Loading...
HomeMy WebLinkAboutTHOMPSON BUILDING WRECKING ST SEBASTIAN WAY GREENE STREET 15TH ST CONULTANT SERVICE AGREEMENT CITY OF AUGUST A CONSULTANT SERVICE AGREEMENT Project: St. Sebastian Way/Greene St./15th St. DE-OOMS(389) This Agreement is made and entered into this /f 1ft day of IJ PI<.,' L , 20 0 ~, by and between the City of Augusta, hereinafter called the "City" and Thompson Building Wrecking Co., Inc., authorized to do business in Georgia, hereinafter called the "CONSULTANT." County Richmond P. I. No.# 262750 WHEREAS, the City desires to obtain the services of a qualified and experienced consultant to provide certain services as outlined in Attachment "A," of this agreement entitled 'Scope of Work'; said services being related to the Demolition Activities on the above referenced project; and WHEREAS, the QUALIFIED REPRESENTATIVE OF THE CONSULTANT has represented to the City that it is experienced and qualified in these activities as identified in said Attachment "A," and the City has relied upon such representation; NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by and between the City and the CONSULTANT (further reference herein to CONSULTANT shall also mean to include CONSULTANT; QUALIFIED REPRESENTATIVE of the CONSULTANT; and, any qualified DESIGNATED REPRESENTATIVE of the CONSULTANT) that: 1. This Consultant Service Agreement may be entered into with either an individual consultant, as a single entity, or with a firm, partnership, corporation or combination thereof. A. If said agreement is entered into with a firm, partnership, corporation or combination thereof, the following regulations will apply: 1. The names of the Consultant's designated representatives must be identified on Page 5 in this agreement and must be approved by the Georgia Department of Transportation (GDOT) and be fully qualified to perform the required services. 2. The City and the Consultant recognize that continued and uninterrupted performance of the specified services is essential. Therefore, it is further agreed between the parties that in the event a named representative of this agreement leaves the Consultant's employ, the Consultant shall immediately notify the City and with approval from the City, assign this agreement to an equally qualified representative. B. The representatives designated by a firm, partnership, corporation or combination thereof to perform certain service assignments hereby understand and agree to abide by all requirements and conditions of this agreement as verified by Consultant's signature. 2. Consultant agrees to begin services as outlined in Attachment "A" upon receipt of the Notice to Proceed issued by the City. 3. It is understood and agreed that the consultant performing any work under this contract will not employ, assign, or use any individual in the performance of this contract who is not prequalified and not previously approved by the GDOT to perform the services outlined in Attachment "A." 4. This agreement is not assignable by Consultant, either in whole or in part and no portion of the work may be sublet or transferred to any other persons without prior written approval of the City. If it is discovered that such a violation has occurred, the Consultant of record will be subject to suspension for a period of time to be specified by the City. 5. It is fully understood and agreed that in the event the services are not completed within the specified time, a penalty of suspension from all consultant activity for a period of time to be specified by the GDOT may be imposed. However, it is understood that an extension of time may be granted by the City, under extenuating circumstances, if conditions so warrant and the request for such an extension is submitted in writing. 6. The Consultant further warrants that he has not employed or retained any company or person other than an individual solely under his employ to solicit or secure this agreement and that he has not paid or agreed to pay any company or person other than one of his bona fide employees working solely for him any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this agreement. For breach or violation of this warranty, it is understood that the City will have the right to annul this agreement without liability, and in the event conditions or circumstances so warrant, this agreement may, by mutual consent, be adjusted as to time or basis or payment. 