of the Contract Documents shall be issued by PROFESSIONAL as
provided in paragraph 904.
304. Reference to standards, specifications, manuals or codes of any technical society,
organization or association, or to the Laws or Regulations of any governmental authority, whether
such reference be specific or by implication, shall mean the latest standard, specification, manual,
code or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the
Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract
Documents.
3.5. If, during the performance of the Work, CONTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the Contract Documents or between the Contract Documents and
any provision of any such Law or Regulation applicable to the performance of the Work or of any
such standard, specification, manual or code or of any instruction of any Supplier referred to in 6.7,
CONTRACTOR shall so report to PROFESSIONAL in writing at once and before proceeding with
the Work affected thereby and shall obtain a written interpretation or clarification from
PROFESSIONAL; however, CONTRACTOR shall not be liable to OWNER or PROFESSIONAL
for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents unless
CONTRACTOR had actual knowledge thereof or should reasonably have known thereof.
Amending and Supplementing Contract Documents:
3.6. The Contract Documents may be amended to provide for additions, deletions and
revisions in the Work or to modify the terms and conditions thereof in one or more ofthe following
ways:
3.6.1. a formal Written Amendment,
3.6.2. a Change Order (pursuant to paragraph to.3), or
3.6.3. a Work Directive Change (pursuant to paragraph IDA).
GC-7
Tobacco Road 16" Water Main
City Project No. 10106
As indicated in paragraphs 11.2 and 12.1, Contract Price and Contract Time may only be changed by
a Change Order or a Written Amendment.
3.7. In addition, the requirements of the Contract Documents may be supplemented, and
minor variations and deviations in the Work may be authorized in one or more of the following
ways:
3.7.1. a Field Order (pursuant to paragraph 9.5).
3.7.2. PROFESSIONAL's approval of a Shop Drawing or sample (pursuant to paragraphs
6.24 and 6.26), or
3.7.3. PROFESSIONAL's written interpretation or certification (pursuantto paragraph 9.4).
Reuse of documents:
3.8. Neither CONTRACTOR nor any Subcontractor or Supplier or other person or
organization performing or furnishing any of the Work under a direct or indirect contract with
OWNER shall have or acquire any title to or ownership rights in any of the Drawings, Specifications
or other documents (or copies oil any thereof) prepared by or bearing the seal of PROFESSIONAL
or PROFESSIONAL's consultant; and they shall not reuse such Drawings, Specifications or other
documents (or copies of any thereof) on extensions of the Project or any other project without
written consent of OWNER and PROFESSIONAL and specific written verification or adaptation by
PROFESSIONAL.
ARTICLE 4-A V AILABILITY OF LANDS, PHYSICAL
CONDITIONS; REFERENCE POINTS
Availability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the
Work is to be performed, rights-of-way and easements for access thereto, and such other lands which
are designated for the use of CONTRACTOR. Necessary easements or rights-of-way will be
obtained and expenses will be borne by OWNER. If CONTRACTOR and OWNER are unable to
agree on entitlement to or the amount or extent of any adjustments in the Contract Price or the
Contract Times as a result of any delay in OWNER's furnishing these lands, rights-of-way or
easements, the CONTRACTOR may make a claim therefor as provided in Articles 11 and 12. The
CONTRACTOR shall provide for all additional lands and access thereto that may be required for
temporary construction facilities or storage of materials and equipment.
Physical Conditions:
4.2.1. Explorations and Reports: Reference is made to the Supplementary Conditions for
identification of those reports of explorations and tests of subsurface conditions at or contiguous to
GC-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
the site that have been utilized in preparing the Contract Documents and those drawings of physical
conditions in or relating to existing surface or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been utilized in preparing the Contract Documents.
4.2.2. CONTRACTOR may rely upon the general accuracy of the "technical data" contained
in such reports and drawings. Such "technical data" is identified in the Supplementary Conditions.
Except for such reliance on such "technical data," CONTRACTOR may not rely upon or make any
claim against OWNER, PROFESSIONAL, or any of PROFESSIONAL's Consultants with respect
to:
4.2.2.1. the completeness of such reports and drawings for CONTRACTOR's purposes,
including but not limited to, any aspects of the means, methods, techniques, sequences and
procedures of construction to be employed by CONTRACTOR and safety precautions and programs
incident thereto, or
4.2.2.2. other data, interpretations, opinions and information contained in such reports or
shown or indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of or conclusion drawn from any "technical data"
or any such data, interpretations, opinions or information.
4.2.3. If conditions are encountered, excluding existing utilities, at the site which are (1)
subsurface or otherwise concealed physical conditions which differ materially from those indicated
in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ
materially from those ordinarily found to exist and generally recognized as inherent in construction
activities of the character provided for in the Contract Documents, then CONTRACTOR shall give
COUNTY notice thereof promptly before conditions are disturbed and in no event later than 48
hours after first observance of the conditions.
4.2.4. The Project Manager and PROFESSIONAL shall promptly investigate such
conditions, and, if they differ materially and cause an increase or decrease in CONTRACTOR's cost
of, or time required for, performance of any part of the Work, the Project Manager and
PROFESSIONAL shall recommend an equitable adjustment in the Contract Price or Contract Time,
or both. If the Project Manager and PROFESSIONAL determines that the conditions at the Site are
not materially different from those indicated in the Contract Documents or are not materially
different from those ordinarily found and that no change in the terms of the Contract is justified, the
PROFESSIONAL shall notify CONTRACTOR of the determination in writing. The Work shall be
performed after direction is provided by the PROFESSIONAL.
Physical Conditions-Underground Facilities:
4.3.1. Shown or Indicated: The information and data shown or indicated in the Contract
Documents with respect to existing Underground Facilities at or contiguous to the site is based on
information and data furnished to OWNER or PROFESSIONAL by OWNERs of such Underground
Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions:
GC-9
Tobacco Road 16" Water Main
City Project No. 10106
4.3.1.1. OWNER and PROFESSIONAL shall not be responsible for the accuracy or
completeness of any such information or data: and
4.3.1.2. The cost of all of the following will be included in the Contract Price and
CONTRACTOR shall have full responsibility for reviewing and checking all such information and
data for locating all Underground Facilities shown or indicated in the Contract Documents, for
coordination of the Work with the OWNERs of such Underground Facilities during construction, for
the safety and protection thereof as provided in paragraph 6.20 and repairing any damage thereto
resulting from the Work, the cost of all of which will be considered as having been included in the
Contract Price.
Not Shown or Indicated. If an Underground Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the Contract Documents and which
CONTRACTOR could not reasonably have been expected to be aware of, CONTRACTOR
shall, promptly after becoming aware thereof and before performing any Work affected thereby
except in an emergency as permitted by paragraph 6.22, identify the owner of such Underground
Facility and give written notice thereof to that owner and to OWNER and PROFESSIONAL.
PROFESSIONAL will promptly review the Underground Facility to determine the extent to
which the Contract Documents should be modified to reflect and document the consequences of
the existence of the Underground Facility, and the Contract Documents will be amended or
supplemented to the extent necessary. During such time, CONTRACTOR shall be responsible
for the safety and protection of such Underground Facility as provided in paragraph 6.20.
CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the
Contract Time, or both, to the extent that they are attributable to the existence of any
Underground Facility that was not shown or indicated in the Contract Documents and which
CONTRACTOR could not reasonably have been expected to be aware of. If the parties are
unable to agree as to the amount or length thereof, CONTRACTOR may make a claim therefor
as provided in Articles 11 and 12. .
Reference Points:
4.4. OWNER shall provide Engineering surveys to establish reference points for construction
which in PROFESSIONAL's judgment are necessary to enable CONTRACTOR to proceed with the
Work. CONTRACTOR shall be responsible for laying out the Work (unless otherwise specified in
the General Requirements), shall protect and preserve the established reference points and shall make
no changes or relocations without the prior written approval of OWNER. CONTRACTOR shall
report to PROFESSIONAL whenever any reference point is lost or destroyed or requires relocation
because of necessary changes in grades or locations, and shall be responsible for the accurate
replacement or relocation of such reference points by professionally qualified personnel.
Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material:
4.5 COUNTY shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site which was not shown or indicated in
GC-IO
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Drawings or Specifications or identified in the Contract Documents to be within the scope of the
Work and which may present a substantial danger to persons or property exposed thereto in
connection with the Work at the site. COUNTY shall not be responsible for any such materials
brought to the site by CONTRACTOR, Subcontractor, Suppliers or anyone else for whom
CONTRACTOR is responsible.
4.6 CONTRACTOR shall immediately: (i) stop all work in connection with such hazardous
condition and in any area affected thereby (except in an emergency as required by 6.22), and (ii)
notify OWNER and PROFESSIONAL (and thereafter confirm such notice in writing). OWNER
shall promptly consult with PROFESSIONAL concerning the necessity for OWNER to retain a
qualified expert to evaluate such hazardous condition or take corrective action, if any.
CONTRACTOR shall not be required to resume Work in connection with such hazardous condition
or in any such affected area until after OWNER has obtained any required permits related thereto and
delivered to CONTRACTOR special written notice (i) specifying that such condition and any
affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special
conditions under which such Work may be resumed safely. If OWNER and CONTRACTOR cannot
agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or
Contract Times as a result of such Work stoppage or such special conditions under which Work is
agreed by CONTRACTOR to be resumed, either party may make a claim therefor as provided in
Articles 11 and 12.
4.7 If after receipt of such special written notice, CONTRACTOR does not agree to resume
such Work based on a reasonable beliefit is unsafe, or does not agree to resume such Work under
such special conditions, then CONTRACTOR may order such portion of the Work that is in
connection with such hazardous conditions or in such affected area to be deleted from the Work. If
COUNTY and CONTRACTOR cannot agree as to entitlement to or the amount or extent of an
adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the
Work, then either party may make a claim therefor as provided in Articles 11 and 12. COUNTY
may have deleted such portion of the Work performed by COUNTY's own forces or others in
accordance with Article 8.
4.7.1 The provisions of 4.2 and 4.3 are not intended to apply to Asbestos, PCBs, Petroleum,
Hazardous Waste or Radioactive Material uncovered or revealed at the site.
ARTICLE S-BONDS AND INSURANCE
Performance and Other Bonds:
5.1. CONTRACTOR shall furnish performance and payment Bonds, each in an amount at
least equal to the Contract Price as Security for the faithful performance and payment of all
CONTRACTOR's obligations under the Contract Documents. These Bonds shall remain in effect at
least until one year after the date when final payment becomes due, except as otherwise provided by
Law or Regulation or by the Contract Documents. CONTRACTOR shall also furnish such other
Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms prescribed
GC-Il
Tobacco Road 16" Water Main
City Project No. 10106
by Law or Regulation or by the Contract Documents and be executed by such sureties as are named
in the current list of" Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds, and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the
Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be
accompanied by a certified copy of the authority to act.
Licensed Sureties and Insurers; Certificates of Insurance
5.2.1 All bonds and insurance required by the Contract Documents to be purchased and
maintained by CONTRACTOR shall be obtained from surety or insurance companies that are duly
licensed or authorized in the State of Georgia to issue bonds or insurance policies for the limits and
coverages so required. All bonds signed by an agent must be accompanied by a certified copy of
authority to act. Such surety and insurance companies shall also meet such additional requirements
and qualifications as may be provided in the Supplementary Conditions.
5.2.2. CONTRACTOR shall deliver to OWNER, with copies to each additional insured
identified in 5.3, an original or a certified copy of the complete insurance policy for each policy
required, certificates of insurance (and other evidence of insurance requested by OWNER or any
other additional insured) which CONTRACTOR is required to purchase and maintain in accordance
with 5.3.
5.2.3. If the surety on any Bond furnished by CONTRACTOR is declared a bankrupt or
becomes insolvent or its right to do business is terminated in any state where any part of the Project
is located or it ceases to meet the requirements of paragraph 5.1, CONTRACTOR shall within five
days thereafter substitute another Bond and Surety, both of which must be acceptable to OWNER.
CONTRACTOR's Liability Insurance:
5.3. CONTRACTOR shall purchase and maintain such comprehensive general liability and
other insurance as is appropriate for the Work being performed and furnished and as will provide
protection from claims set forth below which may arise out of or result from CONTRACTOR's
performance and furnishing of the Work and CONTRACTOR's other obligations under the Contract
Documents, whether it is to be performed or furnished by CONTRACTOR, by any Subcontractor,
by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or
by anyone for whose acts any ofthem may be liable:
5.3.1. Claims under workers' or workmen's compensation, disability benefits and other
similar employee benefit acts;
5.3.2. Claims for damages because of bodily injury, occupational sickness or disease, or
death of CONTRACTOR's employees;
5.3.3. Claims for damages because of bodily injury, sickness or disease, or death of any
person other than CONTRACTOR's employees;
GC-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
5.3.4. Claims for damages insured by personal injury liability coverage which are sustained
(a) by any person as a result of an offense directly or indirectly related to the employment of such
person by CONTRACTOR, or (b) by any other person for any other reason;
5.3.5. Claims for damages, other than to the Work itself, because of injury to or destruction
of tangible property wherever located, including loss of use resulting therefrom;
5.3.6. Claims arising out of operation of Laws or Regulations for damages because of bodily
injury or death of any person or for damage to property; and
5.3.7. Claims for damages because of bodily injury or death of any person or property
damage arising out of the ownership, maintenance or use of any motor vehicle.
The insurance required by this paragraph 5.3 shall include the specific coverages and be written for
not less than the limits of liability and coverages provided in the Supplementary Conditions, or
required by law, whichever is greater. The comprehensive general liability insurance shall include
completed operations insurance. All of the policies of insurance so required to be purchased and
maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement
that the coverage afforded will not be canceled, materially changed or renewal refused until at least
thirty days' prior written notice has been given to OWNER, PROGRAM MANAGER, and
PROFESSIONAL by certified mail. All such insurance shall remain in effect until final payment
and at all times thereafter when CONTRACTOR may be correcting, removing or replacing defective
Work in accordance with paragraph 13.12. In addition, CONTRACTOR shall maintain such
completed operations insurance for at least two years after final payment and furnish OWNER with
evidence of continuation of such insurance at final payment and one year thereafter.
Contractual Liability Insurance:
5.4. The comprehensive general liability insurance required by paragraph 5.3 will include
contractual liability insurance applicable to CONTRACTOR's obligations under paragraphs 6.32 and
6.33.
Owner's Liability Insurance:
5.5. OWNER shall be responsible for purchasing and maintaining OWNER's own liability
insurance, and/or Risk Retention Program, and, at OWNER's option, may purchase and maintain
such insurance as will protect OWNER against claims which may arise from operations under the
Contract Documents.
Property Insurance:
5.6. Unless otherwise provided in the Supplementary Conditions, OWNER shall purchase
and maintain property insurance upon the Work at the site to the full insurable value thereof(subject
to such deductible amounts as may be provided in the Supplementary Conditions or required by
Laws and Regulations). This insurance shall include the interests of OWNER, CONTRACTOR,
GC-13
Tobacco Road 16" Water Main
City Project No. 10106
Subcontractors, PROGRAM MANAGER, PROFESSIONAL and PROFESSIONAL's consultants in
the Work, all of whom shall be listed as insureds or additional insured parties, shall insure against
the perils of fire and extended coverage and shall include "all risk" insurance for physical loss and
damage including theft, vandalism and malicious mischief, collapse and water damage, and such
other perils as may be provided in the Supplementary Conditions, and shall include damages, losses
and expenses arising out of or resulting from any insured loss or incurred in the repair or replacement
of any insured property (including but not limited to fees and charges of PROFESSIONALs,
architects, attorneys and other PROFESSIONALs). Unot covered under the "all risk" insurance or
otherwise provided in the Supplementary Conditions, CONTRACTOR shall purchase and maintain
similar property insurance on portions of the Work stored on and off the site or in transit when such
portions of the Work are to be included in an Application for Payment.
5.7. OWNER shall purchase and maintain such boiler and machinery insurance or additional
property insurance as may be required by the Supplementary Conditions or Laws and Regulations
which will include the interests of OWNER, CONTRACTOR, Subcontractors, PROFESSIONAL
AND PROFESSIONAL's consultants in the Work, all of whom shall be listed as insured or
additional insured parties.
5.8. All the policies of insurance (or the certificates or other evidence thereof) required to be
purchased and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 will contain a
provision or endorsement that the coverage afforded will not be canceled or materially changed or
renewal refused until at least thirty days prior written notice has been given to CONTRACTOR by
certified mail and will contain waiver provisions in accordance with paragraph of 5.11.2.
5.9. OWNER shall not be responsible for purchasing and maintaining any property insurance
to protect the Interests of CONTRACTOR, Subcontractors or others in the Work to the extent of any
deductible amounts that are provided in the Supplementary Conditions. The risk of loss within the
deductible amount will be borne by CONTRACTOR, Subcontractor or others suffering any such
loss, and if any of them wishes property insurance coverage within the limits of such amounts, each
may purchase and maintain it at the purchaser's own expense.
5.10. If CONTRACTOR requests in writing that other special insurance be included in the
property insurance policy, OWNER shall, if possible, include such insurance, and the cost thereof
will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to
commencement of the Work at the site, OWNER shall in writing advise CONTRACTOR whether or
not such other insurance has been procured by OWNER.
Waiver of Rights:
5.11.1. OWNER and CONTRACTOR waive all rights against each other for all losses and
damages caused by any of the perils covered by the policies of insurance provided in response to
paragraphs 5.6 and 5.7 and other property insurance applicable to the Work, and also waive all such
rights against the Subcontractors, PROFESSIONAL, PROFESSIONAL's consultants and all other
parties named as insureds in such policies for losses and damages so caused. As required by
paragraph 6.11, each subcontract between CONTRACTOR and a Subcontractor will contain similar
GC-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10 I 06
waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, PROFESSIONAL,
PROFESSIONAL's consultants and all other parties named as insureds. None of the above waivers
shall extend to the rights that any of the insured parties may have to the proceeds of insurance held
by OWNER as trustee or otherwise payable under any policy so issued.
5.11.2. OWNER and CONTRACTOR intend that policies provided in response to
paragraphs 5.6 and 5.7 shall protect all of the parties insured and provide primary coverage for all
losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain
provisions to the effect that in the event of payment of any loss or damage the insurer will have no
rights of recovery against any of the parties named as insureds or additional insureds, and if the
insurers require separate waiver forms to be signed by PROFESSIONAL or PROFESSIONAL's
consultant OWNER will obtain the same, and if such waiver forms are required of any
Subcontractor, CONTRACTOR will obtain the same.
Receipt and Application of Proceeds:
5.12. Any insured loss under the policies of insurance required by paragraphs 5.6 and 5.7
will be adjusted with OWNER and made payable to OWNER as trustee for the insureds, as their
interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph
5.13. OWNER shall deposit in a separate account any money so received and shall distribute it in
accordance with such agreement as the parties in interest may reach. If no other special agreement is
reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account
thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written
Amendment.
Receipt and Application of Insurance Proceeds
5.13. OWNER, as trustee, shall have power to adjust and settle any loss with the insurers
wlless one of the parties in interest shall object in writing within fifteen days after the occurrence of
loss to OWNER's exercise of this power. If such objection be made, OWNER, as trustee, shall make
settlement with the insurers in accordance with such agreement as the parties in interest may reach. If
required in willing by any party in interest, OWNER as trustee shall, upon the occurrence of an
insured loss, give bond for the proper performance of such duties.
Acceptance of Insurance:
5.14. If OWNER has any objection to the coverage afforded by or other provisions of the
insurance required to be purchased and maintained by CONTRACTOR in accordance with
paragraphs 5.3 and 5.4 on the basis of its not complying with the Contract Documents, OWNER
shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such
certificates to OWNER in accordance with paragraph 2.7. If CONTRACTOR has any objection to
the coverage afforded by or other provisions of the policies of insurance required to be purchased
and maintained by OWNER in accordance with paragraphs 5.6 and 5.7 on the basis of their not
complying with the Contract Documents, CONTRACTOR shall notify OWNER in writing thereof
within ten days of the date of delivery, of such certificates to CONTRACTOR in accordance with
GC-15
Tobacco Road 16" Water Main
City Project No. 10106
paragraph 2.7. OWNER and CONTRACTOR shall each provide to the other such additional
information in respect of insurance provided by each as the other may reasonably request. Failure by
OWNER or CONTRACTOR to give any such notice of objection within the time provided shall
constitute acceptance of such insurance purchased by the other as complying with the Contract
Documents.
Partial Utilization-Property Insurance:
5.15. If 0 WNER finds it necessary to occupy or use a portion or portions of the Work prior
to Substantial Completion of all the Work, such use or occupancy may be accomplished in
accordance with paragraph 14.10 provided that no such use or occupancy shall commence before the
insurers providing the property insurance have acknowledged notice thereof and in writing effected
the changes in coverage necessitated thereby. The insurers providing the property insurance shall
consent by endorsement on the policy or policies, but the property insurance shall not be canceled or
lapse on account of any such partial use or occupancy.