7. The Consultant will immediately notify the City of any conflicts of interest which exists or may arise in the Consultant's or its representatives' performance of any activity addressed in the scope of services of this agreement. Upon said notification, the City will have the option of either canceling this agreement in its entirety or withdrawing certain service activities as are necessary to eliminate the Consultant's conflict of interest. 8. The City shall have the right of cancellation for all or any part of the services under the terms of this agreement for any reason by giving notice to the Consultant herein, and shall be liable for services furnished only to the date of receipt of such notice by the Consultant. In the event of cancellation, Consultant shall be paid a proportionate part of the fee for the particular services terminated as set forth above in proportion to the work actually completed at the date of cancellation. It is agreed that if for any reason work under this agreement is terminated, all work actually done by the Consultant to the date of cancellation shall become the property of the City. 9. It is agreed that if a dispute concerning a question of fact in connection with the work not disposed of by this agreement, arises, the decision ofthe City shall be final. 10. The Consultant agrees to indemnify and save harmless the City, its officers, agents, and employees from any and all claims and loss occurring or resulting to any and all persons, firms, or corporations furnishing work, services, materials or supplies in connection with the performance of this contract, and from any and all claims and losses occurring or resulting to any person, firm, or corporation who may be injured or damaged by the Consultant in the performance of the agreement. 11. The parties hereto agree that the Consultant, and any agent of the Consultant, in the performance of this agreement, shall act in an independent capacity and not as officers, employees or agents of the City. 12. The Consultant agrees to comply with all Federal, State and local laws and all policies and procedures of the City applicable to the work. 13. The Consultant also agrees to comply with Federal regulations relative to non-discrimination in Federally-assisted programs of the U.S. Department of Transportation as herein defined under Appendix "A" below: APPENDIX "A" a. Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. b. Non discrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color or national origin in the selection and retention of contractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. c. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitation either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, such potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color or national origin. d. Information and Reports: The Contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by GDOT or the Federal Highway Administration (FHW A) to be pertinent to ascertain compliance with such Regulations or directives, where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the GDOT or the FHW A, as appropriate, and shall set forth what efforts it has made to obtain the information. e. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of the contract, the City shall impose such contract sanctions as it, GDOT or FHW A may determine to be appropriate, including, but not limited to: 1) withholding of payments to the contractor or under the contract until the contractor complies, and/or 2) cancellations, termination or suspension of the contract, in whole or in part. f. Incorporation of Provisions: The contractor shall include the provisions or paragraphs "a" through "f' in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the City, GDOT or FHW A may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the City to enter into such litigation to protect the interest of the City, and, in addition, the contractor may request the GDOT to enter into such litigation to protect the interest of the State and FHW A to enter into such litigation to protect the interest of the United States. DRUG-FREE WORK PLACE CERTIFICATION 14. The undersigned certifies that the provisions of Code Section 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated, relating to the "Drug-free Workplace Act", have been complied with in full. The undersigned further certifies that: (1) A drug-free workplace will be provided for the contractor's employees during the performance of the contract; and (2) Each contractor who hires a subcontractor to work in a drug-free workplace shall secure from that subcontractor the following written certifications: "As part of the subcontracting agreement with certifies to the contractor that a drug-free workplace will be provided for the subcontractor's employees during the performance of this contract pursuant to Paragraph (7) of Subsection (B) of Code Section 50-24-3." (3) Also, the undersigned further certifies that he will not engage in the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the contract. 15. All information and/or knowledge gained from the performance of this agreement are to be treated as confidential and privileged communication. The Consultant shall take all necessary steps to insure that neither he nor any member of his staff or organization divulges any information gained from the performance of this agreement to anyone other than the proper officials of GDOT or officials of the FHW A until authorized by City Officials to do so, or until the Consultant is required to do so by due process of law or until released from this obligation by having publicly testified as to such findings. 16. It is mutually understood and agreed that no alteration or variation of the terms of this agreement shall be valid unless made in writing and signed by the parties hereto, and that no oral understanding or agreements not incorporated herein, and alterations or variations of the terms hereof, unless made in writing between the parties hereto, shall be binding on any ofthe parties hereto. 17. See Attachment "A" for Scope of Services and Bid Item 07-209 for contract amount (copy attached). ATTACHMENT "A" SCOPE OF SERVICES Specific tasks included are: 1. Within 14 calendar days of executed Agreement, submit General Work Plan to Owner's Project Manager, including scheduled completion of all major tasks. 2. Prepare a Safety Plan and submit to Owner's Project Manager, within 14 days of executed Agreement. Plan should include emergency response procedures, discussion of potential hazards, personal protective equipment, air monitoring, etc. 3. Attend Pre-Demolition Conference with Owner Representatives. 4. Obtain and pay for all required permits, taking into account all applicable laws and regulations. 5. Prior to demolition work, utilize an approved Pest Control Contractor to search for and exterminate rodents found on the property. 6. Cooperate and support environmental engineers in their abatement oversight duties, including aIr monitoring and abatement compliance inspections. 7. Dispose of all hazardous waste in accordance with Abatement Plan and Local and State regulations. 8. Protect all adjacent properties that may be affected by the demolition work, including historic homes and operating businesses. 9. Install an eight foot high chain link fence with two ten foot gates to secure the site. Fence shall be pla\;ed prior to start of Work and shall remain in place until work is Substantially Complete, whereupon it shall be removed by the Contractor. 10. Utilize water-based or other approved dust control methods to reduce migration of dust and debris onto adjoining properties. 11. Completely demolish, remove and properly dispose of all on-site structures, including all concrete and asphalt parking areas. The removal of this concrete or asphalt should be done in such a way as to minimize the impact on the surfaces under these materials. 12. Following demolition, provide topographical survey of site, indicating locations and sizes of all subsurface, residual foundations, including spread footings, pile caps and piles, to a depth of at least 42" below finished floor elevation of the ground floor of the buildings. Provide spot elevations at top of said foundation structures and statement of elevation datum, using National Vertical Geodetic Datum (NVGD) 1929. Give location of benchmark used. 13. Coordinate all utility work with appropriate authorities, including Augusta Utilities, Georgia Power, BellSouth and the natural gas company (Atlanta Gas Light). 14. Provide traffic control as needed. 15. Contact all necessary utility companies for all appropriate disconnections of service and arrange for removal of any utility-owned equipment. 