Indemnification
5.16.1. CONTRACTOR shall indemnify and hold harmless COUNTY, PROGRAM
MANAGER, and its employees and agents from and against all liabilities, claims, suits, demands,
damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the
performance of its Work, provided that any such liability, claim, suit, demand, damage, loss, or
expense (a) is attributable to bodily injury, sickness, disease or death, or injury to or destruction of
tangible property, including the loss of use resulting therefrom and (b) is caused in whole or in part
by an act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed
by and of them, or anyone for whose acts any of them may be liable, whether or not it is caused in
whole or in part by the negligence or other fault of a party indemnified hereunder.
5.16.2. In any and all claims against COUNTY or any of its agents or employees by any
employee of CONTRACTOR, any SUBCONTRACTOR, anyone directly or indirectly employed by
any of them, or anyone for whose acts any of them may be liable, the indemnification obligation
under the previous paragraph shall not be limited in any way as to the amount or type of damages,
compensation or benefits payable by or for CONTRACTOR or any SUBCONTRACTOR under
workmen's compensation acts, disability benefit acts, or other employee benefit acts.
5.16.3. CONTRACTOR shall indemnify and hold harmless COUNTY and anyone directly
or indirectly employed by it from and against all claims, suits, demands, damages, losses expenses
(including attorney's fees) arising out of any infringement on patent or copyrights held by others and
shall defend all such claims in connection with any alleged infringement of such rights.
GC-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road) 6" Water Main
City Project No. 10106
ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES
6.1. CONTRACTOR shall supervise and direct the Work competently and efficiently,
devoting such attention thereto and applying such skills and expertise as may be necessary to
perform the Work in accordance with the Contract Documents. CONTRACTOR shall be solely
responsible for the means, methods, techniques, sequences and procedures of construction, but
CONTRACTOR shall not be responsible for the negligence of others in the design or specification
of a specific means, method, technique, sequence or procedure of construction which is shown or
indicated in and expressly required by the Contract Documents. CONTRACTOR shall be
responsible to see that the finished Work complies accurately with the Contract Documents.
6.2. CONTRACTOR shall keep on the Work, at all times during its progress a competent
resident superintendent, who shall not be replaced without whiten notice to OWNER and
PROFESSIONAL except under extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the site and shall have authority to act on behalf of CON-
TRACTOR. All communications to the superintendent shall be as binding as if given to
CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay
out the Work and perform construction as required by the Contract Documents. CONTRACTOR
shall at all times maintain good discipline and order at the site. Except in connection with the safety
or protection of persons or the Work or property at the site or adjacent thereto, and except as
otherwise indicated in the Contract Documents, all Work at the site shall be performed during
regular working hours, and CONTRACTOR will not permit evening work or the performance of
Work on Saturday, Sunday or any legal holiday without OWNER's written consent given after prior
written notice to PROFESSIONAL.
6.4. Unless otherwise specified in the General Requirements, CONTRACTOR shall furnish
and assume full responsibility for all materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities and all other facilities and incidentals whether temporary or permanent
necessary for the execution, testing, initial operation, and completion of the Work as required by the
Contract Documents.
6.5. All materials and equipment shall be of good quality and new, except as otherwise
provided in the Contract Documents. If required by PROFESSIONAL, CONTRACTOR shall
furnish satisfactory evidence (including reports of required tests) as to the kind and quality of
materials and equipment. All materials and equipment shall be applied, installed, connected, erected,
used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except
as otherwise provided in the Contract Documents; but no provision of any such instructions will be
effective to assign to PROFESSIONAL, or any of PROFESSIONAL's consultants, agents or
employees, any duty or authority to supervise or direct the furnishing or performance of the Work or
any duty or authority to undertake responsibility contrary to the provisions of paragraph 9.14 or 9.15.
GC-17
Tobacco Road 16" Water Main
City Project No. 10106
Adjusting Progress Schedule:
6.6. CONTRACTOR shall submit to PROFESSIONAL for acceptance to the extent
indicated in paragraph 2.9 adjustments in the progress schedule to reflect the impact
thereon of new developments; these will conform generally to the progress schedule
then in effect and additionally will comply with any provisions of the General
Requirements applicable thereto.
Substitutes or "Or-Equal" Items:
6.7.1. Whenever materials or equipment are specified or described in the Contract
Documents by using the name of a proprietary item or the name of a particular Supplier, the naming
of the item is intended to establish the type, function and quality required. Unless the name is
followed by words indicating that no substitution is permitted, materials or equipment of other
Suppliers may be accepted by PROFESSIONAL if sufficient information is submitted by
CONTRACTOR to allow PROFESSIONAL to determine that the material or equipment proposed is
equivalent or equal to that named. The procedure for review by PROFESSIONAL will include the
following as supplemented in the General Requirements. Requests for review of substitute items of
material and equipment will not be accepted by PROFESSIONAL from anyone other than
CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or
equipment, CONTRACTOR shall make written application to PROFESSIONAL for acceptance
thereof, certifying that the proposed substitute will perform adequately the functions and achieve the
results called for by the general design, be similar and of equal substance to that specified and be
suited to the same use as that specified. The application will state that the evaluation and acceptance
of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Comple-
tion on time, whether or not acceptance of the substitute for use in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract with OWNER for
work on the Project) to adapt the design to the proposed substitute and whether or not incorporation
or use of the substitute in connection with the Work is subject to payment of any license fee or
royalty. All variations of the proposed substitute from that specified will be identified in the
application and available maintenance, repair and replacement service will be indicated. The
application will also contain an itemized estimate of all costs that will result directly or indirectly
from acceptance of such substitute, including costs of redesign and claims of other contractors
affected by the resulting change, all of which shall be considered by PROFESSIONAL. In
evaluating the proposed substitute, PROFESSIONAL may require CONTRACTOR to furnish, at
CONTRACTOR's expense, additional data about the proposed substitute.
6.7.2. If a specific. means, method, technique, sequence or procedure of construction is
indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a
substitute means, method, sequence, technique or procedure of construction acceptable to
PROFESSIONAL, if CONTRACTOR submits sufficient information to allow PROFESSIONAL to
determine that the substitute proposed is equivalent to that indicated or required by the Contract
Documents. The procedure for review by PROFESSIONAL will be similar to that provided in
paragraph 6.7.1 as applied by PROFESSIONAL and as may be supplemented in the General
GC-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. ] 0] 06
Requirements.
6.7.3. PROFESSIONAL will be allowed a reasonable time within which to evaluate each
proposed substitute. PROFESSIONAL will be the sole judge of acceptability and no substitute will
be ordered, installed or utilized without PROFESSIONAL's prior written acceptance which will be
evidenced by either a Change Order or an approved Shop Drawing. OWNER may require
CONTRACTOR to furnish, at CONTRACTOR's expense, a special performance guarantee or other
surety with respect to any substitute. PROFESSIONAL will record time required by
PROFESSIONAL and PROFESSIONAL's consultants in evaluating substitutions proposed by
CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or
not PROFESSIONAL accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for
the charges of PROFESSIONAL and PROFESSIONAL's consultants for evaluating each proposed
substitute.
COllcerning Subcontractors. Suppliers and Otllers:
6.8.1. CONTRACTOR shall not employ any Subcontractor, Supplier or other person or
organization (including those acceptable to OWNER and PROFESSIONAL as indicated in
paragraph 6.8.2) whether initially or as a substitute, against whom OWNER or PROFESSIONAL
may have reasonable objection. CONTRACTOR shall not be required to employ any Subcontractor,
Supplier or other person or organization to furnish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
6.8.2. If the Supplementary Conditions require the identity of certain Subcontractors,
Suppliers or other persons or organizations including those who are to furnish the principal items of
materials and equipment to be submitted to OWNER in advance of the specified date prior to the
Effective Date of the Agreement for acceptance by OWNER and PROFESSIONAL and if
CONTRACTOR has submitted a list thereof in accordance with the Supplementary Conditions,
OWNER's or PROFESSIONAL's acceptance (either in writing or by falling to make written objec-
tion thereto by the date indicated for acceptance or objection. In the bidding documents or the
Contract Documents) of any such Subcontractor, Supplier or other person or organization so
identified may be revoked on the basis of reasonable objection after due investigation, in which case
CONTRACTOR shall submit an acceptable substitute, the Contract Price will be increased by the
difference, and the cost occasioned by such substitution and an appropriate Change Order will be
issued or Written Amendment signed. No acceptance by OWNER or PROFESSIONAL of any such
Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of
OWNER or PROFESSIONAL to reject defective Work.
6.9. CONTRACTOR shall be fully responsible to OWNER and PROFESSIONAL for all
acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing
or furnishing any of the Work under a direct or indirect contract with CONTRACTOR just as
CONTRACTOR is responsible for CONTRACTOR's own acts and omissions. Nothing in the
Contract Documents shall create any contractual relationship between OWNER or PROFESSIONAL
and any such Subcontractor, Supplier or other person or organization, nor shall it create any
obligation on the part of OWNER or PROFESSIONAL to payor to see to the payment of any
GC-19
Tobacco Road 16" Water Main
City Project No. 10106
moneys due any such Subcontractor, Supplier or other person or organization except as may
otherwise be required by Laws and Regulations.
6.10. The divisions and sections of the Specifications and the identifications of any
Drawings shall not control CONTRACTOR in dividing the Work among Subcontractors or
Suppliers or delineating the Work to be performed by any specific trade.
6.11. All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an
appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the
Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of
OWNER and PROFESSIONAL and contains waiver provisions as required by paragraph 5.11.
CONTRACTOR shall pay each Subcontractor a just share of any insurance moneys received by
CONTRACTOR on account of losses under policies issued pursuant to paragraphs 5.6 and 5.7.
Patent Fees and Royalties:
6.12. CONTRACTOR shall pay all license fees and royalties and assume all costs incident to
the use in the performance of the Work or the incorporation in the Work of any invention, design,
process, product or device which is the subject of patent rights or copyrights held by others.
CONTRACTOR shall indemnify and hold harmless OWNER and PROFESSIONAL and anyone
directly or indirectly employed by either of them from and against all claims, damages, losses and
expenses including attorneys' fees and court and arbitration costs arising out of any infringement on
patent rights or copyrights incident to the use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design, process, product or device not specified in the
Contract Documents, and shall defend all such claims in connection with any alleged infringement of
such rights.
Permits:
6.13. CONTRACTOR shall obtain and pay for all construction permits, licenses,
governmental charges and inspection fees, and all public utility charges which are applicable and
necessary for the execution of the Work. All permit costs shall be included in the base bid. Permits,
if any, that are provided and paid for by OWNER are listed in the Supplementary Conditions. Any
delays associated with the permitting process will be considered for time extensions only and no
damages or additional compensation for delay will be allowed.
Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and comply with all Laws and Regulations
applicable to furnishing and performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, neither OWNER nor PROFESSIONAL shall be responsible for
monitoring CONTRACTOR's compliance with any Laws or Regulations.
6.14.2. If CONTRACTOR observes that any of the Contract Documents are contradictory to
such laws, rules, and regulations, it will notify the Project Manager promptly in writing. Any
GC-20
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10]06
necessary changes shall then be adjusted by an appropriate Change Order. If CONTRACTOR
performs any Work that it knows or should have known to be contrary to such laws, ordinances,
rules, and regulations and without such notice to the Project Manager, it shall bear all related costs.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to
be paid by CONTRACTOR in accordance with the Laws and Regulations of the place of the Project
which are applicable during the performance of the Work.
Use of Premises:
6.16. CONTRACTOR shall confine construction equipment, the storage of materials and
equipment and the operations of workers to the Project site and land and areas identified in and
permitted by the Contract Documents and other land and areas permitted by Laws and Regulations,
rights-of-way, permits and easements. CONTRACTOR shall not unreasonably encumber the
premises with construction equipment or other materials or equipment. Any loss or damage to
CONTRACTOR's or any Subcontractor's equipment is solely at the risk of CONTRACTOR.
CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the
owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance
of the Work. Should any claim be made against OWNER or PROFESSIONAL by any such owner or
occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle
with such other party by agreement or otherwise resolve the claim by arbitration or at law.
CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold
OWNER harmless from and against all claims, damages, losses and expenses (including, but not
limited to, fees of PROFESSIONALs, architects, attorneys and other professionals and court and
arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable,
brought by any such other party against OWNER to the extent based on a claim arising out of
CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish and other debris or contaminates resulting from the Work.
At the completion of the Work, CONTRACTOR shall remove ail waste materials, rubbish and debris
from and about the premises as well as all tools, appliances, construction equipment and machinery,
and surplus materials, and shall leave the site clean and ready for occupancy by OWNER. CON-
TRACTOR shall restore to original condition all property not designated for alteration by the
Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part of any structure to be loaded in any
manner that will endanger the structure, nor shall CONTRACTOR subject any part of the Work or
adjacent property to stresses or pressures that will endanger them.
Record Documents:
GC-21
Tobacco Road 16" Water Main
City Project No. 10106
6.19. Contractor shall keep at the site and in good order one record copy of the Contract
Documents and all Drawings and Specifications. These documents shall be annotated on a
continuing basis to show all changes made during the construction process. These shall be available
to PROFESSIONAL and the Project Manager and shall be submitted with the Application for Final
Payment.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for initiating, maintaining and supervising all
safety precautions and programs in connection with the Work. CONTRACTOR shall assume all risk
of loss for stored equipment or materials, irrespective of whether CONTRACTOR has transferred
the title of the stored equipment or materials to OWNER. CONTRACTOR shall take all necessary
precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or
loss to:
6.20.1. all employees on the Work and other persons and organizations who may be affected
thereby;
6.20.2. all the Work and materials and equipment to be incorporated therein, whether in
storage on or off the site; and
6.20.3. other property at the site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities and Underground Facilities not designated for removal,
relocation or replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws and Regulations of any public body having
jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR
shall notify OWNERs of adjacent property and of Underground Facilities and utility OWNERs when
prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,
relocation and replacement of their property. All damage, injury or loss to any property referred to in
paragraph 6.20.2 or 6.20.3 caused, directly or indirectly, in whole or in part, by CONTRACTOR,
any Subcontractor, Supplier or any other person or organization directly or indirectly employed by
any of them to perform or furnish any the Work or anyone for whose acts any of them may be liable,
shall be remedied by CONTRACTOR (except damage or loss attributable to the fault of Drawings or
Specifications or to the acts or omissions of OWNER or PROFESSIONAL or anyone employed by
either of them or anyone for whose acts either of them may be liable, and not attributable, directly or
indirectly, in whole or in part, to the fault or negligence of CONTRACTOR). CONTRACTOR's
duties and responsibilities for the safety and protection of the Work shall continue until such time as
all the Work is completed and PROFESSIONAL has issued a notice to OWNER and
CONTRACTOR in accordance, with paragraph 14.13 that the Work is acceptable (except as
otherwise expressly provided In connection with Substantial Completion).
6.21. CONTRACTOR shall designate a responsible member of its organization whose duty
shall be the prevention of accidents at the site. This person shall be CONTRACTOR's
GC-22
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
superintendent unless otherwise designated in writing by CONTRACTOR to the Project Manager.
Emergencies:
6.22. In emergencies affecting the safety or protection of persons or the Work or property at
the site or adjacent thereto, CONTRACTOR, without special instruction or authorization from
PROFESSIONAL or OWNER, is obligated to act to prevent threatened damage, injury or loss.
CONTRACTOR shall give PROFESSIONAL prompt written notice if CONTRACTOR believes
that any significant changes in the Work or variations from the Contract Documents have been
caused thereby. If PROFESSIONAL determines that a change in the Contract Documents is required
because of the action taken in response to an emergency, a Work Directive Change or Change Order
be issued to document the consequences of the changes or variations.
6.22.1. CONTRACTOR shall immediately notify PROFESSIONAL of all events involving
personal injuries to any person on the Site, whether or not such person was engaged in the
construction of the Project, and shall file a written report on such person(s) and any other event
resulting in property damage of any amount within five (5) days of the occurrence.
6.22.2. If PROFESSIONAL determines that a change in the Contract Documents is required
because of the action taken by CONTRACTOR in response to such an emergency, a Change Order
will be issued to document the consequences of such action.
Shop Drawings and Samples:
6.23. After checking and verifying all field measurements, CONTRACTOR shall promptly
submit to PROFESSIONAL for approval, in accordance with the accepted schedule of submittals, all
submittals and samples required by the Contract Documents. All submittals and samples shall have
been checked by and stamped with the approval of CONTRACTOR and identified as
PROFESSIONAL may require. The data shown on or with the submittals will be complete with
respect to dimensions, design criteria, materials and any other information necessary to enable
PROFESSIONAL to review the submittal as required. At the time of each submission,
CONTRACTOR shall give notice to PROFESSIONAL of all deviations that the submittal or sample
may have from the requirements of the Contract Documents.
6.24. PROFESSIONAL shall review and approve submittals and samples. Professional's
review and approval shall be only for conformance with the design concept of the Project and
compliance with the information given in the Contract Documents. The approval of a separate item
as such will not indicate approval of the assembly in which the item functions. CONTRACTOR will
make any corrections required by PROFESSIONAL and resubmit the required number of corrected
copies until approved. CONTRACTOR's stamp of approval on any submittal or sample shall
constitute its representation to PROFESSIONAL and County that CONTRACTOR has determined
and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and
similar data, and that each submittal or sample has been reviewed or coordinated with the
requirements of the Work and the Contract Documents.
6.24.1. No Work requiring a submittal or sample submission shall commence until the
GC-23
Tobacco Road 16" Water Main
City Project No. 10106
submission has been approved by PROFESSIONAL. A copy of each approved submittal and each
approved sample shall be kept in good order by CONTRACTOR at the site and shall be available to
PROFESSIONAL and County staff. Any delays associated with the submittal process will be
considered for time extensions only, and no damages or additional compensation for delay will be
allowed.
6.25. Before submission of each Shop Drawing or sample, CONTRACTOR shall have
determined and verified all quantities, dimensions, specified performance criteria, installation
requirements, materials, catalog numbers and similar data with respect thereto and reviewed or
coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the
requirements of the Work and the Contract Documents.
6.25.1. At the time of each submission, CONTRACTOR shall give PROFESSIONAL
specific written notice of each variation that the Shop Drawings or samples may have from the
requirements of the Contract Documents, and, in addition, shall cause a specific notation to be made
on each Shop Drawing submitted to PROFESSIONAL for review and approval of each such
variation.
6.26. PROFESSIONAL will review and approve with reasonable promptness Shop
Drawings and samples, but PROFESSIONAL's review and approval will be only for conformance
with the design concept of the Project and for compliance with the information given in the Contract
Documents and shall not extend to means, methods, techniques, sequences or procedures of
construction (except where a specific means, method, technique, sequence or procedure of
construction is indicated in or required by the Contract Documents) or to safety precautions or
programs incident thereto. The review and approval of a separate item as such will not indicate
approval of the assembly in which the item functions.
6.27. No Work requiring a submittal or sample submission shall commence until the
submission has been approved by PROFESSIONAL. A copy of each approved submittal and each
approved sample shall be kept in good ordc;:r by CONTRACTOR at the site and shall be available to
PROFESSIONAL and Project Manager staff. Any delays associated with the submittal process will
be considered for time extensions only, and no damages or additional compensation for delay will be
allowed.
6.28. PROFESSIONAL's approval of submittals or samples shall not relieve
CONTRACTOR from responsibility for any variation from the requirements of the Contract
Documents unless CONTRACTOR has, in writing, called PROFESSIONAL's attention to each such
variation at the time of submission and the Project Manager has given written approval to the
specific deviation; any such approval by PROFESSIONAL shall not relieve CONTRACTOR from
responsibility for errors or omissions in the submittals.
6.29. Where a shop drawing or sample is required by the Contract Documents or the
schedule of shop drawings and sample submissions accepted by PROFESSIONAL as required, any
related work performed prior to Professional's review and approval of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
GC-24
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Continuing tile Work:
6.30. CONTRACTOR shall carry on the Work and adhere to the progress schedule during all
disputes or disagreements with OWNER. No Work shall be delayed or postponed pending resolution
of any disputes or disagreements, except as permitted by paragraph 15.6 or as CONTRACTOR and
OWNER may otherwise agree in writing.