16. Remove all rubble and debris from the property, transport and dispose of in accordance with Local and State regulations. 17. Provide evidence of proper manifests and disposal procedures, including delivery receipts at permitted disposal facilities. Include type of materials, type/location of facility, date of delivery and tipping fee pair!. 18. Comply with all Federal, State and Local regulations. All salvageable materials will become the property of the Contractor, unless specifically noted otherwise. ~~~co~~~ Address: ~~~~:~~t ~ ~~\ '-.. Signature of Designated Qua' Ie Representative Address: \,~\ ~~: ~ ~~~~ \ ~~~". ~~~\ SIGNED SEALED AND DELIVERED IN THE PRESENCE OF: ~f;;~~~' . ry Pubhc , _ ,.f._ . - , --' ,-' (SEAL): - ~ -' ---- -. ~ My Commission Expires: f~ I'f-:.~y: ".".- ..~' SIGNED SEALED AND DELIVERED IN THE PRESENCE OF: ~~~~> , ~y Public, _~/., rl (SEAL): '_ ,.,__- My Commission ExPires:/ '1:f,G~ ,.".- '- Listing of Designated Agents being used and their capacities: See attached for additional Representatives Based on prior field review of the services involved in this contract proposal by the Land Acquisition personnel as to the nature and complexity of the services required and on my knowledge of fees paid for said services of similar contracts, I have determined that the fees as proposed under this contract are reasonable for the services rendered. ACCEPTED: dJd4 rP MAYOR DIRECTO "OF AUGUSTA ENGINEERING 1~~~ ATTEST: J&~ WITNESS: i&t~~ tAb-- WITNESS: Notary Public, Newton Coo -~ My Commission 1:.._, AA....~' ~;a ....,..Ires .......y 15,2009 / PROPOSAL FORM -RFP #07-209 Enclose This Page in a Separate Sealed Envelope Demolition of tbeElectrical Equipment Company Note: Bids whicb fail to complete all portions of this form will be considered non-responsive. Unit OUlUltitv Units Rate Cost Cost I - Building Demolition & Disposal Demolish & dispose $ N/A lump sum $ 51,300.00 Cost II - Demolition of Site Utilities Demolition & disposal lump SIJII) $ Nfl:>. $ 3,420.00 Cost III - Other Costs All other direct & indirect costs, overbead, profit, coo, Lump Sum $ N/A $ 13,680.00 Total Bid Amonnt $ 68,400.00 Scbedule Total number of calendar days from Notice to Proceed to Substantial Completion (includes completion of tor a survey) Total number of calend!ir days from Substantial Completion to Final Completion 30 15 Execution Hiram E. Tbompson of Bid Certified By: Tbompson Building Wrecking Co., Inc. N6I'ry (!~AI~ state f6rur#/Jt<" . l County of ('~~~~ Commission Tilxpires f-lf-:t'i ~~~i:~~ 7 THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A3l 0 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Thompson Building Wrecking Company, Inc. 631 Eleventh Street Augusta, GA 30903 as Principal, hereinafter called the Principal, and Companion Propertv and Casualtv Insurance Company, 1301 Hi1!htower Trail. Suite 210. Atlanta. GA 30350 a corporation duly organized under the laws of the State of South Carolina as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta-Richmond County 530 Greene Street, Room 605 Augusta, GA 30901 as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE ATTACHED BID AMOUNT _ PENAL SUM NOT TO EXCEED TWENTY THOUSAND AND NO/I00 DOLLARS ($ 10% of Attached Bid Amount - Penal Sum Not To Exceed $20,000.00) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bidfo~ Sixty Eight Thousand & Four Hundred Demolition ofEJectricaJ Equipment Company RFP No. 07-209 No/100 Dollars ($68,400.00) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such. bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee m in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force an fii 1. In.4rAL~ (Seal) an AlA CAUTION: You should sign an original AlA document which has this caution prulted in red An original assures that changes will not be obscured as may occur when documents are reproduced WARNING: Unlicensed photocopying violates U.S. copyright law, and is subject to legal prosecution, AlA DOCUMENT A3 I 0 BID BOND AlA FEBRUARY 1970 ED . THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N. y, AVE.. NW., WASHINGTON. DC. 20006 ,COMPANION PROPERTY AND.,CASUALTY INSURANCE COMPANY P. O. Box 100165 (29202) 51 Clemson Road Columbia, SC 29229 GENERAL POWER OF ATTORNEY Know all men by these Presents, that the COMPANION PROPERTY AND CASUALTY INSURANCE COMPANY had made, Constituted and appointed, and by these presents does make, Constitute and appoint Andrew C. Heaner of Atlanta, Georgia; Richard L. Shanahan of Atlanta, Georgia; Stefan E. Tauger of Parker,Colorado; Arthur S. Johnson of Atlanta, Georgia; Jessica B. Gardiner of Loganville, Georgia; Mary F. Holland of Chamblee, Georgia; James E. Feldner of West Lake, Ohio; Jeff&ry L. Booth of Panna, Ohio; Cheryl L. Torrao of Canton, Georgia; Garry W. Black of Murfreesboro, Tennessee; Martha G. Ross of Charlotte, North Carolina; Lloyd Randall Deal, Kennesaw, Georgia; Donald J. Kersey, Binningham, Alabama; David R. Brett of Columbia, South Carolina; or Donald H. Gibbs of Atlanta, Georgia, EACH as its true and lawful attorney for it and its name, place and stead to execute on behalf of the said company, as surety, bonds, undertakings and contracts of suretyship to be given to all obligees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount of the sum of $1 ,000,000 (One Million dollars). This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted pursuant to due authorization by the Executive Committee of the Board of Directors of the COMPANION PROPERTY AND CASUALTY INSURANCE COMPANY on the 24th day of December 2003. RESOLVED, that the Chainnan, President or any Vice President of the Company be, and that each or any of them hereby is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the COMPANION PROPERTY AND CASUALTY INSURANCE COMPANY bonds, undertakings and all contracts of suretyship; and that any Officer, Secretary or any Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED. that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affIXed and in the future, with respect to any bond undertaking or contract of suretyship to which it is attached. In Witness Whereof, the COMPANION PROPERTY AND CASUALTY INSURANCE COMPANY has caused its official seal to be hereto affIXed, and these presents to be signed by its President and attested by its Vice President this 1 st day of June 2007. Allest: ~p Charles M. Potok, Presiden SUAL TY INSURANCE COMPANY ~ t?~_' rr Curtis C. Stewart, Vice President & CFO ",,\\\JIi'flllhll. sp.'fE o~q}H~OLlNA ftJ~TY ~~ 3 ~~ b IS' t".d"cI~...o~ ~ . 'l..cJU'7 ,before me personally came the above named officers to me known, who being by me j d61rllsWffl1, lijd UJlp~ri1 say that they reside in Columbia, in the County of Richland, State of SC, at Columbia; that they are the President ~ afij Vi~ Praideql & rLc%of COMPANION PROPERTY AND CASUALTY INSURANCE COMPANY, the corporation described in and which ! Q~utEltf the..abcJJe in~~nt; that they know the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; 'S t It ~ so ~ Jii.'Iltt~t they signed their names thereto pursuant to due authorization. ~ .~~ ..:Ssf!i t .... -.. . ~ /, 'J " ., ..' .:0 otary Public, State of SC, Qualified in Richland County Commission Expires: 7 p4 ., 11 ~ "", ~'" sTAlteliiiAi ~1IlI4~AROLlNA COUNTY OF RICH LAND I, the undersigned, an Officer of COMPANION PROPERTY AND CASUALTY INSURANCE COMPANY, a South Carolina Corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attomey remains in full force and has not been revoked; and, furthermore, that the Resolution of the Executive Committee of the Board of Directors set forth in the Power of Attomey is now in force. SignedandsealedattheCltyofColumbia,Datedthe 5th day of February ,?OOR. ~~~ Curtis C. Stewart, Vice President & CFO Number 8735 Revised: 6/1/2007 . HIRAM E. THOMPSON President GLEN F. THOMPSON Vice President Ms. Geri Sams - Procurement Director AUGUSTA RICHMOND COUNTY 530 Greene Street - Room 605 Augusta, Georgia 30911 THOMPSON BUILDING WRECKING CO., INC. 631 Eleventh Street P.O. Box 932 Augusta, Georgia 30903 Phone (706) 722-1432 Fax (706) 722-4253 Commercial Demolition Equipment Rental Grading I Clearing February 22, 2008 RE: RFP ITEM NO. 07-209 BUILDING DEMOLITION OF THE ELECTRICAL EQUIPMENT COMPANY Dear Ms, Sams: We at Thompson Building Wrecking Co, are pleased to submit our bid pertaining to the above referenced project, as well as the additional items of information requested in your bid package. CONTACT PERSON OF AUTHORITY - Hiram E. Thompson - President . Office Phone No, 706-722-1432 - Office Fax -706-722-4253- Cell- 706-840-3340 E-Mail address-marcus@thompsonwrecking.com SCOPE OF WORK: Demolish and remove off site the Electrical