Cleaning Up:
6.31. CONTRACTOR shall maintain the site free from accumulations of waste materials,
rubbish, and other debris or contaminates resulting from the work on a daily basis or as required. At
the completion of the work, CONTRACTOR shall remove all waste materials, rubbish, and debris
from the site as well as all tools, construction equipment and machinery, and surplus materials and
will leave the Site clean and ready for occupancy by OWNER. All disposal shall be in accordance
with applicable laws and regulations. In addition to any other rights available to OWNER under the
Contract Documents, CONTRACTOR's failure to maintain the site may result in withholding of any
amounts due CONTRACTOR. CONTRACTOR will restore to original condition those portions of
the site not designated for alteration by the Contract Documents.
Indemnification:
6.32. To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall
indemnify and hold harmless OWNER and PROFESSIONAL and their consultants, agents and
employees from and against all claims, damages, losses and expenses, direct, indirect or
consequential (including but not limited to fees and charges of PROFESSIONALs, architects,
attorneys and other PROFESSIONALs and court and arbitration costs) arising out of or resulting
from the performance of the Work, provided that any such claim, damage, loss or expense (a) is
attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible
property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in
whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, any person
or organization directly or indirectly employed by any of them to perform or furnish any of the Work
or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part
by a party indemnified hereunder or arises by or is imposed by Law and Regulations regardless of
the negligence of any such party.
6.33. In any and all claims against OWNER or PROFESSIONAL or any of their consultants,
agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, the indemnification obligation under paragraph
6.32 shall not be limited in any way by any limitation on the amount or type of damages,
compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other
person or organization under workers' or workmen's compensation acts, disability benefit acts or
other employee benefit acts.
GC-25
Tobacco Road 16" Water Main
City Project No. 10 1 06
6.34. The obligations of CONTRACTOR under paragraph 6.32 shall not extend to the
liability of PROFESSIONAL, PROFESSIONAL's consultants, agents or employees arising out of
the preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs or
specifications.
ARTICLE 7---0THER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the Project at the site by OWNER's own
forces, have other work performed by ailed OWNERs or let other direct contracts therefor which
shall contain General Conditions similar to these. If the fact that such other work is to be performed
was not noted in the Contract Documents, written notice thereof will be given to CONTRACTOR
prior to starting any such other work, and, if CONTRACTOR believes that such performance will
involve additional expense to CONTRACTOR or requires additional time and the parties are unable
to agree as to the extent thereof, CONTRACTOR may make a claim therefor as provided in Articles
11 and 12.
7.1.2. CONTRACTOR shall afford each utility owner and other contractor who is a party to
such a direct contract for OWNER, if OWNER is performing the additional work with OWNER's
employees, proper and safe access to the site and a reasonable opportunity for the introduction and
storage of materials and equipment and the execution of such work, and shall properly connect and
coordinate the Work with theirs. CONTRACTOR shall do all cutting, fitting and patching of the
Work that may be required to make its several parts come together properly and integrate with such
other work. CONTRACTOR shall not endanger any work of others by cutting, excavating or
otherwise altering their work and will only cut or alter their work with the written consent of
PROFESSIONAL and the others whose work will be affected. The duties and responsibilities of
CONTRACTOR under this paragraph are for the benefit of such utility owners and other contractors
to the extent that there are comparable provisions for the benefit of CONTRACTOR in said direct
contracts between OWNER and such utility owners and other contractors.
7.2. If any part of CONTRACTOR's Work depends for proper execution or results upon the
work of any such other contractor or utility owner (or OWNER), CONTRACTOR shall inspect and
promptly report to PROFESSIONAL in writing any delays, defects or deficiencies in such work that
render it unavailable or unsuitable for such proper execution and results. CONTRACTOR's failure so
to report will constitute an acceptance of the other work as fit and proper for integration with
CONTRACTOR's Work except for latent or non-apparent defects and deficiencies in the other work.
Coordination:
7.3. If 0 WNER contracts with others for the performance of other work on the Project at the
site, the person or organization who will have authority and responsibility for coordination of the
activities among the various prime contractors will be identified in the Supplementary Conditions,
and the specific matters to be covered by such authority and responsibility will be itemized, and the
GC-26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road] 6" Water Main
City Project No. ]0106
extent of such authority and responsibilities will be provided in the Supplementary Conditions.
Unless otherwise provided in the Supplementary Conditions, neither OWNER nor PROFESSIONAL
shall have any authority or responsibility in respect of such coordination.
ARTICLE 8---0WNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General Conditions, COUNTY shall issue all
communications to CONTRACTOR through the Project Manager or PROFESSIONAL.
8.2. In case of termination of the employment of PROFESSIONAL, OWNER shall appoint a
PROFESSIONAL against whom CONTRACTOR makes no reasonable objection, whose status
under the Contract Documents shall be that of the former PROFESSIONAL. Any dispute in
connection with such appointment shall be subject to arbitration.
8.3. OWNER shall furnish the data required of OWNER under the Contract Documents
promptly and shall make payments to CONTRACTOR promptly after they are due as provided in
paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands and easements and providing
Engineering surveys to establish reference points are set forth in paragraphs 4.1 and 4.4. Paragraph
4.2 refers to OWNER's identifYing and making available to CONTRACTOR copies of reports of
explorations and tests of subsurface conditions at the site and in existing structures which have been
utilized by PROFESSIONAL in preparing the Drawings and Specifications.
8.5. OWNER's responsibilities in respect of purchasing and maintaining liability and
property insurance are set forth in paragraphs 5.5 through 5.8.
8.6. OWNER is obligated to execute Change Orders as indicated in paragraph 10.3.
8.7. OWNER's responsibility in respect of certain inspections, tests and approvals is set forth
in paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or suspend Work, see paragraphs
13.10 and 15.1. Paragraph 15.2 deals with OWNER's rightto terminate services of CONTRACTOR
under certain circumstances.
GC-27
Tobacco Road] 6" Water Main
City Project No. 10]06
ARTICLE 9---PROFESSIONAL'S STATUS DURING
CONSTRUCTION
Owner's Representative:
9.1. PROFESSIONAL will be OWNER's representative during the construction period. The
duties and responsibilities and the limitations of authority of PROFESSIONAL as OWNER's
representative during construction are set forth in the Contract Documents and shall not be extended
without written consent of OWNER and PROFESSIONAL.
Visits to Site:
9.2. PROFESSIONAL will make visits to the site at intervals appropriate to the various
stages of construction to observe the premises and quality of the executed Work and to determine, in
general, if the Work is proceeding in accordance with the Contract Documents. PROFESSIONAL
will not be required to make exhaustive or continuous on-site inspections to check the quality or
quantity of the Work. PROFESSIONAL's efforts will be directed toward providing for OWNER a
greater degree of confidence that the completed Work will conform to the Contract Documents. On
the basis of such visits and on-site observations as an experienced and qualified design PROFES-
SIONAL, PROFESSIONAL will keep OWNER informed of the progress of the Work and will
endeavor to guard OWNER against defects and deficiencies in the Work.
Project Representation:
9.3. If OWNER and PROFESSIONAL agree, PROFESSIONAL will furnish a Resident
Project Representative to assist PROFESSIONAL in observing the performance of the Work. The
duties, responsibilities and limitations of authority of any such Resident Project Representative and
assistants will be as provided in the Supplementary Conditions. If OWNER designates another agent
to represent OWNER at the site who is not PROFESSIONAL's agent or employee, the duties,
responsibilities and limitations of authority of such other person will be as provided in the
Supplementary Conditions.
Clarifications and Interpretations:
9.4. PROFESSIONAL shall issue such written clarifications or interpretations of the
Contract Documents (in the form of Drawings or otherwise) as may be determined necessary, or as
reasonably requested by CONTRACTOR, which shall be consistent with or reasonably inferable
from the overall intent of the Contract Documents. If CONTRACTOR believes that a written
clarification and interpretation entitles it to an increase in the Contract Price and/or Contract Time,
CONTRACTOR may make a claim as provided for in Articles 11 or 12.
AutllOrized Variations in Work:
9.5. PROFESSIONAL may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
GC-28
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Time and are consistent with the overall intent of the Contract Documents. These may be
accomplished by a Field Order and will bc binding on OWNER and also on CONTRACTOR who
shall perform the Work involved promptly. If CONTRACTOR believes that a Field Order justifies
an increase in the Contract Price or an extension of the Contract Time and the parties are unable to
agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in
Article 11 or 12.
Rejecting Defective Work:
9.6. PROFESSIONAL will have authority to disapprove or reject Work which
PROFESSIONAL believes to be defective and will also have authority to require special inspection
or testing of the Work as provided in paragraph 13.9, whether or not the Work is fabricated, installed
or completed.
Shop Drawings, Change Orders and Payments:
9.7. In connection with PROFESSIONAL's responsibility for Shop Drawings and samples,
see paragraphs 6.23 through 6.29 inclusive.
9.8. In connection with PROFESSIONAL's responsibilities as to Change Orders, see Articles
10, 11 and 12.
9.9. In connection with PROFESSIONAL's responsibilities in respect of Applications for
Payment, etc., see Article 14.
Determinationsfor Unit Prices:
9.10. PROFESSIONAL will determine the actual quantities and classifications of Unit Price
Work perfonned by CONTRACTOR. PROFESSIONAL will review with CONTRACTOR
PROFESSIONAL's preliminary determinations on such matters before rendering a written decision
thereon (by recommendation of an Application for Payment or otherwise). PROFESSIONAL's
written decisions thereon will be final and binding upon OWNER and CONTRACTOR, unless,
within ten days after the date of any such decision, either OWNER or CONTRACTOR delivers to
the other party to the Agreement and to PROFESSIONAL written notice of intention to appeal from
such a decision.
Decisions on Disputes:
9.11. PROFESSIONAL will be the initial interpreter of the requirements of the Contract
Documents and judge of the acceptability of the Work thereunder. Claims, disputes and other matters
relating to the acceptability of the Work or the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of the Work and claims under Articles 11
and 12 in respect of changes m the Contract Price or Contract Time will be referred initially to
PROFESSIONAL in writing with a request for a formal decision in accordance with this paragraph,
which PROFESSIONAL will render in writing within a reasonable time. Written notice of each such
GC-29
Tobacco Road] 6" Water Main
City Project No. 10]06
claim, dispute and other matter will be delivered by the claimant to PROFESSIONAL and the other
party to the Agreement promptly (but in no event later than thirty days after the occurrence of the
event giving rise thereto) and written supporting data will be submitted to PROFESSIONAL and the
other party within sixty days after such occurrence unless PROFESSIONAL allows an additional
period of time to ascertain more accurate data in support of the claim.
9.12. When functioning as interpreter and judge under paragraphs 9.10 and 9.11,
PROFESSIONAL will not show partiality to OWNER or CONTRACTOR and will not be liable in
connection with any interpretation or decision rendered in good faith in such capacity. The rendering
of a decision by PROFESSIONAL pursuant to paragraphs 9.10 and 9.11 with respect to any such
claim, dispute or other matter (except any which have been waived by the making or acceptance of
final payment as provided in paragraph 14.16) will be a condition precedent to any exercise by
OWNER or CONTRACTOR of such rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect of any such claim, dispute or other matter.
Limitations on PROFESSIONAL's Responsibilities:
9.13. Neither PROFESSIONAL's authority to act under this Article or elsewhere in the
Contract Documents nor any decision made in good faith to exercise such authority shall give rise to
any duty or responsibility of PROFESSIONAL to CONTRACTOR, any Subcontractor, any of their
agents or employees.
9.14. PROFESSIONAL shall not be responsible for the construction means, methods,
techniques, sequences, or procedures or the safety precautions and programs used.
PROFESSIONAL shall not be responsible for CONTRACTOR's failure to perform the Work in
accordance with the Contract Documents.
9.15. PROFESSIONAL shall not be responsible for the acts or omISSIons of
CONTRACTOR, any Subcontractors, any agents or employees, or any other persons performing any
of the Work.
ARTICLE lO--CHANGES IN THE WORK
10.1. Without invalidating the Contract, OWNER may at any time or from time to time order
additions, deletions, or revisions in the Work. The Project Manager shall provide CONTRACTOR
with a proposal request, identifying the Work to be added, deleted or revised. Upon receipt,
CONTRACTOR shall promptly submit a written proposal for the changed work prepared in
accordance with Articles 11 and 12. If the proposal request calls only for the deletion of Work, the
Project Manager may order the partial suspension of any Work related to the proposed deletion, in
which case CONTRACTOR must cease performance as directed; CONTRACTOR shall not be
entitled to claim lost profits on deleted work. All changed Work shall be executed under the
applicable conditions of the Contract Documents.
10.2. Additional Work performed by CONTRACTOR without authorization ofa Change
GC-30
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Order will not entitle CONTRACTOR to an increase in the Contract Price or an extension of the
Contract Time, except in the case of an emergency as provided in Article 6. The effect of this
paragraph shall remain paramount and shall prevail irrespective of any conflicting provisions
contained in these Contract Documents.
10.3. Upon agreement as to changes in the Work to be performed, Work performed in an
emergency as provided in Article 6, and any other claim of CONTRACTOR for a change in the
Contract Time or the Contract Price, PROFESSIONAL will prepare a written Change Order to be
signed by PROFESSIONAL and CONTRACTOR and submitted to OWNER for approval.
10.4. In the absence of an agreement as provided in 10.3, OWNER may, at its sole discretion,
issue a Work Directive Change to CONTRACTOR. Pricing of the Work Directive Change will be
in accordance with Section 11.3. The Work Directive Change will specify a price, and if applicable
a time extension, determined to be reasonable by OWNER. If CONTRACTOR fails to sign such
Work Directive Change, CONTRACTOR may submit a claim in accordance with Articles 11 and
12, but CONTRACTOR shall nevertheless be obligated to fully perform the work as directed by the
Construction Change Directive.
10.5. CONTRACTOR shall proceed diligently with performance of the Work as directed by
OWNER, regardless of pending claim actions, unless otherwise agreed to in writing.
10.6. If notice of any change affecting the general scope of the Work or the provisions of the
Contract Documents (including, but not limited to, Contract Price or Contract Time) is required by
the provisions of any Bond to be given to a surety, the giving of any such notice will be CONTRAC-
TOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly.
ARTICLE ll-CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total compensation (subject to written authorized
adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and
obligations assigned to or undertaken by CONTRACTOR shall be at CONTRACTOR's expense
without change in the Contract Price.
11.2. The Contract Price may only be changed by a Change Order or by a Written
Amendment. Any claim for an increase or decrease in the Contract Price shall be based on written
notice delivered by the party making the claim to the other party and to PROFESSIONAL promptly
(but in no event later than thirty days) after the occurrence of the event giving rise to the claim and
stating the general nature of the claim. Notice of the amount of the claim with supporting data shall
be delivered within sixty days after such occurrence (unless PROFESSIONAL allows an additional
period of time to ascertain more accurate data in support of the claim) and shall be accompanied by
claimant's written statement that the amount claimed covers all known amounts (direct, indirect and
consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims
for adjustment in the Contract Price shall be determined by PROFESSIONAL in accordance with
paragraph 9.11 if OWNER and CONTRACTOR cannot otherwise agree on the amount involved. No
GC-31
Tobacco Road 16" Water Main
City Project No. 10] 06
claim for an adjustment in the Contract Price will be valid ifnot submitted in accordance with this
paragraph 11.2.
11.3. The value of any Work covered by a Change Order or of any claim for an adjustment
in the Contract Price will be determined by the following procedures:
11.3.1. Designated Unit Price (Field Measure). CONTRACTOR and OWNER recognize and
acknowledge that the quantities shown for those items designated in the Bid Proposal as unit price
items are approximations prepared by OWNER for bid purposes and that the actual compensation
payable to CONTRACTOR for the utilization of such items is based upon the application of unit
prices to the actual quantities of items involved as measured in the field and required to complete the
Work as originally defined in the Contract Documents.
11.3.2. When it is determined by OWNER that an addition, deletion, or revision to the Work,
as defined in these Contract Documents, is required and affects the quantities required for items
designed in the Bid Proposal as unit price items, CONTRACTOR and OWNER agree that the
compensation payable to CONTRACTOR for such unit price items shall be adjusted accordingly by
a Change Order based upon the application of the appropriate unit prices shown in the Bid Proposal
to the quantity of the unit price item required to complete the Work as defined in the Contract
Documents.
11.3.3. Other Unit Prices. For items not designated in the bid proposal as unit prices,
OWNER and CONTRACTOR may establish unit prices as agreed on by Change Order.
11.3.4. Lump Sum. When it is determined by OWNER that an addition, deletion or revision
to the Work is required which results in a change in Work designated in the Bid Proposal as a lump
sum item, the amount of increase or decrease in the lump sum price shall be established by mutual
agreement of the parties.
11.3.5. If the pricing methods specified in 11.3 are inapplicable, or if the parties are unable to
agree on a price for the changed work, a reasonable price for the same shall be established by
OWNER in accordance with 11.4 and 11.5. OWNER shall then process a unilateral Change Order,
specifying the said reasonable price, in accordance with 11.4 through 11.6. CONTRACTOR shall
perform the Work as directed in the Change Order.
11.3 .6. Failure on the part of CONTRACTOR to construct any item to plan or authorized
dimensions within the specification tolerances shall result in: reconstruction to acceptable tolerances
at no additional costs to OWNER; acceptance at no pay; or acceptance at reduced final pay quantity
or reduced unit price, all at the discretion of OWNER. Determinations of aggregate monetary
change for items identified as lump sum quantities shall be made by OWNER based upon an analysis
of the scope of CONTRACTOR's failure to construct to plan or authorized dimensions.
Cost of tire Work:
11.4. The term Cost of the Work means the sum of all costs necessarily incurred and paid by
GC-32
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
CONTRACTOR in the proper performance of the Work. Except as otherwise may be agreed to in
writing by OWNER, such costs shall be in amounts no higher than those prevailing in the locality of
the Project, shall include only the following items and shall not include any of the costs itemized in
paragraph 11.5:
11.4.1. Payroll costs for employees in the direct employ of CONTRACTOR in the
performance of the Work under schedules of job classifications agreed upon by OWNER and
CONTRACTOR. Payroll costs for employees not employed full time on the Work shall be
apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be
limited to, salaries and wages plus the cost of fringe benefits which shall include social security
contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such
employees shall include superintendents and foremen at the site. The expenses of performing Work
after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to
the extent authorized by OWNER.
11.4.2. Cost of all materials and equipment furnished and incorporated in the Work,
including costs of transportation and storage thereof, and Suppliers' field services required in
connection therewith. All cash discounts shall accrue to CONTRACTOR unless OWNER deposits
funds with CONTRACTOR with which to make payments, in which case the cash discounts shall
accrue to OWNER. Trade discounts, rebates and refunds and all returns from sale of surplus
materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so
that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the Subcontractors for Work performed by
Subcontractors. If required by OWNER, CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to CONTRACTOR and shall deliver such bids to OWNER who then
determines, with the advice of PROFESSIONAL, which bids will be accepted. If a subcontract
provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the
Subcontractor's Cost of the Work shall be determined in the same manner as CONTRACTOR's Cost
of the Work. All subcontracts shall be subject to the other provisions of the Contract Documents
insofar as applicable.
11.4.4. Costs of special consultants (including but not limited to PROFESSIONAL's
architects, testing laboratories, surveyors, attorneys and accountants) employed for services
specifically related to the Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary transportation, travel and subsistence expenses of
CONTRACTOR's employees incurred in discharge of duties connected with the Work.
11.4.5.2. Cost, including transportation and maintenance, of all materials, supplies,
equipment, machinery, appliances, office and temporary facilities at the site and hand tools not
GC-33
Tobacco Road 16" Water Main
City Project No. 10106
owned by the workers, which are consumed in the performance of the Work, and cost less market
value of such items used but not consumed which remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction equipment and machinery and the parts thereof whether
rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER
with the advice of PROFESSIONAL, and the costs oftransportation, loading, unloading, installation,
dismantling and removal thereof-all in accordance with terms of said rental agreements. The rental of
any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for
tlle Work.
11.4.5.4. Sales, consumer, use or similar taxes related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and Regulations.
11.4.5.5. Deposits lost for causes other than negligence of CONTRACTOR, any
Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of
them may be liable, and royalty payments and fees for permits and licenses.
11.4.5.6. Losses and damages (and related expenses), not compensated by insurance or
otherwise, to the Work or otherwise sustained by CONTRACTOR in connection with the
performance and furnishing of the Work (except losses and damages within the deductible amounts
of property insurance established by OWNER in accordance with paragraph 5.6) provided they have
resulted from causes other than the negligence of CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or for whose acts any of them may be liable. Such
losses shall include settlements made with the written consent and approval of OWNER. No such
losses, damages and expenses shall be included in the Cost of the Work for the purpose of
. determining CONTRACTOR's Fee. If, however, any such loss or damage requires reconstruction
and CONTRACTOR is placed in charge thereof, CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities, fuel and sanitary facilities at the site.
11.4.5. 8. Minor expenses such as telegrams, long distance telephone calls, telephone service
at the site, expressage and similar petty cash items in connection with the Work.