Equipment Company Building and all associated concrete and asphalt per the project specifications which also includes but not limited to the proper removal of ACM materials as well as the identify previous foundations. EXPERIENCE AND CAPACITY - Thompson Building Wrecking has been in business for 46 years and on many occasions we have worked for Augusta RichmondCounty demolishing structures of various sizes. Some larger than the one in this project as well as many condemned residential structures. As far as capacity, we easily have six to eight projects simultaneously with over 50 employees and a fleet of heavy trucks and heavy equipment. PERSONNEL - Glen F. Thompson - Vice President, Marcus B. Thompson - Asbestos Inspector, Asbestos Supervisor & Project Manager, Tyson Thompson - Estimator & Project Manager, Paxton Thompson - Roll Off Service Manager & Mark Boyd _ Asbestos Supervisor (Resumes enclosed on all). President PS - ACKNOWLEDGMENT OF ADDENDUMS 1,2 & 3 HIRAM E THOMPSON . President GLEN F. THOMPSON Vice President THOMPSON BUILDING WRECKING CO., INC. 631 Eleventh Street P.O. Box 932 Augusta, Georgia 30903 Phone (706) 722-1432 Fax (706) 722-4253 February 22,2008 RPF - ITEM NO, 07-209 - BUILDING DEMOLITION OF THE ELECTRICAL EQUIPMENT COMPANY TIME LINE: 10 days to remove asbestos material identified in survey provided in Addendum No, 2. 20 days for structural demolition of Electrical Building. li days to perform site demolition, remove associated sidewalks, loading ramps, asphalt parking etc, prepare vacant site for owner's final inspection. METHOD OF DEMOLITION: After asbestos abatement is complete we will employ equipment as follows: 80,000 hydraulic excavator with hydraulic thumb to demo stmcture & load out debris, We will use smallloaders.to keep.building debris in piles for easy)oad out with excavator and will continue until load out is complete. We will utilize 20, 30 and 40 yard roll off containers to truck out C & D, concrete and brick materials, We will use track dozer to prep site per RFP specifications, Commercial Demolition Equipment Rental Grading / Clearing ~ ~ CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business. or participant directly or indirectly in a procuremenl contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized as per O.C.G.A. 36-1-14, or the procurement contract is awarded pursuant to O.C.G.A. 45:..10-22 and 45-10-24, or the transaction is excepted from said restrictions by a.c.G.A. 45-10-25; (b) Any other person, business, or organization with whom the employee. or official of any member of an employee's or officials immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member ofan employee's or official immediate family who holds a substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a conflict of interest with regard to matters pertaining to that substantial interest or financial interest. Hiram B. Thompson of I, (vendor) Thompson Building Wrecking Co . have read and understand the information contained in the bid specifications. Address: Thompson Building Wrecking Co., Inc. 631 Bleventh street Vendor Name: Augusta, Georgia 30901 r Sl en RFPltemNumberandName: RFP Item #07-209 Building Demolition of the Blectrical Equ1pment company THIS FORM MUST BE SUBMITTED WITH RFP PACKAGE. NO EXCEPTION(S) Wll..L BE GRANTED (70J) 722-4253 Date: rL -- ~ t1 .,pl R 15 / / / BidlRFP /RFQ# 0'1 - d. ocr CONTRACTORAFFIDA VIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the eleCtronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P,L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance. of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G,A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of Comri:rissioners at the . time the subcontractor(s) is retained to perform such service. N ~+,~??y, c. ?~ \ e E- Verify * User Identification Number ~"a~~()l'\ ~1.\\'\cA\~\.~.kec\d~~.).TC\L =:?Ii:~~ u . .. _ ... BY: Authorized Officer or Agent (Contractor Signature) ~ \+0\ ,,~ ~{"' Cb~-\-\C\d(')\. -. . , . \' -_. , Title of Authorized Officer or Agent of Contractor Please Check One. 500 or More _ 100 or more _ 100 or less ~ Number of Employees Date: j~bruO;r1 ~\ \ ~C>O~ ~D ~e.-,..\- 'Pt. ffiu. \\\ Y\s, Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN . BEFORE ..:ME ON TillS THE Pl\~-\- p...A A'YOF . ~h\UWU_\ ,200..8. Not~ wo::ttE; My Commission Expires: \ b- \ 6- .\ D PLEASE RETURN WITH YOUR SUBMITTAL BidlRFP/RFQ # 0'=1 - ;:;) 0 q SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O,C,G.A. 13-10-91, stating affirmatively that the individual, firm; or corporation which is engaged in the physical performance of services under a contract withN ("r\o Pr fP\ \ C' G.. h \ e.... on behalf of Augusta Richmond County Board of Commissioners has registered with an IS participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in 0, C. G. A 13-10-91. NrA- .?r~\~~b\~ E- Verify * User Id n fication Number Company Name BY:t!:(~. (Subcontractor Signature) Please Check One; 500 or More 100 or more 100 or less Number of Employees . Date: Title of Authorized Officer or Agent of Subcontractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF Notary Public My Commission Expires: ,200_ . PLEASE RETURN WITH YOUR SUBMITTAL ;-- -.~' - ~". 2/21/08 Time: 12:22 PM To: Thompson @ 7067224253 Page: 002-002 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 ofthis 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, ACORD 25 (2001/08) "J7 ~~~",~:o,,,~lb,~,~v~~~~~~1r:~~:(i!~1J;~t~~~~!~i~~&~:ir~~~""" 2/21/08 Time: 12:22 PM To: Thompson @ 7067224253 Page: 001-002 ACORQ CERTIFICATE OF LIABILiTY INSURANCE I DATE (MMlDDIYYYY) 02/14/2008 PRODUCER (706) 733-6888 FAX (706)738-4063 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dawson Taylor & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P,O. Box 14729 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 3510 Wheeler Rd. Augusta, GA 30919 INSURERS AFFORDING COVERAGE NAlC# INSURED Thompson BUlldlng Wrecklng Company, Inc. INSURER A: First Mercury Ins Co P. O. Box 932 INSURER B: Hudson Specialty Insurance Augusta, GA 30903 INSURER C: INSURER 0: INSURER E: CO THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NO'TWITHSTANDING PNY REQUIREMENT, TERM OR CONDITION OF PNY 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. I,NM ~~~ TYPE OF INSURANCE PO~ICY NUMBER PO~ICY EFFECTIVE PO~ICY EXPIRATION LIMITS GENERAL LIABILITY FMFL002418 01/10/2008 01/10/2009 EACH OCCURRENCE $ 1.000 000 "-- X COMMERCIA~ GENERAL LIABILITY DAMAGE TO RENTED $ 50,000 ~ ~ CLAIMS MADE m OCCUR MED EX? (Arr; one person) $ excl uded A PERSONAL & ADV NJURY $ 1 000 000 f-- 2,000,000 GENERAL AGGREGATE $ f-- 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS. COMP/OP AGG $ h n PRO- nLOC POlICY JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT r- $ Am AUTO (Ea accident) >-- ALL OWNED AUTOS BOOtY INJURY r- (Per person) $ SCHEDU~ED AUTOS >-- HIRED AUTOS BODILY INJURY f-- (Per accident) $ NON-OWNED AUTOS r- >-- PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY - AUTO ONLY - EA ACCOENT $ . R AmAUTO OTHER lHAN EA ACC $ AUTO ONLY: AGG $ EXCESSlUMBRELLA LIABILITY EACH OCCURRENCE $ tJ OCCUR D CLAIMS MADE AGGREGATE $ $ R DEDUCllBLE $ RETENTION $ $ WORKERS COMPENSATION AND I ~~%~I IO~ EMPLOYERS' LIABILITY EL EACH ACCIDENT $ Am PROPRIETORlPARTNERlEXECUTlVE OFFlCERlMEMBER EXCLUDED? EL. DISEASE. EA EMPLOYEE $ ~r;"M:~~~Mr~I~NS below EL DISEASE, POLICY LIMIT $ pO~'f ut ion FEC6110709 01/09/2008 01/09/2009 $1,000,000 limit B DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES/ EXCLUSIONS ADDED BY ENOORSEMENT / SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Augusta Richmond County Procurement 530 Greene Street Room 605 Augusta, GA 30911 EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL --1Q... DAYS WRllTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ~M @ACORDCORPORATION 1988 ACORD 25 (2001/08) FEB-20-2008 WED 01:41 PM SIGNUM LLC FAX NO. 18033549394 p, 01 Oatt:: 2/15f2008 11 ;;S AM SlInder's Fax 10; Sullivan COmpany l'age2of$ ACORD,II CERTIFICATE OF LIABILITY INSURANCE 1 DATE (14/Mle 1V'ffl) 2/15/2008 PIl~ue~ (864) 288-4950 THIS CERTIFICATE IS ISSUEP AS A MATTER OF INFORMA1'ION Sullivan Company LLC ONLY AND CONFERS NO RIGHTs UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND O~ PO Box 2910 ALTER THE COVERAGE AFFORDED BV THE POLICIES BEL ':JW. Greenville, SC 29602 INSURERS AFFORDING COVERAGE NAlt:# INSURiD Thompson Bllilding and Wrecking INSl.RERA: American International Companies clo Signum ~~~... c 4715 Sunset Blvd Suite A . .. , . Lexington, SO 29072 INSURER c. INSLJlER I): . INSUlF.:R E. THOMBUI..o1 JI.M COVERAGES THe POLICIES OF INSUAANCI: LiSTeD Bi~OW HAve BEEN ISSUEO TO THJ; INSURSO NAMED ABOVE FOR THE POLICY peRIOD