11.4.5.9. Cost of premiums for additional Bonds and insurance required because of changes
in the Work and premiums of property insurance coverage within the limits of the deductible
amounts established by OWNER in accordance with paragraph 5.6.
11.5. The term Cost of the Work shall not include any of the following:
11.5.1. Payroll costs and other compensation of CONTRACTOR's officers, executives,
principals (of partnership and sole proprietorships), general managers, PROFESSIONALs,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expeditors, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site
or in CONTRACTOR's principal or a branch office for general administration of the Work and not
GC- 34
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
specifically included in the agreed upon schedule of job classifications referred to in paragraph
11.4.1 or specifically covered by paragraph 11.4.4-all of which are to be considered administrative
costs covered by CONTRACTOR's Fee.
11.5.2. Expenses of CONTRACTOR's principal area branch offices other than
CONTRACTOR's office at the site.
11.5.3. Any part of CONTRACTOR's capital expenses, including interest on
CONTRACTOR'S capital used for the Change Order Work and charges against CONTRACTOR for
delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all insurance whether or not CONTRACTOR
is required by the Contract Documents to purchase and maintain the same (except for the cost of
premiums covered by subparagraph 11.4.5.9 above).
11.5.5. Costs due to the negligence of CONTRACTOR, any Subcontractor, or anyone
directly or indirectly, employed by any of them or for whose acts any of them may be liable,
including but not limited to, the correction of defective Work, disposal of materials or equipment
wrongly supplied and making good any damage to property.
11.5.6. Other overhead or general expense costs of any kind and the costs of any item not
specifically and expressly included in paragraph 11.4.
CONTRACTOR's Fee:
11.6. CONTRACTOR's Fee allowed to CONTRACTOR for overhead and profit shall be
determined as follows:
11.6.1. a mutually acceptable fixed fee, or if none can be agreed upon;
Work:
11.6.2. a fee based on the following percentages of the various portions of the Cost of the
11.6.2.1. for costs incurred under paragraphs 11.4.1 and 11.4.2, CONTRACTOR's Fee shall
be fifteen percent,
11.6.2.2. for costs incurred under paragraph 11.4.3, CONTRACTOR's Fee shall five percent;
and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to
CONTRACTOR on account of overhead and profit of all Subcontractors shall be fifteen percent,
11.6.2.3. no fee shall be payable on the basis of costs itemized under paragraphs 11.4.4,
11.4.5 and 11.3,
11.6.2.4. the amount of credit to be allowed by CONTRACTOR to OWNER for any such
change which results in a net decrease in cost will be the amount of the actual net decrease plus a
GC-35
Tobacco Road 16" Water Main
City Project No. 10106
deduction in CONTRACTOR's Fee by an amount equal to ten percent of the net decrease, and
11.6.2.5. when both additions and credits are involved in anyone change, the adjustment in
CONTRACTOR's Fee shall be computed on the basis of the net change in accordance with
paragraphs 11.6.2.1 through 11.6.2.4, inclusive.
11.7. For all changes, CONTRACTOR shall submit an itemized cost breakdown, together
with supporting data in such detail and form as prescribed by the Project Manager. When a credit is
due, the amount of credit to be allowed by CONTRACTOR to OWNER for any such change which
results in a net decrease in cost will be the amount of the actual net decrease in direct cost as
determined by the Project Manager, plus the applicable reduction in overhead and profit. When both
additions and credits are involved in any change, the combined overhead and profit shall be
calculated on the basis of the net change, whether an increase or decrease. In any event, the
minimum detail shall be an itemization of all man-hours required by discipline/trade with the unit
cost per man-hour and total labor price, labor burden, equipment hours and rate for each piece of
equipment, material by units of measure and price per unit, other costs specifically itemized, plus the
overhead and profit markup.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included in the Contract Price all allowances
so named in the Contract Documents and shall cause the Work so covered to be done by such
Subcontractors or Suppliers and for such sums within the limit of the allowances as may be
acceptable to PROFESSIONAL, CONTRACTOR agrees that:
11.8.1. The allowances include the cost to CONTRACTOR (less any applicable trade
discounts) of materials and equipment required by the allowances to be delivered at the site and all
applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and handling on the site, labor, installation
costs, overhead, profit and other expenses contemplated for the allowances have been included in the
Contract Price and not in the allowances. No demand for additional payment on account of any
thereof will be valid.
Prior to final payment, an appropriate Change Order will be issued as recommended by
PROFESSIONAL to reflect actual amounts due CONTRACTOR on account of Work covered by
allowances, and the Contract Price shall be correspondingly adjusted.
Unit Price Work:
11.9.1. Where the Contract Documents provide that all or part of the Work is to be Unit
Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount
equal to the sum of the established unit prices for each separately identified item of Unit Price Work
times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of
items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids
GC-36
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
and determining an initial Contract Price. Determinations of the actual quantities and classifications
of Unit Price Work performed by CONTRACTOR will be made by PROFESSIONAL in accordance
with Paragraph 9.10.
11.9.2. Each unit price will be deemed to include an amount considered by CONTRACTOR
to be adequate to cover CONTRACTOR's overhead and profit for each separately identified item.
11.9.3. Where the quantity of any item of Unit Price Work performed by CONTRACTOR
differs materially and significantly from the estimated quantity of such item indicated in the
Agreement and there is no corresponding adjustment with respect to any other item of Work and if
CONTRACTOR believes that CONTRACTOR has incurred additional expense as a result thereof,
CONTRACTOR may make a claim for an increase in the Contract Price in accordance with Article
11 if the parties are unable to agree as to the amount of any such increase.
ARTICLE 12--CHANGE OF CONTRACT TIME
12.1. The Contract Time may only be changed by a Change Order. Any request for an
extension in the Contract Time shall be made in writing and delivered to PROFESSIONAL and
Proj ect Manager within seven (7) calendar days of the occurrence first happening and resulting in the
claim. Written supporting data will be submitted to PROFESSIONAL and Project Manager within
fifteen (15) calendar days after such occurrence unless the Project Manager allows additional time.
All claims submitted by CONTRACTOR for adjustments to the Contract Time must set forth in
detail the reasons for and causes of the delay and clearly indicate why the subject delay was beyond
CONTRACTOR's control or fault.
12.2. If CONTRACTOR is delayed at any time in the performance, progress,
commencement, or completion of the Work by any act or neglect of OWNER or PROFESSIONAL,
or by an employee of either, or by any separate CONTRACTOR employed by OWNER, or by
changes ordered in the Work, or by labor disputes, fire, unavoidable casualties, utility conflicts
which could not have been identified or foreseen by CONTRACTOR using reasonable diligence, or
any causes beyond CONTRACTOR's control or fault, then the Contract Time shall be extended by
Change Order for such reasonable time as OWNER may determine. CONTRACTOR shall be
entitled to an extension of time for such causes only for the number of days of delay which OWNER
may determine to be due solely to such causes and only to the extent such occurrences actually delay
the completion of the Work and then only if CONTRACTOR shall have strictly complied with all
the requirements of the Contract Documents. Provided, however, notwithstanding anything in the
Contract Documents to the contrary, no interruption, interference, inefficiency, suspension or delay
in the performance, progress, commencement or completion of the Work for any cause whatsoever,
including those for which OWNER or PROFESSIONAL may be responsible in whole or in part,
shall relieve CONTRACTOR of its duty to perform or give rise to any right to damages or additional
compensation from OWNER. CONTRACTOR's sole and exclusive remedy against OWNER for
interruption, interference, inefficiency, suspension or delay of any aspect of the Work shall be the
right to seek an extension to the Contract Time in accordance with the procedures set forth herein.
GC-37
Tobacco Road 16" Water Main
City Project No.1 01 06
ARTICLE 13--W ARRANTY AND GUARANTEE; TESTS AND INSPECTIONS:
CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
Warranty and Guarantee:
13.1. CONTRACTOR warrants and guarantees to OWNER that all materials and equipment
will be new unless otherwise specified and that all work will be of good quality, performed in a
workmanlike manner, free from faults or defects, and in accordance with the requirements of the
Contract Documents and any inspections, tests, or approvals referred to in this Article. All
unsatisfactory Work, all faulty Work and all Work not conforming to the requirements of the
Contract Documents or such inspections, tests, approvals, or all applicable building, construction and
safety requirements shall be considered defective. Notice of all defects shall be given to
CONTRACTOR by PROFESSIONAL. All defective work, whether or not in place, may be
rejected, corrected, or accepted as provided in this Article.
Access to Work:
13.2. For the duration of the Work, PROFESSIONAL and its representatives, other
designated representatives of OWNER, and authorized representatives of any regulatory agency shall
at all times be given access to the Work. CONTRACTOR shall provide proper facilities for such
access and observation of the Work and also for any inspection or testing by others.
Tests and Inspections:
13.3. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public
authority having jurisdiction require any Work to specifically be inspected, tested, or approved by
someone other than CONTRACTOR, CONTRACTOR shall give PROFESSIONAL timely notice of
readiness therefore.
13.4. The testing firm(s) (if assigned by OWNER to this Work) and all such inspections,
tests, or approvals provided for by OWNER shall be identified in writing by PROFESSIONAL to
CONTRACTOR. All other inspections, tests or approvals shall be at CONTRACTOR's expense
including additional expenses for inspection and tests required as a result of delays by
CONTRACTOR or hours worked in excess of 40 hours per week. For all required inspections, tests,
and approvals on any Work prepared, performed, or assembled away from the site, CONTRACTOR
will furnish PROFESSIONAL with the required Certificates ofInspection, testing, or approval. All
such tests will be in accordance with the methods prescribed by the American Society for Testing
and Materials or such other applicable organizations as may be required by law or the Contract
Documents. Materials or Work in place that fail to pass acceptability tests shall be retested at the
direction of PROFESSIONAL and at CONTRACTOR's expense.
13.5. All inspections, tests or approvals other than those required by Laws or Regulations of
any public body having jurisdiction shall be performed by organizations acceptable to OWNER and
CONTRACTOR (or by PROFESSIONAL if so specified).
GC- 38
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
13.6. Ifany Work (including the work of others) that is to be inspected, tested or approved is
covered without written concurrence of PROFESSIONAL, it must, if requested by PROF-
EssIoNAL, be uncovered for observation. Such uncovering shall be at CONTRACTOR's expense
unless CONTRACTOR has given PROFESSIONAL timely notice of CONTRACTOR's intention to
cover the same and PROFESSIONAL has not acted with reasonable promptness in response to such
notice.
13.7. Neither observations by PROFESSIONAL or Project Manager nor inspections, tests, or
approvals by persons other than CONTRACTOR shall relieve CONTRACTOR of its obligations to
perform the Work in accordance with the requirements of the Contract Documents.
Uncovering Work:
13.8. If any Work required to be inspected, tested or approved is covered prior thereto
without the prior written approval of PROFESSIONAL, or if any Work is covered contrary to the
request of PROFESSIONAL, the Work shall, if requested by PROFESSIONAL, be uncovered for
observation, inspection, testing or approval and replaced at CONTRACTOR's expense.
13.9. If PROFESSIONAL considers it necessary or advisable that covered Work be observed
by PROFESSIONAL or inspected or tested by others, CONTRACTOR, at PROFESSIONAL's
request, shall uncover, expose or otherwise make available for observation, inspection or testing as
PROFESSIONAL may require, that portion of the Work in question, furnishing all necessary labor,
material and equipment. If it is found that such Work is defective, CONTRACTOR shall bear all
direct and consequential costs of such uncovering, exposure, observation, inspection and testing and
of satisfactory reconstruction (including but not limited to fees and charges of PROFESSIONALs,
architects, attorneys and other PROFESSIONALs), and OWNER shall be entitled to an appropriate
decrease in the Contract Price and, if the parties are unable to agree as to the amount thereof, owner
may make a claim therefor as provided in Article 11. If, however, such Work is not found to be
defective, CONTRACTOR shall be allowed an increase in the Contract Price or an extension of the
Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,
testing and reconstruction, and, if the parties are unable to agree as to the amount or extent thereof,
CONTRACTOR may make a claim therefor as provided in Articles 11 and 12.
Owner May Stop tlte Work:
13.10. When Work is defective or when CONTRACTOR fails to supply sufficient skilled
workmen or suitable materials or equipment or make prompt payments to Subcontractors for labor,
materials, or equipment or if CONTRACTOR violates any provisions of these Contract Documents,
OWNER may order CONTRACTOR to stop the Work until the cause for such order has been
eliminated. However, this right of OWNER to stop the Work shall not give rise to any duty on the
part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party.
CONTRACTOR shall have no right to claim an increase in the Contract Price or Contract Time or
other damages for a stop work order under this paragraph.
GC-39
Tobacco Road 16" Water Main
City Project No. 10 I 06
Correction or Removal of Defective Work:
13.11. When directed by PROFESSIONAL, CONTRACTOR shall promptly, without cost to
OWNER and as specified by PROFESSIONAL, either correct the defective Work whether
fabricated, installed, or completed, or remove it from the site and replace it with non-
defective Work. If CONTRACTOR does not correct such defective Work or remove and
replace such defective Work within a reasonable time, as specified in a written notice from
PROFESSIONAL, OWNER may have the deficiency corrected. All direct and indirect costs
of such correction shall be paid by CONTRACTOR or deducted from payment to
CONTRACTOR. CONTRACTOR will also bear the expense of correcting or removing and
replacing all Work of others destroyed or damaged by the correction, removal, or
replacement of the defective Work.
One Year Correction Period:
13.12. If, after approval of final payment and prior to the expiration of one year after the date
of substantial completion or such longer period of time as may be prescribed by law or by the terms
of any applicable special guarantee required by the Contract Documents, any Work or materials are
found to be defective, incomplete, or otherwise not in accordance with the Contract Documents,
CONTRACTOR shall promptly, without cost to OWNER and in accordance with OWNER's written
instructions, either correct such defective Work or if it has been rejected by OWNER, remove it from
the Site and replace it with non-defective Work. If CONTRACTOR does not promptly comply with
the terms of such instructions, OWNER may have the defective Work corrected, removed, or
replaced. All direct, indirect and consequential costs of such removal and replacement (including
but not limited to fees and charges of engineers, architects, attorneys and other PROFESSIONALs)
will be paid by CONTRACTOR.
Acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and replacement of defective Work,
OWNER (and, prior to PROFESSIONAL's recommendation of final payment, also
PROFESSIONAL) prefers to accept it, OWNER may do so. CONTRACTOR shall bear all direct,
indirect and consequential costs attributable to OWNER's evaluation of and determination to accept
such defective Work (such costs to be approved by PROFESSIONAL as to reasonableness and to
include but not be limited to fees and charges of PROFESSIONALs, architects, attorneys and other
PROFESSIONALs). If any such acceptance occurs prior to PROFESSIONAL's recommendation of
final payment, a Change Order will be issued incorporating the necessary revisions in the Contract
Documents with respect to the Work, and OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to the amount thereof, OWNER may make a
claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an
appropriate amount will be paid by CONTRACTOR to OWNER.
GC-40
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10] 06
OWNER May Correct Defective Work:
13.14. If CONTRACTOR fails within a reasonable time after written notice of
PROFESSIONAL to proceed to correct defective Work or to remove and replace rejected Work as
required by PROFESSIONAL in accordance with paragraph 13.11, or if CONTRACTOR fails to
perform the Work in accordance with the Contract Documents, or if CONTRACTOR falls to comply
with any other provision of the Contract Documents, OWNER may, after seven days' written notice
to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies
under this paragraph, OWNER shall proceed expeditiously, to the extent necessary to complete
corrective and remedial action. OWNER may exclude CONTRACTOR from all or part of the site,
take possession of all or part of the Work, and suspend CONTRACTOR's services related thereto,
take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the
site and incorporate in the Work all materials and equipment stored at the site or for which OWNER
has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER,
OWNER's representatives, agents and employees such access to the site as may be necessary to
enable OWNER to exercise the rights and remedies under this paragraph. All direct, indirect and
consequential costs of OWNER in exercising such rights and remedies will be charged against
CONTRACTOR in an amount approved as to reasonableness by PROFESSIONAL, and a Change
Order will be issued incorporating the necessary revisions in the Contract Documents with respect to
the Work, and OWNER shall be entitled to an appropriate decrease in the Contract Price, and, if the
parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided
in Article 11. Such direct, indirect and consequential costs will include, but not be limited to, fees
and charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs, all court costs
and all costs of repair and replacement of work of others destroyed or damaged by correction,
removal or replacement of CONTRACTOR's defective Work. CONTRACTOR shall not be allowed
an extension of the Contract Time because of any delay in performance of the Work attributable to
the exercise by OWNER of OWNER's rights and remedies hereunder.
Neglected Work by CONTRACTOR
13 .15. If CONTRACTOR neglects to execute the Work in accordance with the Contract
Documents, including any requirements of the progress schedule, PROFESSIONAL may direct
CONTRACTOR to submit a recovery plan and take specific corrective actions including, but not
limited to, employing additional workmen and/or equipment, and working extended hours and
additional days, all at no cost to OWNER in order to put the Work back on schedule. If
CONTRACTOR fails to correct the deficiency or take appropriate corrective action, OWNER may
terminate the contract or CONTRACTOR's right to proceed with that portion of Work and have the
Work done by others. The cost of completion under such procedure shall be charged against
CONTRACTOR. A Change Order shall be issued incorporating the necessary revisions in the
Contract Documents, including an appropriate reduction in the Contract Price. If the payments due
CONTRACTOR are not sufficient to cover such amount, CONTRACTOR shall pay the difference to
OWNER.
13.16. Should CONTRACTOR work overtime, weekends or holidays to regain the schedule,
all costs to OWNER of associated inspection, construction management and resident
GC-41
Tobacco Road 16" Water Main
City Project No. 10106
PROFESSIONALs shall be identified to CONTRACTOR and the Contract Price reduced by a like
amount via Change Order.
ARTICLE 14-P A YMENTS TO CONTRACTOR AND COMPLETION
Schedule of Values:
14.1. The schedule of values established as provided in 2.9 will serve as the basis for
progress payments and will be incorporated into a form of application for Payment acceptable to
Project Manager. Progress payments on account of Unit Price Work will be based on the number of
units completed.
Application for Progress Payment:
14.2. At least twenty (20) calendar days before the date established for each progress
payment (but not more often than once a month), CONTRACTOR shall submit to PROFESSIONAL
for review an application for Payment filled out and signed by CONTRACTOR (example Payment
Application is attached to the General Conditions) covering the work completed as of the date of the
application and accompanied by such supporting documentation as is required by the Contract
Documents. If payment is requested on the basis of materials and equipment not incorporated in the
\\fork but delivered and suitably stored at the site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation
warranting that OWNER has received the materials and equipment free and clear of all liens and
evidence that the materials and equipment are covered by appropriate property insurance and other
arrangements to protect OWNER's interest therein, all of which will be satisfactory to OWNER.
Payment is subject to a ten percent (10%) retainage that will be held until the final payment or
acceptance by OWNER. The amount of retainage with respect to progress payments will be as
stipulated in the Agreement.
CONTRACTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title to all Work, materials and
equipment covered by any Application for Payment, whether incorporated in the Project or not, will
pass to OWNER no later than the time of payment free and clear of all Liens.
Review of Applications for Progress Payment:
14.4. PROFESSIONAL will, within ten (10) calendar days after receipt of each Application
for Payment, either indicate in writiIlg a recommendation of payment and present the application to
OWNER, or return the application to CONTRACTOR indicating in writing PROFESSIONAL's
reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the
necessary corrections and resubmit the application. OWNER shall, within thirty-one calendar days of
presentation to him of the application for payment with PROFESSIONAL's recommendation of the
GC-42
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
amount for payment, pay CONTRACTOR amount recommended.
14.5. PROFESSIONAL's recommendation of any payment requested in an Application for
Payment will constitute a representation by PROFESSIONAL to OWNER, based on PROF-
ESSIONAL's on-site observations of the Work in progress as an experienced and qualified design
PROFESSIONAL and on PROFESSIONAL's review of the Application for Payment and the
accompanying data and schedules, that the Work has progressed to the point indicated; that, to the
best of PROFESSIONAL's knowledge, information and belief, the quality of the Work is in
accordance with the Contract Documents subject to an evaluation of the Work as a functioning
whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the
Contract Documents, to a final determination of quantities and classifications for Unit Price Work
under paragraph 9.10, and to any other qualifications stated in the recommendation; and that
CONTRACTOR is entitled to payment of the amount recommended. However, by recommending
any such payment, PROFESSIONAL will not thereby be deemed to have represented that exhaustive
or continuous on-site inspections have been made to check the quality or the quantity of the Work
beyond the responsibilities specifically assigned to PROFESSIONAL in the Contract Documents or
that there may not be other matters or issues between the parties that might entitle CONTRACTOR
to be paid additionally by OWNER or OWNER to withhold payment to CONTRACTOR.
14.6. PROFESSIONAL's recommendation of final payment will constitute an additional
representation by PROFESSIONAL to OWNER that the conditions precedent to CONTRACTOR's
being entitled to final payment as set forth in paragraph 14.13 have been fulfilled.
14.7. PROFESSIONAL may refuse to recommend the whole or any part of any payment if,
in PROFESSIONAL's opinion, it would be incorrect to make such representations to OWNER.
PROFESSIONAL may also refuse to recommend any such payment, or, because of subsequently
discovered evidence or the results of subsequent inspections or tests, nullify any such payment
previously recommended, to such extent as may be necessary in PROFESSIONAL's opinion to
protect OWNER from loss because:
14.7.1. the Work is defective, or completed Work has been damaged requiring correction or
replacement.
14.7.2. the Contract Price has been reduced by Written Amendment or Change Order.
14.7.3. OWNER has been required to correct defective Work or complete Work in
accordance with paragraph 13.14. or
14.7.4. of PROFESSIONAL's actual knowledge of the occurrence of any of the events
enumerated in paragraphs 15.2.1 through 15.2.9 inclusive.
OWNER may refuse to make payment of the full amount recommended by PROFESSIONAL
because claims have been made against OWNER on account of CONTRACTOR's performance or
furnishing of the Work or Liens have been filed in connection with the Work or there are other items
entitling OWNER to a set-off against the amount recommended, but OWNER must give
GC-43
Tobacco Road 16" Water Main
City Project No. 10106
CONTRACTOR immediate written notice (with a copy to PROFESSIONAL) stating the reasons for
such action.
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work ready for its intended use,
CONTRACTOR shall notify OWNER and PROFESSIONAL in writing that the entire Work is
substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and
request that PROFESSIONAL issue a certificate of Substantial Completion. Within a reasonable
time thereafter, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection of the
Work to determine the status of completion. If PROFESSIONAL does not consider the Work
substantially complete, PROFESSIONAL will notify CONTRACTOR in writing giving the reasons
therefor. If PROFESSIONAL considers the Work substantially complete, PROFESSIONAL will
prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the
date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be
completed or corrected before final payment. OWNER shall have seven days after receipt of the
tentative certificate during which to make written objection to PROFESSIONAL as to any
provisions of the certificate or attached list. If, after considering such objections, PROFESSIONAL
concludes that the Work is not substantially complete, PROFESSIONAL will within fourteen days
after submission of the tentative certificate to OWNER notify CONTRACTOR in writing stating the
reasons therefor. If, after consideration of OWNER's objections, PROFESSIONAL considers the
Work substantially complete, PROFESSIONAL will within said fourteen days execute and deliver to
OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised
tentative list of items to be completed or corrected) reflecting such changes from the tentative
certificate as PROFESSIONAL believes justified after consideration of any objections from
OWNER. At the time of delivery of the tentative certificate of Substantial Completion, PROF-
ESSIONAL will deliver to OWNER and CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between OWNER and CONTRACTOR with respect to
security, operation, safety, maintenance, heat, utilities, insurance and warranties. Unless OWNER
and CONTRACTOR agree otherwise in writing and so inform PROFESSIONAL prior to
PROFESSIONAL's issuing the definitive certificate of Substantial Completion, PROFESSIONAL's
aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude CONTRACTOR from the Work after the date
of Substantial Completion, but OWNER shall allow CONTRACTOR reasonable access to complete
or correct items on the tentative list.
Partial Utilization:
14.10. Use by OWNER at OWNER's option of any substantially completed part of the Work
which (i) has specifically been identified in the Contract Documents, or (ii) OWNER,
PROFESSIONAL, and CONTRACTOR agree constitutes a separately functioning and usable part of
the Work that can be used by OWNER for its intended purpose without significant interference with
CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to
Substantial Completion of all the Work subject to the following:
GC-44
I
I
I
I
'I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
14.10.1. OWNER at any time may request CONTRACTOR in writing to permit OWNER to
use any such part of the Work which OWNER believes to be ready for its intended use and
substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and
PROFESSIONAL that said part of the Work is substantially complete and request PROFESSIONAL
to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any
time may notify OWNER and PROFESSIONAL in writing that CONTRACTOR considers any such
part of the Work ready for its intended use and substantially complete and request PROFESSIONAL
to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time
after either such request, OWNER, CONTRACTOR and PROFESSIONAL shall make an inspection
of that part of the Work to determine its status of completion. If PROFESSIONAL does not consider
that part of the Work to be substantially complete, PROFESSIONAL will notify, OWNER and
CONTRACTOR, in writing, giving the reasons therefor. If PROFESSIONAL considers that part
of (the Work to be substantially complete, the provisions of paragraphs 14.8 and 14.9 will apply with
respect to certification of Substantial Completion of that part of the Work and the division of
responsibility in respect thereof and access thereto.
14.10.2. OWNER may at any time request CONTRACTOR in writing to permit OWNER to
take over operation of any such part of the Work although it is not substantially complete. A copy of
such request will be sent to PROFESSIONAL and, within a reasonable time thereafter, OWNER,
CONTRACTOR and PROFESSIONAL shall make an inspection of that part of the Work to
determine its status of completion and PROFESSIONAL will prepare a list of the items remaining to
be completed or corrected thereon before final payment. If CONTRACTOR does not object in writ-
ing to OWNER and PROFESSIONAL that such part of the Work is not ready for separate operation
by OWNER, PROFESSIONAL will finalize the list of items to be completed or corrected and will
deliver such list to OWNER and CONTRACTOR together with a written recommendation as to the
division of responsibilities pending final payment between OWNER and CONTRACTOR with
respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for
that part of the Work which will become binding upon OWNER and CONTRACTOR at the time
when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so
informed PROFESSIONAL). During such operation and prior to Substantial Completion of such
part of the Work, OWNER shall allow CONTRACTOR reasonable access to complete or correct
items on said list and to complete other related Work.
14.10.3 . No occupancy or separate operation of part of the Work will be accomplished prior
to compliance with the requirements of paragraph 5.15 in respect of property insurance.
14.10.4. OWNER, may at its discretion, reduce the amount of retainage subject to Beneficial
Occupancy.
FinaL Inspection:
14.11. Upon written notice from CONTRACTOR that the entire Work or an agreed portion
thereof is complete, PROFESSIONAL will make a final inspection with OWNER and CON-
TRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection
GC-45
Tobacco Road ]6" Water Main
City Project No. 10] 06
reveals that the Work is incomplete or defective. CONTRACTOR shall immediately take such
measures as are necessary to remedy such deficiencies.
FinalApplicationforPaymen~
14.12. After CONTRACTOR has completed all such corrections to the satisfaction of
PROFESSIONAL and OWNER and delivered in accordance with the Contract Documents all
maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence
of insurance required by 5.2, certificates of inspection, marked-up record documents and other
documents, CONTRACTOR may make application for final payment following the procedure for
progress payments. The final Application for Payment shall be accompanied (except as previously
delivered) by: (i) all documentation called for in the Contract Documents, including but not limited
to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii)
complete and legally effective releases or waivers (satisfactory to OWNER) of all liens arising out of
or filed in connection with the Work. In lieu of such releases or waivers ofliens and as approved by
County, CONTRACTOR may furnish receipts or release in full and an affidavit of CONTRACTOR
that (i) the releases and receipts include all labor, services, material and equipment for which a lien
could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected
with the Work for which OWNER or OWNER's property might in any way be responsible have
been paid or otherwise satisfied. If any Subcontractor or supplier fails to furnish such a release or
receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to
indemnify OWNER against any lien.
14.12.1. No application for final payment will be accepted by OWNER until approved as-
built documents by CONTRACTOR are accepted and approved by PROFESSIONAL.
14.12.2. Notwithstanding any other provision ofthese contract documents to the contrary,
OWNER and PROFESSIONAL are under no duty or obligation whatsoever to any vendor, materials
provider, Subcontractor, laborer or other party to ensure that payments due and owing by
CONTRACTOR to any of them are or will be made. Such parties shall rely only on
CONTRACTOR's surety bonds for remedy of nonpayment by him. CONTRACTOR agrees to
defend and resolve all claims made by Subcontractors, indemnifying OWNER and
PROFESSIONAL for all claims arising from or resulting from Subcontractor or supplier or material
men or laborer services in connection with this project.
14.12.3. General Indemnity: CONTRACTOR shall indemnify OWNER and
PROFESSIONAL for any damages sustained, including lost profits, resulting from
CONTRACTOR's failure or refusal to perform the work required by these contract documents.
Final Payment and Acceptance:
14.13. If, on the basis of PROFESSIONAL's observation of the Work during construction
and final inspection and PROFESSIONAL's review of the final Application for Payment and
accompanying documentation as required by the Contract Documents, PROFESSIONAL is satisfied
that the Work has been completed and CONTRACTOR's other obligations under the Contract
GC-46
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
Documents have been fulfilled, PROFESSIONAL will, within ten (10) working days after receipt of
the final Application for Payment, indicate in writing PROFESSIONAL's recommendation of
payment and present the Application to OWNER for payment. At the same time PROFESSIONAL
will also give written notice to OWNER and CONTRACTOR that the Work is acceptable subject to
the provisions of 14.6. Otherwise, PROFESSIONAL will return the application to CONTRACTOR,
indicating in writing the reasons for refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and resubmit the Application. After the
presentation to OWNER of the application and accompanying documentation, in appropriate form
and substance and with PROFESSIONAL's recommendation and notice of acceptability, the amount
recommended by PROFESSIONAL will become due and will be paid by OWNER to
CONTRACTOR.
14.14. If, through no fault of CONTRACTOR, final completion of the Work is significantly
delayed and if PROFESSIONAL so confirms, OWNER shall, upon receipt of CONTRACTOR's
final Application for Payment and recommendation of PROFESSIONAL and without terminating
the Agreement, make payment of the balance due for that portion of the Work fully completed and
accepted. If the remaining balance to be held by OWNER for Work not fully completed or corrected
is less than the retainage stipulated in the Contract and if bonds have been furnished as required in
Article 5, the written consent of the surety to the payment of the balance due for that portion of the
Work fully completed and accepted shall be submitted by CONTRACTOR to PROFESSIONAL
with the application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of claims.
CONTRA CTOR's Continuing Obligation:
14.15. CONTRACTOR's obligation to perform and complete the Work in accordance with
the Contract Documents shall be absolute. Neither recommendation of any progress or final payment
by PROFESSIONAL, nor the issuance of a certificate of Substantial Completion, nor any payment
by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the
Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do
so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a
notice of acceptability by PROFESSIONAL pursuant to paragraph 14.13, nor any correction of
defective Work by OWNER will constitute an acceptance of Work not in accordance with the
Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance
with the Contract Documents (except as provided in paragraph 14. 16). Waiver o/Claims:
14.16. The making and acceptance of final payment will constitute:
14.16.1. A waiver of all claims by OWNER against CONTRACTOR, except claims arising
from unsettled liens, from defective Work appearing after final inspection pursuant to 14.11 from
failure to comply with the Contract Documents or the terms of any special guarantees specified
therein, or from CONTRACTOR's continuing obligations under the Contract Documents; and
14.16.2. A waiver of all claims by CONTRACTOR against OWNER other than those
previously made in writing and still unsettled.
GC-47
Tobacco Road 16" Water Main
City Project No. 10106
ARTICLE 15--SUSPENSION OF WORK AND
TERMINATION
Owner May Suspend Work:
15.1. OWNER may, at any time and without cause, suspend the Work or any portion thereof
for a period of not more than ninety days by notice in writing to CONTRACTOR and
PROFESSIONAL which will fix the date on which Work will be resumed. CONTRACTOR shall
resume the Work on the date so fixed. CONTRACTOR shall be allowed an adjustment in the
Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension
if CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12.
Termination For Cause:
15.2. Upon the occurrence of anyone or more of the following events:
15.2. 1. if CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy
Code (Title II, United States Code), as now or hereafter in effect, or if CONTRACTOR takes any
equivalent or similar action by filing a petition or otherwise under any other federal or state law in
effect at such time relating to the bankruptcy or insolvency;
15.2.2. if a petition is filed against CONTRACTOR under any chapter of the Bankruptcy
Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such
equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at
the time relating to bankruptcy or insolvency;
15.2.3. if CONTRACTOR makes a general assignment for the benefit of creditors;
15.2.4. if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under
applicable law or under contract, whose appointment or authority to take charge of property of
CONTRACTOR is for the purpose of enforcing a Lien against such property or for the purpose of
general administration of such property for the benefit of CONTRACTOR's creditors;
15.2.5. if CONTRACTOR admits in writing an inability to pay its debts generally, as they
become due;
15.2.6. if CONTRACTOR fails to perform the Work in accordance with the Contract
Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable
materials or equipment or failure to adhere to the progress schedule established under paragraph 2.9
as revised from time to time);
15.2.7. if CONTRACTOR disregards Laws or Regulations of any public body having
jurisdiction;
GC-48
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
15.2.8. if CONTRACTOR disregards the authority of PROFESSIONAL; or
15.2.9. if CONTRACTOR otherwise violates in any substantial way any provisions of the
Contract Documents,
OWNER may, after giving CONTRACTOR (and the surety, if there be one) seven days' written
notice and to the extent permitted by Laws and Regulations, terminate the services of
CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the
same to the full extent they could be used by CONTRACTOR (without liability to CONTRACTOR
for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or
for which OWNER has paid CONTRACTOR but which are stored elsewhere, and finish the Work as
OWNER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds the
direct, indirect and consequential costs of completing the Work (including but not limited to fees and
charges of PROFESSIONALs, architects, attorneys and other PROFESSIONALs and court and
arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid
balance, CONTRACTOR shall pay the difference to OWNER. Such costs incurred by OWNER will
be approved as to reasonableness by PROFESSIONAL and incorporated in a Change Order, but
when exercising any rights or remedies under this paragraph, OWNER shall not be required to obtain
the lowest price for the Work performed.
15.3. In the event OWNER terminates the contract for cause and it is subsequently judicially
determined that there was no cause for termination, the termination for convenience provision will be
the means for disposition of the balance of the contract obligations.
Termination for Convenience
15.4. Upon seven working days' written notice to CONTRACTOR and PROFESSIONAL,
OWNER may, without cause and without prejudice to any other right or remedy of OWNER, elect to
terminate the Contract. In such case, CONTRACTOR shall be paid (without duplication of any
items):
15.4.1. For completed and acceptable Work executed in accordance with the Contract
Documents prior to the effective date of termination, including fair and reasonable sums for
overhead and profit on such Work;
15.4.2. For expenses sustained prior to the effective date of termination in performing
services and furnishing labor, materials or equipment as required by the Contract Documents in
connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such
expenses;
15.4.3. For all claims, costs, losses and damages incurred in settlement of terminated
contracts with Subcontractors, suppliers and others; and
GC-49
Tobacco Road 16" Water Main
City Project No. 10106
15.4.4. For reasonable expenses directly attributable to termination.
CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other
economic loss arising out of or resulting from such termination.
15.5. Where CONTRACTOR's services have been so terminated by OWNER, the
termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing
or which may thereafter accrue. Any retention or payment of moneys due CONTRACTOR by
OWNER will not release CONTRACTOR from liability.
CONTRACTOR May Stop Work or Terminate:
15.6. If through no act or fault of CONTRACTOR, the Work is suspended for a period of
more than ninety calendar days by OWNER or under an order of court or other public authority, or
PROFESSIONAL fails to act on any Application for Payment within thirty days after it is submitted
or OWNER fails for thirty-one days to pay CONTRACTOR any sum finally determined to be due,
then CONTRACTOR may upon seven working days written notice to OWNER and
PROFESSIONAL and provided OWNER or PROFESSIONAL did not remedy such suspension or
failure within that time, terminate the Agreement and recover from OWNER payment on the same
terms as provided in 15.2. In lieu of terminating the Agreement and without prejudice to any other
right or remedy, if PROFESSIONAL has failed to act on an Application for Payment within thirty
days after it is submitted, or OWNER has failed for thirty-one days after it is submitted, or OWNER
has failed for thirty-one calendar days to pay CONTRACTOR any sum finally determined to be due,
CONTRACTOR may upon seven days written notice to OWNER and PROFESSIONAL stop the
Work until payment of all such amounts due CONTRACTOR, including interest thereon. The
provisions of this paragraph are not intended to preclude CONTRACTOR from making claim under
Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or
damage directly attributable to CONTRACTOR's stopping Work as permitted by this paragraph.
The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under
paragraph 6.30 to carry on the Work in accordance with the progress schedule and without delay
during disputes and disagreements with OWNER.
ARTICLE 16--DISPUTE RESOLUTION
16.1. All disputes arising under this Contract or its interpretation whether involving law or
fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) working
days of the commencement of the dispute be presented by CONTRACTOR to OWNER for decision.
All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the
amount of the claim but shall state the facts surrounding the claim in sufficient detail to identify the
claim, together with its character and scope. In the meantime, CONTRACTOR shall proceed with
the Work as directed. Any claim not presented within the time limit specified in this paragraph shall
be deemed to have been waived, except that if the claim is of a continuing character and notice of the
claim is not given within ten (10) working days of its commencement, the claim will be considered
GC-50
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
only for a period commencing ten (10) working days prior to the receipt by OWNER of notice
thereof. Each decision by OWNER will be in writing and will be mailed to CONTRACTOR by
registered or certified mail, return receipt requested, directed to his last known address.
16.2 All claims, disputes and other matters in question between OWNER and
CONTRACTOR arising out of, or relating to, the Contract Documents or the breach thereof shall be
decided under Georgia Law in the Superior Court of Richmond County, Georgia. CONTRACTOR
by execution of the Contract consents to jurisdiction and venue in the Superior Court of Richmond
County, Georgia, and waives any right to contest same.
ARTICLE 17-MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract Documents requires the giving of written
notice, it will be deemed to have been validly given if delivered in person to the individual or to a
member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or
sent by registered or certified mail, postage prepaid, to the last business address known to the giver
of the notice.
Computation of Time:
17.2.1. When any period of time is referred to in the Contract Documents by days, it will be
computed to exclude the first and include the last day of such period. If the last day of any such
period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable
jurisdiction, such day will be omitted from the computation.
17.2.2. A calendar day of twenty-four hours measured from midnight to the next midnight
shall constitute a day.
General:
17.3. Should OWNER or CONTRACTOR suffer injury or damage to person or property
because of any error, omission or act of the other party or of any of the other party's employees or
agents or others for whose acts the other party is legally liable, claim should be made in writing to
the other party within a reasonable time of the first observance of such injury or damage. The
provisions of this paragraph 17.3 shall not be construed as a substitute for or a waiver of the pro-
visions of any applicable statute of limitations or repose.
17.4. The duties and obligations imposed by these General Conditions and the rights and
remedies available hereunder to the parties hereto, and, in particular but without limitation, the
warranties, guarantees and obligations imposed upon CONTRACTOR by paragraphs 6.32, 13.1,
13.12, 13.14, 14.3 and 15.2 and all of the rights and remedies available to OWNER and
PROFESSIONAL thereunder, are in addition to, and are not to be construed in any way as a
GC-51
Tobacco Road 16" Water Main
City Project No. 10106
limitation of, any rights and remedies available to any or all of them which are otherwise imposed or
available by Laws or Regulations, by special warranty or guarantee or by other provisions of the
Contract Documents, and the provisions of this paragraph will be as effective as if repeated
specifically in the Contract D~cuments in connection with each particular duty, obligation, right and
remedy to which they apply. All representations, warranties and guarantees made in the Contract
Documents will survive final payment and termination or completion of the Agreement.
17.5. CONTRACTOR shall keep adequate records and supporting documentation
applicable to this Work and Contract. Said records and documentation shall be retained by
CONTRACTOR for a minimum of five (5) years from the date offmal completion or termination of
this Contract. OWNER shall have the right to audit, inspect, and copy all such records and
documentation as often as OWNER deems necessary during the period of the Contract and for a
period of five (5) years thereafter provided, however, such activity shall be conducted only during
normal business hours. OWNER, during this period of time, shall also have the right to obtain a
copy of and otherwise inspect any audit made at the direction of CONTRACTOR as concerns the
aforesaid records and supporting documentation.
17.6. The Contract Documents are intended by the Parties to, and do, supersede any and all
provisions of the Georgia Prompt Pay Act, O. C. G.A. Section 13 -11-1, et seq. In the event any
provision of the Contract Documents are inconsistent with any provision of the Prompt Pay Act, this
provision of the Contract Documents shall control.
17.7. Notwithstanding any provision of the law to the contrary, the parties agree that no
interest shall be due Contractor on any sum held as retainage pursuant to the Contract Documents
and CONTRACTOR specifically waives any claim to same.