INDICATED. N01WJTHSTANDI~~ AN'( R:QVIREMENT. TEll'" 011 CONDITION 0/1 ANY CONTRACT OR OTHER DOCUMM WITH RESPECT TO \lVHICH THIS CERTIFICATe MAY BE ISSUED OR MAY PERTAIN. THe INSUfWlCE AFFORDED BY THI: POLICIES DESCRIBED HEREIN IS SUBJECT TO A~~ THe TERMS, EXCLUSIONS AND CONDmONS OF SUCI- POLICIES. AGGREGATe ~IMITS SHOWN MAY HAVE BEeN REDUCED fly PAID CLAIMS. ,'''' ,.J:'ar .. POUc;Y folUlll~ POI.ICY EfFECTMl p~..e.r EXPl . ON LIM/TII ~EHERAL UAaLITY EAcIi OCCURRENCE $ _ f-,~elAL GENEfW. LI,4BILITY PREMISES ... OCOfonncal $ - U CLAIMS MADe: 0 OCCLil ME!) ID<? (/Illy QOil pmooL., $ PERsONAL & I'DV INJURY $ GENERAL AGGREGATl; '.. . ,_ _ ~:Tl;.COMPIOPAGG , ...,.___ ,~~ AGGIlE~ LIMrr .APPL~ PER: I POLICY I I P~ I I LOC ~CITOMOBILE UA8IUTY _ AAY AUTO _ ALL OW1-lriO AlIro6 _ SCHeC\.lfO AlITOS _ IilFlEDAlITOS _ NON-OWNED AUTOS -~ C:et.1BINEO SINGLE LIMIT (EallCOidorll) BOOIL Y IN,Ulv (Per person) . BODILY INJJRY (per accidertl . PROPERTY DM1AGEii IPer scclder<<) nalii UABIllIY ---j ~Y AUTO ~~SSlUlolBREl.LA LlADIUTY U PCI;U/< 0 CLAIMS t.IADE ~ oeoucnBLE ---j llfTENTION $ WORKeRS COMI"6N$ATlON ANO A I'NP\.OYEfle' LIA8Il.ITY 6716566 NoJY PllOPAleTOI<IPARTNERIEXECUTlI/E OFfICEllJMeM~R I:iXCLWED? ~'~Vr;~Sbok>w 0lJ0Il:R AUTO ONLY. EA ACCIDENT lOA /ICX. O'IHEll THAN ALITOOt<l.Y. NJC $ $ $ $,,-- $ .-.'--- $ $ $ EACH OCCIJRRENCI> AGGREGAn: .:=..-::~ 12/27/2007 12127/2008 x I ~yST~WsI IOJ1;'- E.L. EACH ACCIOf.NT $ g.~. DISEASE. EA EMPLOYEE $ E.L. DISEASE. POLICY ~IMIT $ i. )00,000 1, 'OO.OO~ 1, )OO.OO~ DESCIlIPTlON Of OPliRAl1ONS I LOCATIONS I VEHlCUOS I EXCLU8IONS ADDED BY ENlJOl<8I1IoIENT I SfECIAl. PROVISIONS CERTIFICATE HOLDER t:ANCELLA TION Augusta Richmond County Procurement tHOl.Il.O Pm OF THE ABOVl! DESCIll$$O POLICES BIil CANCELlED BEFOfUl TI1ll EXPI ~ATION S30 Greene Street, Room 605 DATETHSlEOl'. THE IS~IN(j 1_ WlLI. ENDEAVOR TO t.IAIL 39-.... DAn W lfrrEN Augusta, GA 30911. NOTlel! TO THE! CeR'1'lF\CI\TE HO~ NAMED TO THE! LEFT, atJT FAlWRIO TO 00 SO I ~IALL II.!POSll NO O~l1ON OR UABllJTY OF>>N KINO UPON THE; INSURER, rrs AGe-(TS IIR ~8EiNTAT1\IE$, ~ClflJaRIiPRElSiNTAl1VE &~_ ~. A-~~U....~ ACORD 25 (2001/08) @ACORD CORPORATI01l1988 . . J....l1 ,... A I ,,"u..._(\ CERTIFICATE OF INSURANCE SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER NAMED BELOW WILL NOT BE CANCELED OR OTHERWISE TERMINATED WITHOUT. GMNG 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN, THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. This certifies that f81 STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois o STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois o STATE FARM COUNTY MUTUAL INSURANCE COMPANY OF TEXAS of Dallas, Texas o STATE FARM INDEMNITY COMPANY of Bloomington, JIIinois, or D STATE FARM GUARANTY INSURANCE COMPANY of Bloomington, Illinois has coverage in force for the following Named I nsured as shown below: NAMED INSURED: THOMPSON BUILDING WRECKING co., INC. ADDRESS OF NAMED INSURED: PO BOX 932, AUGUSTA, GA. 30903 POLICY NUMBER F04 2103-F07-11 . EFFECTIVE DATE OF POLICY 12/"1/0'/-12/"1/08 DESCRIPTION OF VEHICLE'(lncluding VIN) FLEET LIABILITY COVERAGE f81 YES DNO DYES DNO DYES DNO DYES DNO LIMITS OF LIABILITY a. Bodily Injury 1,000,000 CSL Each Person Each Accident - ....~ b. Property Damage Each Accident . c. Bodily Injury & Property Damage Single Limit Each Accident 1,000,000 CSL PHYSICAL DAMAGE f81 YES DNO DYES ONO DYES DNO DYES DNO COVERAGES a. Comorehensive $ 1000 Deductible $ Deductible $ Deducbble $ Deductible f81 YES DNO DYES DNO DYES DNO DYES DNO b. Collision $ 1000 Deductible $ Deductible $ Deductible $ Deductible EMPLOYERSNO~ED 181 YES DNO DYES DNO DYES DNO DYES DNO CAR LIABilITY COVERAGE HIRED CAR LIABILITY 18I YES DNO DYES DNO DYES DNO DYES DNO COVERAGE FL~=VERAGE F9B,. ALL AND f81 YES DNO DYES DNO DYES DNO DYES DNO MOT VE HIClES ( (~ 'j~~ ,lr{l AGENT 11-2198 02/14 /08 Signa1tlfe'bf Autf\(jrized Representative Title Agenfs Code Number Date Name and Address of Certificate Holder Name and Address of A ent AUGUSTA RICHMOND COUNTY PROCUREMENT 530 GREENE STREET ROOM 605 AUGUSTA, GA. 30911 SKIP SMITH 2429 PEACH ORCHARD ROAD AUGUSTA, GA, 30906 INTERNAL STATE FARM USE ONLY: 0 Request permanent Certificate of Insurance for liability coverage. 122429,3 Rev. 07-26-2005 I8l Request Certificate Holder to be added as an Additional Insured. 1 . d 1..182961..901.. 4'+~WS dp1S dl0:20 80 vI qa.::l