Substitutions:
17.8. Notwithstanding any provision of these general conditions, there shall be no
substitutions of materials that are not determined to be equivalent to those indicated or required in
the contract documents without an amendment to the contract.
Sanitary Sewer Overflow Prevention:
17.9. Procedures to Prevent Overflows During Sanitary Sewer Construction:
17.9.1 The CONTRACTOR is hereby notified that the discharge of any untreated wastewater
to waters of the State is a violation of Georgia Water Quality Regulations and is prohibited.
17.9.2 The CONTRACTOR will submit an Emergency Response Plan prior to beginning
work. This plan will include a list of key personnel with 24-hour contact information who will
respond during an emergency situation. The ERP will include estimates of mobilization time for a
response crew to arrive onsite. Any changes to the Emergency Response Plan will be submitted to
the RESIDENT PROJECT REPRESENTATIVE prior to implementation.
GC-52
I
I
I
I
I
I
I
I
I
'1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Tobacco Road 16" Water Main
City Project No. 10106
17.9.3 In the event bypass pumping is required to facilitate new sewer construction,
bypassing plans and supporting calculations must be submitted to the Augusta Utilities Department
for review prior to establishment of the bypass. All bypass systems will include complete
redundancy in pumping systems, if failure of the primary pumping system could result in a discharge
of untreated wastewater to waters of the State.
17.9.4 Bypass pumping will be monitored continuously by a person knowledgeable in pump
operation and maintenance if the failure of the bypass pump could result in the discharge of
untreated wastewater to waters of the State.
17.9.5 In the event ofa discharge of untreated wastewater, the CONTRACTOR will take the
following actions:
1. Take immediate steps to eliminate or minimize the discharge of untreated wastewater.
2. Immediately notify the Utilities Department dispatcher (706.796.5000) and the
RESIDENT PROJECT REPRESENTATIVE (contact information will be provided at the
preconstruction conference).
3. Maintain a chronicle of relevant information regarding the incident including specific
actions taken by the CONTRACTOR and estimates of the discharge volume.
17.9.6 The RESIDENT PROJECT REPRESENTATIVE will coordinate notification of the
Georgia Environmental Protection Division (800.241.4113) and the Augusta Emergency
Management Agency if appropriate.
17.9.7 If, in the opinion of the RESIDENT PROJECT REPRESENTATIVE and the Owner,
the CONTRACTOR is not responding to an emergency situation in an appropriate manner, the
Utilities Department will undertake necessary actions to abate an overflow situation. The cost of
these actions will be the responsibility of the CONTRACTOR.
17.9.8 Following a discharge of untreated wastewater, a downstream inspection will be
conducted by the Utilities Department to assess potential mitigation measures that may be required
of the CONTRACTOR.
PROGRAM MANAGER:
17.10 The PROGRAM MANAGER for the project is CH2M HILL, 360 Bay Street, Suite
100 Augusta, GA 30901.
The presence or duties of PROGRAM MANAGER's persOlmel at the construction site, whether as
onsite representatives or otherwise, do not make PROGRAM MANAGER or PROGRAM
MANAGER's personnel in any way responsible for those duties that belong to OWNER and / or the
CONTRACTOR or other entities, and do not relieve the CONTRACTOR or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction methods,
means, techniques, sequences, and procedures necessary for coordinating and completing all portions
of the construction work in accordance with the construction Contract Documents and any health and
safety precautions required by such construction work.
GC-53
Tobacco Road 16" Water Main
City Project No. 10 106
PROGRAM MANAGER and PROGRAM MANAGER's personnel have no authority to exercise
any control over any construction contractor or other entity or their employees in connection with
their work or any health or safety precautions and have no duty of inspecting, noting, observing,
correcting, or reporting on health or safety deficiencies of the CONTRACTOR(s) or other entity or
any other persons at the site except PROGRAM MANAGER's own personnel.
The presence of PROGRAM MANAGER's personnel at the construction site is for the purpose of
providing to OWNER a greater degree of confidence that the completed construction work will
conform generally to the construction documents and that the integrity of the design concept as
reflected in the construction documents has been implemented and preserved by the construction
contractor(s). PROGRAM MANAGER neither guarantees the performance of the construction
contractor(s) nor assumes responsibility for construction contractor's failure to perform work in
accordance with the construction documents.
For this AGREEMENT only, construction sites include places of manufacture for materials
incorporated into the construction work, and construction contractors include manufacturers of
materials incorporated into the construction work
END OF SECTION
GC-54
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TITLE:
PURPOSE:
PREPARED BY:
DIRECTED TO:
COPIES TO:
COMMENTS:
Payment Application and Certificate - CONTRACTOR
Summary sheet for use with Contractor's partial payment. When signed by Contractor,
acts as a release of liens for materials and work paid for in that estimate; also provides for
Engineer's certification to the Owner of payment due to the Contractor.
Contractor
Engineer or Program Manager (for review and approval); Engineer submits this to the
Program Manager, who approves it and submits it to the Augusta Utilities Department
Finance Director for payment.
Engineer and Program Manager as applicable
Contractor's pay estimate and supporting documents must be attached before processing.
Attach "Certificate of Consulting Engineer".
PAC-1
AUGUSTA UTILITIES DEPARTMENT
CAPITAL IMPROVEMENTS PROGRAM
Payment Application and Certificate
DATE:
I
I
SHEET
OF
I
CERTIFICATE NO.:
I
FUND ALLOCATION:
PERIOD: FROM
TO
YR:
I
PROJECT:
PROJECT NO:
CONTRACTOR:
I
1. Original Contract Sum
I
$
2. Contract Modifications Approved in Previous Applications:
3. Contract Modifications Approved this Period (List Contract Modifications Nos.
I
I
Additions $
Deductions $
Additions $
Deductions $
4. Net Change by Contract Modifications (sum of Lines 2 and 3)
$
o
I
5. Revised Contract Amount (Sum of Lines 1 and 4)
$
I
6. Total Value of Work to Date (Estimate attached)
$
7. Percent Project Complete (Line 6/ Line 5) x 100=
%
I
8. Total Materials on Hand (Listing attached)
$
9. Subtotal - Work Completed and Stored (Sum of Lines 6 and 8)
$
I
I
10. Total Retainage (
% x Line 9)
$
11. Total Earned to Date, Less Retainage (Line 9 less Line 10)
$
12. Less Previous Certificates for Payment (item 11 from Previous Application)
$
13. Current Payment Due (Line 11 less Line 12) $ I
The undersigned Contractor certifies that the Work covered by this Application for Payment has been completed in accordance with the
Contract Documents, that the current payment shown herein is now due, and that title for all Work, materials, and equipment covered in I
this Application will pass to the Owner free and clear of all liens at the time of payment.
Date
I
CONTRACTOR
By
I hereby acknowledge that the material and labor involved on the above estimate is correct to the best of my knowledge,
information and belief, and payment on same is due CONTRACTOR.
DESIGN ENGINEER, PROGRAM MANAGER. OR OWNER
By
Dale
I
I
PAC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA UTILITIES DEPARTMENT
CAPITAL IMPROVEMENTS PROGRAM
Certificate of Consulting Engineer
RELATING TO CERTIFICATE NO.:
FUND ALLOCATION:
Payment from the Richmond County Water and Sewerage System construction Fund - 1996
(the .Construction Fund") created under the Bond Resolution of the Augusta-Richmond
County Commission adopted on October 21,1996, as supplemented December 3 and 17,
1996;(the "Bond Resolution") NOTE: Capitalized terms used herein and not otherwise defined
herein shall have the meaning specified in the Bond Resolution.
PERIOD: FROM
TO
YR:
PROJECT:
PROJECT NO:
COMPANY:
The undersigned Program Manager (Consulting Engineer) hereby certifies as follows that the obligation described in the above-
referenced certificate was incurred for work, materials, supplies or equipment in connection with the improvements to the System
described in the Construction Fund Engineering Report and such work was actually performed or such materials, supplies or
equipment were actually installed as a part of the Augusta Capital Improvement Program.
IN WITNESS WHEREOF, I have executed this certificate this
Day of
20
CH2i\1l HILL
PROGRAM MANAGER
By
PAC-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SUPPLEMENTARY CONDITIONS
SC-l RESPONSIBILITY OF CONTRACTOR
The Contractor shall be responsible for the entire Work indicated by the Drawings,
Specifications, and Contract from the date of the starting of the Work until it is accepted by
the Owner and Engineer. The Contractor shall keep the Contract under his/her own control,
and it shall be his/her responsibility to see that the Work is properly supervised and carried
on faithfully and efficiently. The Contractor shall supervise the Work personally or shall
have a competent, English speaking superintendent or representative, who shall be on the site
of the project at all times and shall be authorized by the Contractor to direct the performance
of the Work and make arrangements for all necessary materials, equipment, and labor
without delay.
SC-2 PROVISIONS FOR CONTROL OF EROSION
Sufficient precautions in accordance with the Contract Documents shall be taken during
construction to prevent the run-off of polluting substances such as silt, clay, fuels, oils,
bitumens, calcium chloride, or other polluting materials harmful to humans, fish or other life,
into the supplies and surface waters of the State. Control measures must be adequate to
assure that turbidity in the receiving water will not be increased more than 10 nephelometric
turbidity units (NTU), or as otherwise required by the State or other controlling body, in the
water used for public water supply or fish unless limits have been established for the
particular water. In surface water used for other purposes, the turbidity must not exceed 25
NTU unless otherwise permitted. Special precautions shall be taken in the use of
construction equipment to prevent operations which promote erosion. Erosion and
sedimentation control shall conform to the requirements of the "Manual for Erosion and
Sediment Control in Georgia".
SC-3 EXISTING UTILITY PROTECTION
Existing utilities are shown in their approximate locations and are based on information
obtained from the utility companies. It shall be the sole responsibility of the Contractor to
locate, avoid, and protect all utilities, other structures, and obstructions above and below
ground surface. All damage from the Contractor's failure to comply with this requirement
shall be repaired at the Contractor's expense. The Contractor is solely responsible for
complying with the Georgia Underground Law (Chapter 9 of Title 25 of the official Code of
Georgia, Annotated). The Contractor shall contact the Utilities Protection Center of Georgia
at 800-282-7411 in order to locate utilities prior to starting any excavation.
SC-4 PERMITS
The Owner will obtain the Land Disturbance Permit and the Permit to Construct from
Georgia EPD. The Contractor shall be responsible for obtaining all other permits for the
SC-l
proper execution of the work. A copy of each permit shall be submitted to the Engineer. All
fees associated with these Contractor-furnished permits shall be paid by the Contractor as
part of the work. Work shall not commence on any phase of the work requiring a permit
until the permit is obtained.
SC-5 ARCHEOLOGICAL FINDS
In the event any archeological artifacts within the project are discovered during the course of
the work, the Owner shall have and retain all right, title, and interest to such artifacts and
shall have further right, during the course of the Contract, to examine or cause to have
examined, the site of the work for any such artifacts and to perform or have performed
archeological excavations and all other related work to explore for, discover, recover and
remove such artifacts from the site of the work. In the event the work or archeological
examination and related work delays the Contractor's work, he/she shall be entitled to an
extension of time to complete the work equal to the number of days he/she is thus delayed.
SC-6 OPEN EXCAVATIONS
All open excavations shall be adequately safeguarded by providing temporary barricades,
caution signs, lights and other means to prevent accidents to persons and damage to property.
The Contractor shall, at hislher own expense, provide suitable and safe bridges and other
crossings for accommodating workmen. Bridges provided for access during construction
shall be removed when no longer required. The length or size of excavation will be
controlled by the particular surrounding conditions, but shall always be confined to the limits
described by the Engineer. Reference is particularly made to OSHA 29 CFR 126
requirements for excavations. The Contractor shall take precautions to prevent injury to the
public due to open excavations. All holes, excavated material, equipment, or other obstacles
which could be dangerous to the public, shall be well lighted at night. No excavation shall
be allowed to remain open during non-work hours or when the Contractor is not present.
SC-7 MAINTENANCE OF TRAFFIC
Unless permission to close a street is received in writing from the proper authority, all work
shall be performed so that vehicular and pedestrian traffic may be maintained at all times. If
the Contractor's operations cause traffic hazards, he/she shall repair the road surface, provide
temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory
to the Engineer. Night watchman may be required where special hazards exist, or police
protections provided for traffic while work is in progress. The Contractor shall be fully
responsible for damage or injuries whether or not police protection has been provided. The
Contractor shall ensure safe and efficient traffic movement through all work areas and
provide protection for the Contractor's work force, the work itself and the general public. The
Contractor shall adhere to all traffic control and lane closure regulations required by August-
Richmond County, the latest edition of the "Federal Manual on Uniform Traffic Control
Devices," the Georgia Utilities Coordinating Committee "Manual on Traffic Control
Procedures for Utilities", and all Georgia Department of Transportation requirements.
SC-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Contractor shall furnish, erect and maintain at closures, intersections, and throughout the
project, all necessary approved barricades, suitable and sufficient warning lights, torches,
approved reflectors, danger signals, warning, detour and closure signs, provide a sufficient
number of watchmen and flagmen and take all necessary and legal precautions for the
protection of the work and safety of the public. All barricades, danger signals, signs and
obstructions shall be illuminated at night and all lights shall be kept burning from sunset
until sunrise. All materials and safety devices (i.e., barricades, warning lights, torches,
reflectors and signs) must conform to the "Federal Manual on Uniform Traffic Control
Devices", and the Georgia Utilities Coordinating Committee "Manual on Traffic Control
Procedures for Utilities".
The specific requirements for traffic control provided herein are for the convenience of the
Contractor, and shall in no way be construed as a release from the Georgia Department of
Transportation and lor Augusta-Richmond County requirements previously referenced. All
fines and related costs resulting from the Contractor's failure to provide adequate traffic
control shall be borne solely by the Contractor.
Materials and safety devices, such as barricades, warning lights, torches, reflectors and signs,
provided for the purpose of protecting the work and the safety of the public and for
maintaining and protecting traffic, must conform to the requirements specified above.
SC-8 SHOP DRAWING SUBMITTAL
Submit to the Engineer for review no later than four (4) weeks after Contractor's Notice to
Proceed (and before any materials have been ordered) manufacturers catalog cut sheets,
dimensioned drawings, and specifications for all pipe, valves, fittings, fire hydrants, and
piping system appurtenances as specified in these Specifications and shown on the Drawings.
Engineer's review of Contractor submittals does not relieve the contractor from meeting the
requirements of the Contract Documents.
END OF SECTION
SC-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 14A
WATER DISTRIBUTION SYSTEMS
14.1 COVER
14.1.1 The standard minimum depth of cover shall be 4 feet below existing and proposed road
surface (and areas designed for normal traffic loading) unless otherwise approved by the
Augusta Utilities Department.
14.1.2 The minimum cover to finished grade over water mains not installed in roadways shall be 36
inches. Minimum cover under ditch bottoms shall be 24 inches.
14.2 HORIZONTAL SEPARATION
Horizontal separation for water mains shall be adhered to as follows:
14.2.1 Ten (10) feet minimum to any existing or proposed sanitary sewer/force main, storm sewer
or sewer manhole (less than 10 feet requires pipe material to be Ductile Iron Pipe (DIP) for
both Water Main and SewerIForce Main).
14.2.2 Fifteen (15) feet minimum to buildings, top of bank oflakes/streams/creeks, other structures
(10 feet absolute minimum - only when unavoidable, and pipe material "is required to be
DIP).
14.2.3 Ten (10) feet minimum separation to gas mains.
14.2.4 Ten (10) feet minimum separation to underground electric cable.
14.2.5 Current Georgia EPD separation requirements.
14.2.6 All separation distances above are edge to edge.
14.3 VERTICAL SEPARATION
14.3.1 Water main shall cross over other pipes, unless otherwise shown on the Drawings.
14.3.2 Eighteen (18) inch minimum separation (edge to edge) between all pipes and cables shall be
maintained (6 inch absolute minimum separation with DIP) when conforming to Georgia
EPD separation requirements.
14.3.3 When water mains cross under sewers, additional measures shall be taken. At least 18 inches
of separation between the bottom of the sewer and the top of the water main shall be
provided. Provide adequate structural support for the sewer to prevent deflection or settling
on the water main. The joint of water pipe shall be centered at the crossing.
14-1
14.4 WATER MAIN MATERIAL
Water mains shall be ductile iron pipe (DIP) Pressure Class 350. DIP shall be centrifugally cast and
shall conform to A WW A C 150/ ANSI A21.50 (latest version) for design and A WW A C 151/ ANSI
A21.51 (latest version) for manufacture.
Ductile iron pipe and fittings shall have bituminous coating outside and shall be cement lined in
accordance with A WW A C 104/ ANSI A21.4 (latest version). DIP shall have 1/16" cement mortar
lining with rubber gasket push-on joints or mechanical joints. Mechanical joint glands shall be
ductile iron. Tee bolts and nuts shall be Cor-Ten steel. Rubber gasket joints shall conform to
A WW A C 111/ ANSI A21.11 (latest version), and shall be furnished by the pipe manufacturer with
the pipe. A non-toxic vegetable soap lubricant shall be supplied with the pipe in sufficient quantities
for installing the pipe. The lubricant shall be approved by NSF for use with potable water mains.
14.4.1 Restrained Joints shall be DIP as follows:
For 12-inch and smaller - Restrained joint shall be U.S. Pipe Field Lok, American Ductile
Iron Pipe Lok-Fast, EBAA Iron Mega-Lug, or approved equal.
For 14-inch diameter and larger - Restrained joint shall be U.S. Pipe TR Flex, American
Ductile Iron Pipe Flex-Ring, Lok-Ring, or approved equal.
If inserting in older cast iron pipe, the restrained joint shall be as approved by the Augusta
Utilities Department.
Retainer Glands/Mega-Lug shall not be considered a fitting.
14.4.2 Jack and Bore Materials:
30" pipe to be used as a casing shall conform to either ASTM Standard A139 for "Electric
Fusion (arc) Welded Steel Pipe" with a minimum yield strength of 35,000 psi or "API
Specification API-5LX, Grade X-42 Welded Steel Pipe". Wall thickness shall be 0.5". All
pipe furnished by the manufacturer shall be cast and machined at one foundry location to
assure quality control and provide satisfactory test data. Carrier pipe shall be restrainedjoint
DIP as outlined in paragraph 14.4.1.
The Contractor shall furnish and install all supports necessary to hold the piping and
appurtenances in a firm, substantial manner at the lines and grades indicated on the Drawings
or as specified herein.
Casing spacers shall be a two-piece prefabricated unit by a single manufacturer. All casing
spacers in a single casing pipe crossing shall be provided by the same manufacturer. Casing
spacers shall have a shell made from either 304 stainless steel, 14 gauge mild steel which has
been heat fusion coated with PVC plastic (PVC coating shall be .01 inch thick over the entire
band including the runner studs), or high density polyethylene. Casing spacers on 16-inch
14-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
and smaller carrier pipe shall have 8-inch wide steel bands and casing spacers on 18-inch and
larger carrier pipe shall have 12-inch wide steel bands, except high density polyethylene
spacers shall have high density polyethylene bands. All casing spacers for 14-inch and
smaller pipe size shall have four 10 gauge or 14 gauge steel risers with runners. Casing
spacers for 16-inch and larger pipe shall have six 10 gauge or 14 gauge steel risers with
runners (two top and four bottom). High density polyethylene spacers shall have one riser
for every diameter inch of carrier pipe. The runners (risers) shall be either glass reinforced
plastic, UHMW polymer, or high density polyethylene. All nuts, bolts and washers shall be
304 stainless steel. All risers over 2 inches in height shall be reinforced. Wooden skids are
not an acceptable alternate.
14.4.3 All construction material shall be new and unused. Repair clamps are not acceptable.
Damaged or faulty pipe and materials shall be properly replaced. All gaskets shall be new.
When connecting to existing valves or fittings, gaskets shall be replaced, not reused.
14.4.4 All new water main pipe sizes are specified on the Drawings.
14.5 VALVES, FITTINGS AND APPURTENANCES
All valves, bends, tees, crosses and dead ends shall be restrained by a mechanical restraint system as
outlined in Paragraph 14.4.1 and as shown on the Drawings, or by use of a concrete thrust block in
those instances that warrant such an installation and only if approved by the Engineer. Thrust blocks
shall be poured-in-place concrete having a minimum compressive strength 00,000 psi after 28 days
of cure time.
14.5.1 Valves:
All Valves shall OPEN LEFT and shall be provided with valve stem extensions to within 6
inches of ground surface, where centerline of pipe to grade is greater than 4 feet. Valves
shall be installed at the locations shown on the Drawings. All valves shall be equipped with
a 2" A WW A operating nut.
Gate valves, 4 inches to 12 inches, shall be the resilient seat type conforming to A WW A
C509 (latest version) and be UL Listed, FM approved. All internal parts shall be accessible
without removing the body from the line. The wedge shall be cast iron, completely
encapsulated with resilient material. The resilient sealing material shall be permanently
bonded to the cast iron wedge with a rubber-tearing bond to meet ASTM D429. Non Rising
Stems (NRS) shall be cast bronze with integral collars in compliance with A WW A. The
NRS stuffing box shall have two O-Ring seals above the thrust collar and one below. The
top two O-Rings shall be field replaceable without removing the valve from service. The
stem nut shall be independent of the wedge and made of solid bronze. Gate valves shall be
M&H Valve Company Model No. 4067, Mueller A-2360, or approved equal.
Valves larger than 12 inches shall be class 150B, gear operated butterfly valves, conforming
to A WW A C504 (latest version). Wafer valves shall not be accepted.
14-3
Butterfly valve disc shall be constructed from cast iron or ductile iron and valve seats shall
be made of new natural rubber or synthetic rubber. The seats shall be vulcanized into the
valve body. Cast iron disc shall have stainless steel seating edge or corrosion resistant 80-
percent nickel/20-percent chrome seating edge. Provide stuffing boxes with "Chevron-Type"
packing where valve shaft extends through valve body.
Butterfly valve shaft shall be stainless steel or monel, straight through or two-piece. Shaft
seals shall be constructed of V -type packing utilizing stuffing box and pull down packing
gland. Shaft bearings shall be self-lubricating sleeve type. Adequate thrust bearings shall be
provided to keep disc centered regardless of valve position or have center thrust surfaces
integral to valve disc. Valve operator shall be of the traveling-nut type, sealed, gasketed, and
lubricated for underground service. Operator shall be designed in accordance with A WW A
C504 and operator components shall withstand a minimum input torque of300 foot-pounds
at extreme operator position without damage. Valve shall be capable of easy closure by one
man using standard valve key, even under emergency line-break conditions as severe as
those that would cause a valve maximum opening torque requirement of as much as two
times AWWA Class 150B. Operator shall produce full AWWA Standard C504 Table 1
output torque throughout entire travel for Class 150B with a minimum supply pressure of
150 psi.
All internal exposed surfaces of butterfly valve shall be coated with a polyamide cured epoxy
coating prior to assembly of valves. Coatings shall be NSF 61 approved for potable water.
Valve exterior shall be coated in accordance with A WW A C504 latest edition. Surfaces to
be coated shall be prepared and sandblasted per Steel Structures Painting Council
Specification SSPC-SP-1O-638 No. 10. Butterfly valves shall be DeZurik, Henry Pratt
Company, Mueller, or approved equal.
14.5.2 Valve Boxes
Valve boxes shall be TylerlUnion 7000 Series, or approved equal. Each valve box shall be
slip-type to adjust for a minimum cover of36". The flanged base of the valve box shall be at
least six (6) inches above the pipe so not to stress water lines 4" and smaller. Extension
pieces shall be provided by the Contractor as needed for additional depth over valves.
Extensions shall be purchased from the same manufacturer as valve boxes. Covers shall
have the word "WATER" cast on top.
14.5.3 Fittings:
Standard pressure pipe fittings 4" and larger shall be ductile iron conforming to A WW A
C153 (latest version), with restrained mechanical joints. Gray cast-iron fittings are not
allowed. Ductile iron fittings shall be cement lined in accordance with A WW A C 1 04 (latest
version). Mechanical joint fittings, 24 inches and smaller shall be rated for 350 psi working
pressure. For sizes less than four (4) inch ID, fittings shall be suitable to the pipe material
and application. Glands for mechanical joint fittings shall be ductile iron, and tee bolts and
nuts shall be Cor-Ten steel. Only bolt systems furnished by the manufacturer for mechanical
joints are acceptable; nuts and bolts shall be new, not reused. Pipe gaskets shall be new as
14-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
supplied by the pipe manufacturer.
14.5.4 Combination Air Release Valve and Air Vacuum Valve:
Combination air release and air vacuum valves shall consist of two independent valves: a
four (4)-inch vacuum breaking valve and a 3/16-inch small orifice air release valve, piped
together and tested as a unit. The bodies of the valves shall be cast iron. The valves shall be
G.A. Industries, Inc. of Mars, Pennsylvania, Figure 992 or approved equal. Copper pipe for
gooseneck shall be Type K copper.
14.5.2 Ductile Iron Pipe and Fittings Specifications:
All ductile iron pipe and fittings shall comply with the following standards:
ANSI!A WW A CI51/A21.5 1-96 4-FEB-1996 or latest version
American National Standard for Ductile-Iron Pipe, Centrifugally Cast, for Water
ANSI/A WWA C150/A21.50-96 1996 or latest version
American National Standard for Thickness Design of Ductile-Iron Pipe
ANSI! A WW A C 115/ A21.15-94 1994 or latest version
American National Standard for Flanged Ductile-Iron Pipe With Threaded Flanges
ANSI/A WWA C111/A21.11-95 1995 or latest version
American National Standard for Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and
Fittings
ANSI/ A WW A C 153-98 1998 or latest version
American National Standard for Ductile-Iron and Gray-Iron Fittings, 3 in. through 48 in.
(75 mm through 1200 mm), for Water and Other Liquids
ANSI/ A WW A C 1 04/ A21.4-95 1995 or latest version
American National Standard for Cement-Mortar Lining for Ductile-Iron Pipe and Fittings
for Water
14.6 FIRE HYDRANTS
Fire hydrants shall be provided as shown on the Drawings, and shall be Mueller #A-423, M&H
Figure 129T, or Kennedy K-81D AWWA Compression Type-Dry Top-Traffic Model, 150 psi
working pressure, 300 psi test pressure. All fire hydrants shall be ordered safety yellow body with
white bonnet and caps. Each hydrant shall be left turn opening and capable of delivering a flow of
500 gallons per minute from two 2 Y2 -inch nozzles with a maximum permissible head loss of 1 psi
per nozzle. Flow tests shall be performed by the Contractor to verify the specified fire flow demand.
Fire hydrants shall be of the dry barrel break-away type conforming to A WW A C502 (latest
version), with two 2 Y2-inch threaded hose nozzles and one 4 ~-inch threaded pumper nozzle. Hose
14-5
and pumper nozzle threading shall be national standard. Connection shall be 6-inch mechanical
joint. The center line of the nozzles shall be 18 inches above the finish grade. Hydrants shall have a
5 Y-t-inch interior valve opening and be restrained from hydrant to tee at the main.
14.6.1 Fire Hydrant and Valve Specifications:
All fire hydrants and valves shall comply with the following standards:
ANSI! A WW A C500-93 1993 or latest version
Metal-Seated Gate Valves for Water Supply Service (includes addendum C500a-95)
ANSI/ A WW A C502-94 1994 or latest version
Dry-Barrel Fire Hydrants (includes addendum C502a-95)
ANSI/ A WW A C503-97 1997 or latest version
Wet-Barrel Fire Hydrants
ANSI/ A WW A C504-94 1994 or latest version
Rubber-Sealed Butterfly Valves
ANSI/AWWA C507-99 1-DEC-1999 or latest version
Ball Valves 6 in. through 48 in. (150 mm through 1200 mm)
ANSI/ A WW A C508-93 1993 or latest version
Swing-Check Valves for Waterworks Service, 2 in. (50mm) Through 24 in. (600mm)
NPS (includes addendum C508a-93
ANSI! A WW A C509-94 1994 or latest version
Resilient-Seated Gate Valves for Water-Supply Service (includes addendum C509a-95)
ANSI/ A WW A C550-90 1990 or latest version
Protective Epoxy Interior Coating for Valves and Hydrants
14.7 WATER DISTRIBUTION SYSTEM INSTALLATION
Install water main, fittings, valves, and appurtenances as shown on the Drawings and as specified
herein. Notify the Augusta Utilities Department at least 48 hours prior to starting construction (706-
772-5503). Installation of water mains and associated appurtenances shall be made in accordance
with current A WW A specifications and the manufacturer's requirements for the specific product.
Loading or unloading and storage of pipe, fittings, valves, etc. shall be done in such manner to avoid
damage. The interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at
all times. All piping shall be placed in a dry trench with a stable bottom. Wet trench installation
shall be allowed only upon written approval of the Utilities Director.
Mechanical restraint systems shall be provided at each fitting involving a change of direction and as
shown on the Drawings. Concrete thrust blocks will be allowed in lieu of mechanical restraint
14-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
systems in those instances that warrant such an installation and only if approved by the Engineer.
Thrust blocks shall be poured-in-place concrete having a minimum compressive strength of3,000 psi
after 28 days of cure time.
Backfill shall be free of boulders and debris, and shall conform to Georgia Department of
Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced
with proper bedding. Pipe shall be laid on line and grade as shown on the Drawings. Pipe joints,
gravity blocks, service connections, and conflicts shall be left exposed until visually inspected and
approved by the Augusta Utilities Department's Inspector.
Fire hydrants shall be installed true and plumb with the center of the pumper nozzle facing toward
the road. Hydrants shall not be placed in the sidewalk.
All valves shall be placed according to the Drawings. Valve stems shall be installed plumb. Valve
stem extensions shall be provided and installed as described in Section 14.5. Combination air
release and air vacuum valves shall be installed at the locations shown on the Drawings.
14.7.1 Water Distribution System Installation Specifications:
Contractor shall comply with the following during installation of water mains:
ANSI! A WW A C600-93 1993 or latest version
Installation of Ductile-Iron Water Mains and Their Appurtenances
ANSI! A WW A C512-92 1992 or latest version
Air Release, AirNacuum and Combination Air Valves for Water Works Service
14.7.2 Handling and Storing of Materials:
Unload pipe so as to avoid deformation or other injury thereto. Do not place pipe within pipe
of a larger size. Store pipe and fittings on sills above storm drainage level and deliver for
laying after the trench is excavated. Valves shall be drained and so stored as to protect them
from freezing.
14.7.3 Pipe Laying (General):
The interior of the pipe shall be clean, and joint surfaces wiped clean and dry when the pipe
is lowered into the trench. Lower each pipe, fitting and valve into the trench carefully and
lay true to line and without objectionable breaks in grade. The depth of cover below finished
grade shall be not less than 3 feet (4 feet if in roadways), or as shown on the Drawings. Give
all pipes a uniform bearing on the trench bottom. Prevent water or dirt from entering the
pipe after laying. Insert a watertight plug in the open end of the piping when pipe laying is
not in progress.
14.7.4 Jacking and Boring:
Where required by the Drawings, the water line shall be installed in a steel casing, placed by
jacking and boring as shown on the Drawings and Specifications. Where boring is required
under highways or city/county roads, the materials and workmanship shall be in accordance
14-7
with the standards of the Georgia Department of Transportation or local authority. Boring
and jacking under railroads will be governed by the latest A.R.E.A. Standards, Part 5,
"Pipelines" and those of the railroad involved.
The steel casing shall be installed by the "Dry Bore and Jack" method. Ifvoids develop or if
the bored hole diameter is greater than the outside diameter of the pipe by more than
approximately 1 inch, remedial measures shall be taken by the Contractor as approved by the
Engineer.
When installing water line through casing, Contractor shall use mechanical joint pipe with
retained glands throughout the length of casing. All carrier pipes in casings shall utilize
casing spacers installed on the carrier pipe, inside the casing pipe. Casing spacers shall be
installed one foot on both sides of each carrier pipe joint, and at ten-foot intervals along the
carrier pipe for pipe up to 48 inches in diameter. For carrier pipes larger than 48 inches,
casing placement shall be as recommended by the casing spacer manufacturer. A casing
spacer shall also be installed within two feet of each of the ends of the casing pipe.
14.7.5 Pressure and Leakage Testing:
All water mains shall be pressure and leak tested as specified herein. The Contractor shall
provide all equipment, materials and labor necessary for pressure and leak testing. The
Owner will provide all water for pressure and leak testing. The pumping pressure shall be
supplied at the expense of the Contractor. This test must be observed by an Augusta Utilities
Department representative and the Engineer. The main tested shall either be isolated from
active potable lines or protected from leakage by a double valve arrangement. All water used
for pressure testing shall be potable water with an adequate chlorine residual. Water lines
shall be tested by valve sections. Maximum allowable leakage shall be as determined in
accordance with current A WW A specifications. The standard duration of the test is four (4)
hours. Testing procedures shall meet or exceed A WW A C600 (latest version) requirements.
Any portions of the main which fail the test shall be replaced or adjusted until the entire new
main passes the test criteria. The pressure and leakage test shall be performed concurrently.
Before any work will be accepted for payment, the Contractor shall fill the piping with water
and open outlets as necessary for expelling the entrapped air. No fire hydrant shall be
opened full force during charging operations. Thereafter, furnish the necessary equipment
and test the piping under the supervision of the Engineer for a period of at least 4 hours at not
less than 1.25 times the design pressure in pounds per square inch, based upon the highest
elevation of the section under test. Pressure testing shall be conducted in accordance with
the latest A WW A Standard C600, Section 4.1. at 1.5 times the working pressure at the point
of testing. Inspect all joints, and remedy all defects to the satisfaction of the Engineer.
Continue the test until all visible leaks have been eliminated from the part of the system
under test, and the pressure remains constant with a maximum pressure drop of 5 psi for the
duration of the test.
Immediately following the pressure test, and before any work will be accepted for payment,
the Contractor shall perform a leakage test. Leakage is defined as the quantity of water to be
supplied into the newly laid pipe, or any valved section thereof, necessary to maintain the
specified leakage test filled with water to within 5 psi of the test pressure. No pipe
installation will be accepted until the leakage is less than the number of gallons per hour as
determined by the formula:
14-8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
L - fD/P
13DX>
L = Allowable leakage in gallons per hour.
S = The length of pipe in the section tested.
D = The nominal diameter of the pipe in inches.
P = The average test pressure during the leakage test in pounds per square inch
gauge.
The leakage test shall be conducted in accordance with A WW A Standard C-600, Section 4.1
(latest version).
14.7.6 Connection to Existing System:
All connections to existing mains shall be made under the direct supervision of the Augusta
Utilities Department's Inspector. Valves on existing mains shall be operated by or under
direct supervision of Augusta Utilities Department personnel. Tapping sleeves and valves
shall be pressure tested prior to tapping. If service to existing customers must be cut off, the
Augusta Utilities Department shall be notified at least three (3) days in advance to make
necessary notifications. The Contractor shall disinfect and secure appropriate Utilities
Department clearances for any service interruptions. The clearances shall be obtained within
72 hours of reactivation.
If cut-off of service is required, the Contractor shall be ready to proceed with as much
material pre-assembled as possible at the site to minimize the length of service interruption.
Augusta Utilities reserves the right to postpone service cut-off if, in the opinion of the
Utilities Director, the Contractor is not ready to proceed on schedule. No customer shall be
without water for more than four (4) hours. The Owner will arrange for temporary services
to the Customer(s) if water will be shut off for more than four hours.
Local chlorination will be required for all pipe and fittings used to complete connections with
the potable water system. Tapping sleeves and valves shall be chlorinated in accordance
with A WW A requirements. All wet taps shall be witnessed by the Augusta Utilities
Department's Inspector.
14.8 CLEANING AND FLUSIDNG
Upon completion of installation, the mains shall be flushed and the water disposed of without
creating a nuisance. Flushing shall achieve a minimum water velocity of2.5 feet per second (fps) in
all portions of the pipe. The duration of the flushing will be determined by the Augusta Utilities
Department's Inspector. If, in the opinion ofthe Augusta Utilities Department's Inspector, there is
insufficient water available for proper flushing, the Contractor shall clean the lines by pigging. All
flushing or cleaning shall take place in the presence of an Augusta Utilities representative. The
existing mains that the new mains are connected to may be required to be flushed under the direction
of the Augusta Utilities Department when service is restored.
14-9
14.9 DISINFECTION
Augusta Utilities shall be notified at least 48 hours in advance to schedule bacteriological testing of
water mains. The Contractor shall replace or adjust components of the pipeline which fail the test.
Clearance is required from the Utilities Department before the Augusta Utilities Department will
allow the main to be put into service.
All piping complete with fittings and appurtenances shall be disinfected as specified in the applicable
sections of A WW A Specification C651 (latest version) "Disinfecting Water Mains." Piping and
appurtenances shall be thoroughly flushed, then chlorinated with not less than fifty parts per million
(50 ppm) of chlorine. Calcium hypochlorite can be used. Water from the existing distribution
system or other source of supply shall be controlled so as to flow slowly into the newly laid pipeline
during the application of chlorine. The solution shall be retained in the pipeline for not less than 24
hours, and a chlorine residual of 10 ppm should be available at this time. The system shall then be
flushed with potable water and the sampling program started. Sampling taps and chlorinated water
used for disinfection shall be flushed to a location that will not damage property or persons and shall
be provided by the Contractor. Sampling taps shall be provided in accordance with A WW A C651
and installed at the locations shown on the Drawings. The provisions of this paragraph apply equally
to new pipe and fittings and to existing pipelines into which connections have been made or which
may have been otherwise disturbed to the extent that contamination may have occurred. All
requirements of the health authorities shall be observed in executing this work. The disposal of
heavily cWorinated water (following disinfection) shall be accomplished in accordance with the
latest editions of the A WWA Standard C651 and the EPD's Minimum Standards for Public Water
Systems.
Contractor shall collect all water samples and pay for all laboratory analysis. Two or more
successive sets of samples, taken at 24-hour intervals and tested by a State approved private lab,
shall indicate bacteriologically satisfactory water. Submit all test results to the Engineer.
14.10 AS-BUILT DRAWINGS:
As the work progresses, the Contractor shall record on one set of utility drawings all changes and
deviations from the Contract Drawings in sizes, lines or grade. Record the exact final location of
water lines by offset distances to surface improvements such as edge of existing pavement or to
property lines, etc. at a maximum interval of 200 feet. The drawings shall show references to all
valves, fittings, pipe brand changes, etc. Transfer accurately all such records in red pencil to white
prints of the utility drawings, and deliver them to the Engineer with the monthly payment estimate.
As-built record drawings will be prepared in Auto Cadd by the Engineer based on the red-lined
drawing markups provided by the Contractor.
END OF SECTION
14-1 0
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 14B
SANITARY SEWER SYSTEMS
14.11 SCOPE
This section covers all labor and materials to remove and replace approximately 15 linear feet of
force main to accommodate jacking and boring under Windsor Springs Road.
14.12 PVC FORCE MAIN MATERIAL
Force main pipe shall be of approved C900-CL200 water pipe. PVC pipe shall be manufactured
from virgin resin conforming to ASTM D-3034 (latest version) with minimum classification of
SDR-35.
All fittings shall be of the same quality and material as the pipe to be used. Pipe classes shall be
determined based upon the installation and the use intended.
All construction material shall be new and unused. Repair clamps are not acceptable. Damaged or
faulty pipe and materials must be properly replaced. All gaskets shall be new. When connecting to
existing valves or fittings, gaskets shall be replaced, not reused.
14.13 INSTALLATION
Sewer force main shall be installed in accordance with the water distribution system specifications
(including the use of restrained mechanical joints, where required). Polyvinyl chloride (PVC) force
main must conform to ASTM D-2241, latest version. Installation shall comply with ANSI! A WW A
C605-94 dated January 30, 1994 or latest version, Underground Installation of Polyvinyl Chloride
(PVC) Pressure Pipe and Fittings for Water.
Installation of sanitary sewer force main pipe and associated appurtenances shall be in accordance
with current ASTM specifications and manufacturer's requirements for the specific product.
Loading or unloading and storage of pipe, fittings, valves, etc. shall be done such to avoid damage.
All pipe shall be carefully examined before it is installed in the trench. Damaged pipe or pipe which
does not meet specification requirements shall be rejected and removed from the work site. The
interior of all pipe, fittings, valves, etc. shall be kept free of dirt and foreign matter at all times. All
piping shall be placed in a dry trench with a stable bottom. Wet trench installation shall be allowed
only upon written approval of the Utilities Director.
Backfill shall be free of boulders and debris, and shall conform to Georgia Department of
Transportation Specifications. Sharp or rocky material encountered in the base shall be replaced
with proper bedding. Pipe shall be laid on line and grade as designed. Pipe joints, gravity blocks,
service connections, and conflicts shall be left exposed until visually inspected and approved by the
Augusta Utilities Department's Inspector.
14-11
Detectable tape as manufactured by Reef Industries of Houston, Texas, or equal shall be installed
during the backfill operation at a point 1 foot below the final finished grade. The detectable tape
shall be a 5.5 mil composition film containing one layer of metalized foil laminate between two
layers of inert plastic film specifically formulated for prolonged use underground. The tape shall be
highly resistant to alkalis, acids and other destructive agents found in the soils. The detectable tape
shall bear a continuous printed message "Caution Sanitary Sewer Line Buried Below." The message
shall be printed in permanent ink formulated for prolonged use underground. Letters shall be clearly
legible and have a minimum height of 1.2 inches.
END OF SECTION
14-12
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 14C
EXCAVATION & BACKFILLING
14.14 SCOPE
This section covers all excavation, trenching and backfilling for pipe lines.
14.15 EXISTING IMPROVEMENTS
The Contractor shall maintain in operating condition and protect from damage all existing
improvements including utilities, roads, streets, sidewalks, drives, power and telephone lines, gas
lines, water lines, sewers, gutters and other drains encountered, and repair to the satisfaction of the
Engineer any aerial, surface or subsurface improvements damaged during the course of the work.
Where and if shown on the Drawings, the locations and existence or nonexistence of underground
utilities are not guaranteed. The Contractor shall contact the various utility companies to determine
and/or verify such information prior to proceeding with the work. Contractor shall make reasonable
and satisfactory provisions for the maintenance of traffic on streets, drives, walkways and at street
crossings, and if necessary provide temporary walkways and bridges for crossing of the open trench
as directed.
14.16 EXCAVATION
All excavation of every description and of whatever substances encountered shall be performed to
the depths indicated on the Drawings or as specified herein. Excavation shall be made by the open
cut method except as otherwise specified or shown on the Drawings. Excavation methods shall meet
or exceed Occupational Safety and Health Administration (OSHA) construction industry standards.
All excavated materials not required for fill or backfill shall be removed and wasted as directed. The
banks of shallow trenches shall be kept as nearly vertical as practicable and where required shall be
properly sheeted and braced. Except where otherwise indicated, trench bottoms shall be not less than
12 inches wider nor more than 16 inches wider than the outside diameter of the pipe to be laid
therein, and shall be excavated true to line, so that a clear space of not less than 6 inches nor more
than 8 inches in width is provided on each side of the pipe. The bottom of trenches shall be
accurately graded to provide uniform bearing and support for each section of the pipe on undisturbed
soil at every point along its entire length, except for portions of the pipe sections where it is
necessary to excavate for bell holes and for the proper sealing of pipe joints. Bell holes shall be dug
after the trench bottom has been graded. Bell holes shall be excavated only to an extent sufficient to
permit accurate work in the making of the joints so that the pipe, for a maximum of its length will
rest upon the prepared bottom oftlle trench. Depressions for joints other than mechanical shall be
made in accordance with the recommendations of the joint manufacturers for the particular joint
used. Excavation for structures and other accessories shall be sufficient to leave at least 12 inches in
the clear between their outer surfaces and the embankment or timber which may be used to hold the
bank and protect them. Where damage is liable to result from withdrawing sheeting, the sheeting
will be ordered to be left in place. Except at locations where excavation of rock from the bottoms of
trenches is required, care shall be taken not to excavate below the depths indicated. Where rock
excavation is required, the rock shall be excavated to a minimum overdepth of 4 inches below the
14-13
normal required trench depth. The overdepth rock excavation and all excess trench excavation shall
be backfilled with loose, moist earth, thoroughly tamped. Rock is defined as materials which are so
hard or cemented that the excavation of such material requires blasting. The excavation shall
proceed in a conventional manner with satisfactory effort made to remove hard materials before the
Contractor makes a determination of the need for blasting. Predrilling and blasting will be allowed,
if the Contractor can provide boring log evidence to the satisfaction of the Engineer to show that the
material cannot be excavated. Evidence shall be provided for the Engineer's review and approval
before predrilling and blasting is undertaken. The excavation and removal of isolated boulders or
rock fragments larger than one cubic yard in volume encountered in materials of common excavation
shall be classified as rock excavation. Whenever wet or otherwise unstable soil that is incapable of
properly supporting the pipe, as determined by the Engineer or indicated on the Drawings, is
encountered in the trench bottom, such soil shall be removed to a depth required for the lengths
designated by the Engineer, and the trench backfilled to trench bottom grade, as herein specified,
with approved coarse sand, fine gravel, or other suitable material. Backfill with earth under
structures will not be permitted and any unauthorized excess excavation below the levels indicated
for the foundation of such structures shall be filled with approved sand, gravel, or concrete, as
directed.
14.16.1 Grading and Stacking:
All grading in the vicinity of trench excavation shall be controlled to prevent surface
water and ground water from flowing into the trenches. Any water accumulated in the
trenches shall be removed by pumping or by other approved methods. During excavation,
material suitable for backfilling shall be stored in an orderly manner a minimum distance
of one and one-halftimes the depth of the excavation back from the edges of trenches to
avoid overloading and prevent slides or cave-ins. Material unsuitable for backfilling, as
determined by the Engineer, shall be removed from the job site and disposed of by the
Contractor in a manner as approved by the Engineer.
14.16.2 Shoring and Sheeting:
Provide all shoring, sheeting, and bracing required to perform and protect the excavation
and to safeguard employees and the public. The failure of the Engineer to direct the
placing of such protection shall not relieve the Contractor of his responsibility for damage
resulting from its omission.
Whenever sheeting is driven to a depth below the elevation of the top of the pipe, that
portion of the sheeting below the elevation of the top of the pipe shall not be disturbed or
removed. Sheeting left in place shall be cut off not less than I foot below finished grade.
No sheeting shall be removed until the excavation is substantially backfilled as
hereinafter specified.
14-14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
14.16.3 Water Removal:
Where water is encountered, it shall be prevented from accumulating in excavated areas
by pumping, well-pointing and pumping, or by other means approved by the Engineer as
to capacity and effectiveness. Water removed from excavations shall be discharged at
points where it will not cause injury to public or private property, including work
completed or in progress. All efforts to prevent sedimentation shall be made. Under no
circumstances shall trench bottoms be prepared, pipes laid, or appurtenances installed in
water. Water shall not be allowed to rise in unbackfilled excavations after pipe or
structures have been placed.
14.16.4 Blasting:
Explosives may be used only within legal limitations and if approved by the Engineer and
the Utility Department. Before explosives are used, all necessary permits for this work
shall be secured and all precautions taken in the blasting operations to prevent damage to
private or public property or to persons. The Contractor shall assume full liability for any
damage that may occur during the use of explosives. No blast shall be set offwithin 50
feet of pipe already laid in the trench.
14.16.4.1 Tree Protection:
Care shall be taken to protect the roots of trees to be left standing. Within the branch
spread of the tree, trench shall be opened only when the work can be installed
immediately. Injured roots shall be pruned cleanly and backfill placed as soon as
possible.
14.17 BACKFILLING
14.17.1
Backfill
Trenches and other excavations shall not be backfilled until all required tests are
performed and the work has been approved by the Engineer. The trenches shall be
carefully backfilled with Normal Backfill, which shall consist of excavated materials
approved for backfilling consisting of earth, loam, sandy clay, sand and gravel, soft
shale, or other approved materials. No material shall be used for backfilling that
contains mulch, other unstable materials, stones, blasted rock, broken concrete or
pavement, or other hard materials having any dimension greater than 4 inches; or large
clods of earth, debris, frozen earth or earth with an exceptionally high void content.
Backfilling within Augusta right-of-way shall conform to Georgia Department of
Transportation and City of Augusta specifications.
For backfill up to 1 foot above the top of pressure pipelines and 2 feet above the top of
gravity pipelines, only Select Backfill shall be used. Select Backfill shall be finely
divided Normal Backfill free from debris, organic material and stone, and may be
suitable job excavated material or shall be provided by the Contractor from other sources.i
14-15
Whenjob excavated material does not contain suitable material as described herein, off-
site material meeting the requirements of Georgia DOT Class I, Type I and II backfill
shall be provided by the Contractor. The Select Backfill shall be placed in uniform
layers not exceeding 6 inches in depth. Each layer shall be moistened and carefully and
uniformly tamped with mechanical tampers or other suitable tools. Each layer shall be
placed and tamped under the pipe haunches with care and thoroughness so as to eliminate
the possibility of voids or lateral displacement. Compact backfill to the percentages
shown on the Drawings.
The remainder of the backfill material (Normal Backfill) shall then be placed and
compacted above the level specified above. In areas not subject to traffic, the backfill
shall be placed in 12-inch layers and each layer moistened and compacted to a density
approximating that of the surrounding earth. Under roadways, driveways, paved areas,
parking lots, along roadway shoulders and other areas subject to traffic, the backfill shall
be placed in 6-inch layers and each layer moistened and compacted to a density as shown
on the Drawings. Any trenches which are improperly backfilled, or where settlement
occurs, shall be reopened to the depth required for proper compaction, then refilled and
compacted with the surface restored to the required grade and compaction at no extra cost
to the Owner. Along all portions of the trenches not located in roadways, the ground
shall be graded to a reasonable uniformity and the mounding over the trenches left in a
neat condition satisfactory to the Engineer. Grade to match surrounding contours or as
otherwise directed by the Engineer.
Sheeting not specified to be left in place shall be removed as the backfilling progresses.
Sheeting shall be removed in such a manner as to avoid caving of the trench. Voids left
by the removal of sheeting and shoring shall be carefully filled and compacted. Where,
in the opinion ofthe Engineer, damage is liable to result from withdrawing sheeting, the
sheeting will be ordered to be left in place.
14.17.2 Flowable Fill
Flowable fill may be used for backfilling open cut excavations in paved areas when
compaction of backfill material cannot meet the requirements shown on Drawing 13,
Detail PR-1. Flowable fill mixes fall into the categories of "very flowable" and "less
flowable," which is controlled by the amount of water that is added. The less flowable
mix should be used when it is desirable to put traffic back on a roadway quickly (usually
8 to 10 hours) or when being used to backfill pipes which could "float" out of position
due to the buoyant effect of the very flowable fill mix. This mix will still self-
consolidate around pipes without any "honeycomb" areas. Adding water to flowable fill
to obtain the desired plastic characteristics will not compromise the quality of the
hardened flowable fill.
14-16
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Less Flowable Mix (Mix 1)
Weights Volume Units Reference
Min 50 lbs. Cement 0.25 ASTM C 150, Type I or II
Min 600 lbs. Fly Ash 4.24 ASTM C618, Class C
SSD 2500 lbs. Sand 15.17
55 gallon 458 lbs. Water 7.34 Clean, potable, < 500 ppm chlorides
Total Cubic Feet = 27.00
Above values are based on specific gravities-cement 3.15, fly ash 2.27, sand 2.64, and water 1.00.
Anticipated unconfmed compressive strength is 80 psi at 28 days and 150 psi at 56 days.
The trench shall be prepared and the pipe joints placed as normal. There should be at least 6 inches
of flowable fill above any utility line. Once the pipe is covered, it will be sufficiently anchored and
water may be added to the remaining flowable fill to ease placement without danger of floating the
pipe. Ifit is important to quickly return traffic to the roadway, the flowable fill mixture shall not be
altered by the addition of water.
The flowable fill may be discharged directly from the ready-mix truck into the space to be filled, or
by other methods approved by the Utilities Department representative. The mix may be placed in
part depth or full depth as conditions at the site dictate. Formed walls or other bulkheads shall be
constructed to withstand the mounded soil rather than wood or metal forms. When backfilling utility
lines, flowable fill shall be distributed evenly to prevent any movement of the line. The material is
self-consolidating and there is no need to use vibrators. Finishing can be accomplished with a square
shovel if the fill surface is at the bottom of pavement or with a wood float if the surface will be
temporarily used as a finished surface.
Once flowable fill is in the trench, the self-consolidating material displaces the extra water not
needed for maximum density. Provisions shall be made for this "bleed water" to run off and away
from the surface of the hardening flowable fill (use of vapor barriers such as plastic sheets is not
desired). The material will usually support foot traffic within an hour after the bleeding ends.
Typically, full traffic can be allowed on the hardened flowable fill within 8 to 20 hours (depending
on site conditions, volume to be backfilled, etc.) without damage to the fill or any structures below.
If it is necessary to return traffic in less than 8 hours, or if there is concern that traffic flow will "rut"
the hardening flowable fill, steel plates shall be used to bridge over the hardening flowable fill as
directed by the Utilities Department representative. If the filled cavity is too wide to bridge, steel
plates shall be placed on top ofthe hardening flowable fill as soon as it is able to support foot traffic
(one hour after bleeding ends), and full traffic can be allowed without damage to the fill or the
structure below.
As the extra water is displaced from the consolidating flowable fill, there will be an initial
subsidence of about one-eighth (1/8) of an inch per vertical foot. Once the flowable fill hardens,
there shall be no future settlement. The hardened flowable fill can be shaped to grade the next day to
allow the patch thickness required. The patch may be applied directly to the cured flowable fill.
14-1 7
It will be the responsibility of the Contractor to furnish the necessary information to obtain approval
of the mix design and to use the necessary construction techniques to assure that the finished
material will perform as intended.
14.18 JACKING AND BORING
Where shown on the Drawings, the pipeline shall be installed in a steel casing, placed by boring and
jacking. Where boring is required under highways, the materials and workmanship shall be in
accordance with the standards of the Georgia Department of Transportation or local authority.
Boring and jacking under railroads shall be governed by the latest A.R.E.A. standards and those of
the railroad involved. Refer to Section 14.7.4 for additional requirements.
14.19 PAVEMENT REMOVAL AND REPLACEMENT
Where necessary, existing pavements shall be removed and replaced; the applicable specifications of
the Georgia Department of Transportation or local authority shall govern this work. Joints shall be
sawed, unless joints are equally uniform in the opinion of the Engineer from other means. Refer to
Right -of- W ay Encroachment Guidelines for pavement removal and replacement with Augusta right-
of-way.
END OF SECTION
14-18
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-------------------
QQ~QQ~~
"11
i ~ ~ :llI
"lI ,: ,: 0
I ~ I ~
Sil n
~ ..
~j 0
g j ~
!:I >
.t. ~ :-0
'- '-
~iit~i ~i ~~~~
a!;~ I~ m~~ ~
i,,~:~ III
~ ~I"l S~ I!!!
.i~i~1 ~~
;~ III~
Iql~ s ~i
&~~ : ~~
@ ~- ~ Ii
CI 'm
I
iI
pi
II
!llil~~
~bl~m!~~
~nl~!;
il!ljll
"I~~~~~
i"~II~
iB~ i
Iz
i~
I~
IF
~~
I
.0
19
jv
l-
..z
.0
.
CD
o
c
z
o
)>1
;01
-<
en
c'
;01
<I
fTl1
-<,
CII
:.~. : ::: . . .~ a- .... :";:
""----' "'-
- -
t 'i"
"'"
"
II
J; 4
~~~ -
"\ nI
Q
jl.;1
" lit 5
. -
~ 248.84'
"\ "N26'21'41"E ~ 7f~
, . ~~
~~ :-oj;
~~ ~! i!
~ 10018 ~
~ M!:: ~
II " SZ6'29:U-W
llJ . 418.52'
~!II i!
~ 100~ ~
~ M~~
I
~
~
; 1.1D.9l.!MN II
I ,If'9lZ 18 S
:-oj! ~ ~
0; ~ i! "..,
~ 1008l~ II
~ M!::~:: ~
~ij
..,
'11 ALID.9l.SIS'
I ,,,'ur
~.
....
s:
at
(.,.
;g
sa
!:B
~
g
I >
. l
I
ill
!
~
"'
....,
~
~
· ~a
(.,. t~
.
~
~
JJ.1
". :ti
:~ :. r!'i
. .. ~
~. l.5
~
~
~
I
I
~
""
~
~
rs
I
n
~
~
fI.l
(')
~
I
.
I
-I
06
I;
I I
8_
p
".0 '.
...
'.
? "
C)
N2f"J2'1'''E
--;;m
"l~~
II ~l;j
~
;~IIi!
100 Ii=~ ~
8~la'1
I
~~
~~
~p
~!
i
~
I
R/W
~
-'.11."".
1~~li ~
lifiE t
l:i'h'--if
i-il.... i
~ ~r ~
~ at i
~ Q'
Ii
'G
i
'z/'
~\
~~~
TALLOWTREE STREET 50'
PfPPERID POlN~
SECTION THREE
If' cp "
C) C) II
"
II
~II
~~
~~2t1).
8~1
~
:;:1\1
...
nI
I
I
()
o
3
3
o
:J
o
~I~
~~
o
CD
1"+
C
-.
~
C)
"
~B II
~
"'l
1IS1iIW.7S
';,
1
I\)
-
~
-
~
I
n,
-
.:.::
...
\
~~~11oo
~!I~
~ 1ll
lilla
l-c~
~....~
liS _l!
~~i
~~i
~~
lI!~s;;
1001ll~
alflll
~~
; ~ ~~.'11 f Iltf f ~
III I r r
,,__ II
I"L~ f~!il
a,'II~ lei '111....
111111 it ~
III I
~
o
z
~
iI:
~
~I{l
~z
",P
!~
~,
i~
I
!~
/~ '
I ~ I
IfNi
~I
I~I
J ~ I
!~'I
I /1
r-
L
.....
~
~
ill
11
t!'i
~~
~~
"" ~
~
!?
~
.....
~
~
.....
~
~
.....
~
~
I;
::;r,~ e
51
6
!
,1:"/ E:" l. D
BA,((
~
)0,;
~~
~~
N~
~~
~
~
.....
~
:t..
~
Vi
~
I
":".~
~2
)o,;~
~~
~~
~~
~~
!\5~
.....:t.:
~
~
:'-1
~;
~~
!:g~:b!~
t"S:Jj~~
~~~::1
~~~
~~~~
fg::tJ t:l
""i~~""
~~~
~~~
S6 ~
~~B
~......~
~~~
~
~
~
'l'I'I'I'I'I'I'IC
I I I I I I I I Z
OD-.Ja>U1-Pol..oll'.3-1'Tl
UlUlUlVlZZZZ
c... c... c... o-Po -Po c... c... VlICD r
OVla> oa>c...Ol'Tlz
-lNt.nNNulN~>~
U!. ~ co. ~ ~ ~ ~ ~~ ail ..,
O-Po-I'.3I'.3--Pooz
~~II~u:.u:.CXI.~.~ G") ~
:::e:::e:::e:::e1'Tl1'Tl1'Tl1'Tl ~
I'Tl
d
m
)>
n
1"1 n
"U )> 0
(J)
~ 1"1 :;u
"'0 ~ 0
o 1"1 )>
..., Z 0
CD -t
a. ~
_ "0 )>
o r -t
..., )> 1"1
-t :;u
~
~
Z
~I~I~I~I~I~I~I~I~
~_ct:::t~~~~..~ :-I
)>
CDC
oC')
)>c
:;ow
C-i
)>
01
":;:0
00
0:1:
3:3:
3:0
-z
(J)c
(J)
00
zo
fTlC
:;OZ
(J)~
~
o
;e
Z
C)
I'Tl
>
~
;;::
I'Tl
Z
--i
~
::0
o
e::
C)
::J:
>
e::
C)
e::
VI
);!
I
::0
n
::J:
;;::
o
Z
o
n
o
e::
Z
=<
;0
I'Tl
n
::0
I'Tl
>
:::l
o
Z
co
,.."
"1:J
~
"1:J
::0
o
"1:J
!;a
=<
en;;o-lz
:J:C:J:o
OZiJ)-I
~[D"U!;1
)>r
oen)>
zl'Tl-l
I'TlC:E
xz)>
iJ)l'Tlen
:::l(J)"U
Zc;;o
(;);;01'Tl
;;o~~
1'Tl-<;;o
(") I'Tl
0)>0
;;oz
~oz
OZ"U
;!!"U~
)>)>-1
-I;;OTJ
en-l;;o
)>-.,0
z;;OS::
o~)>
S::OTJ
~)>iii
en-lr
. )> 0
"U
.,
cu
-c
o
.,
cu
CL
CT
'<
en
(")
)>
r
I'Tl
II
-
a
q
::u
(5
:J:
~
o
z
c
o
o
c:
Z
..~
(i)
",
o
:::0
(i)
)>
o
I'Tl
(")
/TI
s::
[D
/TI
;0
N
9
N
a
9
~o
o
'"
-0
o
"'0(;)
. /TI
o~ ::u
. (;) 0
~5> OJ
X;o ",
1'Tl:::c
"U~Q -I
:J: - en
~~iTl r-
/TI ()1;;o .
/TI
-:::J s:: 0 :J:
o)>r ",
m ;0)> """
....... :::l Z ;IV
00 Z 0 :::0
m l'Tlen Z.
VINe
I' _
VI ;0 "'...
4'0 ~ ~O --f
000-<
VI ;;0 0 Z
Q;o _
)>Z
oc..
VI . :::c
0_ .
10m
-I\.)
-...J_
[8
[La
t-
.....
~
n
lJ"
II
t-
O
o
....
~
9
a
~
VI
I
I'Tl
I\.)