Loading...
HomeMy WebLinkAboutStreet Lighting Installation U - 86 - 040 Augusta Richmond GA DOCUMENT NAME: <2:)\(tl; eo I L i ~ I-t' 1"/ d- -r nl <;: TA-LLI'\-P 0 N U - l?{;, - 0 L/ 0 DOCUMENT TYPE: CONl(Z.,~C", YEAR: \ qq 9 BOX NUMBER: 1J Fll.E NUMBER: , 4 ,q I NUMBER OF PAGES: 5/ I I I I I I I I I I I I I I I I I I J ~d 11I197 ~ (/ I- e~ M4t<;. N CONTRACT DOCUMENTS FOR STREET LIGHTING INSTALLATION GREENE STREET , 14th ST. TO 15th ST. PROJECT REF. 86-040(U) BID ITEM No. 98-212 DECEMBER 1998 >. ~ ~ ~ c cu .... = /0., o c. __ 1>< ~~ = = ~::l0'l ~o~ N=-=N ...........-;:..... ";l enu;::; 00=0" O\:;:.....,bO 'It ~,..;_= S -- In = ...J cu cu ~a:=oc.c cu ~ c :Eb~"01I'i ~lnc."i$~ ..,' Department of Public Works and Engineering Jack F. Murphy, Director of Public Works Room 701,530 Greene Street Augusta, Georgia 30911 (706) 821-1706 FAX (706) 821-1708 Clifford A. Goins, Interim Assistant Director Public Works - Engineering Division May 3, 1999 Dressel Electric Company Attn: Mr. Robert Dressel 1702 North Leg Augusta, GA 30906 RE: Greene Street Lighting Installation Project Reference: 86-040(U) Dear Mr. Dressel: This is your ''Notice to Proceed" with the construction of the above referenced project in accordance with the plans and specifications as prepared by Electrical Design Consultant dated December 1998. You are to begin work on or before May 13, 1999 and fully complete the project on or before June 27, 1999 (45 calendar days), We are enclosing herewith two (2) copies of the executed Contract Documents. Please forward one (1) copy to :;70Iety, eY' / II! L Clifford A oins Interim Assistant Director Public Works - Engineering Division cc: Ms. Lena Bonner, Clerk of Commission, w/copy of contract document Mr. Jack Murphy, Director of Public Works Ms. Teresa Smith, Pre-Construction Engineer Mr. Charles Gifford, Street Lighting Department Mr. Michael Mongrue, Electrical Design Consultants cAG/cjv I I I SECTION NUMBERS I AFB I IFB P I BB I A I PE PA I COA I NA NP I SC I SGC TS I I I I I I I INDEX TO SPECIFICATION TITLE PAGES 1 - 2 1 - 3 1 - 3 1 - 2 1 - 2 1 - 3 4 - 6 1 1 - 2 1 1 - 4 1 - 4 1 - 9 Advertisement for Bids Information for Bidders Proposal Form Bid Bond Agreement Performance Bond Payment Bond Certificate of Owner's Attorney Notice of Award Notice to Proceed Special Conditions Supplemental General Conditions Technical Specifications I I I I I I I I I I I I I I I I I I I ADVERTISEMENT FOR BIDS BID ITEM # 98-212 SEALED BIDS for the purchase of the Street Lightin!Z TnstaIlation Greene Street 14m to 15th Street at Augusta, Georgia, including furnishing all materials. tools. machinerY. etc.. necessarY together with appurtenances, hereinafter referred to by project name as PROJECT REFERENCE: 86-040(U) STREET LIGHTING INSTALLATION Greene Street - 14th To 15th Street will be received by AUGUSTA-RICHlVIOND COUNTY at the Purchasing Department, Room 605 Municipal Bldg.lS30 Greene Street, Augusta, GA 30911 until then in referred to as the OWNER, at the office of the Purchasing Director, Room 605, Municipal Building until 11 :00 a.m~ on Tuesday the 12 th day of January, 1999, at which time all bids will be publicly opened and read in the presence of those interested. All work shall be in accordance with the contract documents of the Director of Public Works, hereinafter referred to as the Engineer. Copies of the Contract Documents may be examined during regular business hours at the Purchasing Office, 6th Floor, Municipal Building, Augusta, Georgia and at the office of Electrical Design Consultants, Inc.; and following locations: The F. W. Dodge Division Plan Room The Augusta Builders Exchange Augusta, Georgia Augusta, Georgia Copies of the Contact Documents for bidding purposes may be obtained at the office of the Purchasing Director upon payment ofTwentv Five Dollars (525.00) for each set. Bids shall be addressed to Augusta-Richmond County Commission, c/o Purchasing Director, Municipal Building, Augusta, Georaia 30911, marking the envelope "Bid for Street Lighting Installation for Greene Street - 14th to 15tii' Street Project Reference: 86-040(U). Bids shall be completed and submitted as described in the Information for Bidders section of the Contract Documents. A 10 % Bid Guarantee, 100 % Perfonnance Bond, and a 100 % Labor and Material Payment Bond will be required. No bid may be withdrawn for a period of Sixty (60) days after the date and time set for the receipt of bids. I I I I I I I I I I I I I I I I I I I Bidders are cautioned that sequestration of bidding documents through any source other than the office of the Purchasing Department is not advisable. Acquisition of bidding documents form unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his proposal. It is the wish of the owner that minority businesses be given the opportunity to bid on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or toe 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. ~o. State Successful Bidders must have a valid Occupational Tax License: License reject any or all bids. The Owner reserves the right to waive any informalities in bidding and to Geri A. Sams, Purchasing Director Augusta-Riclunond County Consolidated Government Date: Advertised in Augusta Chronicle: December 18,21,29, 1998 and January 4, 1999 Metro Courier: December 23, 1998 I I I I I I I I I I I I I I I I I I I INFORMATION FOR BIDDERS Georgia, Director publicly Bids will be received by Augusta-Richmond Commission, (hereinafter called the "Owner"), at the office of the of Purchasing until 11:00 a.m., and then at said office opened and read aloud. Each bid must be submitted in a sealed envelope, addressed to Mayor and Augusta-Richmond County at City-County Municipal Building, Augusta, Georgia 30911. Each sealed envelope containing a bid must be plainly marked on the outside as bid for Street Liqhtinq Installation, Greene Street 14th Street to 15th Street File Reference: 86-040(U) Bid Item: 98-212 and the envelope should bear on the outside the name of the bidder, his address and his license number, if applicable. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed the Mayor and Augusta-Richmond County Commission, Purchasing Director Municipal Building, 530 Greene Street Room 60S, Augusta, Georgia 30911. All bids must be made on the required bid form. All blank spaces for bid prices must be filled in, in ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within sixty (60) days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the bidder. Bidders must satisfy themselves of the accuracy of the estimated quantities in the Bid Schedule by examination of the site and a review of the drawings and specifications including addenda. After bids have been submitted, the bidder shall not assert that there was a misunderstanding concerning the quantities of work or of the nature of the work to be done. The Contract Documents contain provisions required for the construction of the proj ect . Information obtained from an officer, agent, or employee of the Owner or any other person shall not affect the risks or obligations assumed by the Contractor or I relieve him from fulfilling any of the conditions of the Contract. 1 I I I I I I I I I I I I I I I I I I I Each bid must be accompanied by a bid bond payable to the Owner for five percent of the total amount of the bid. As soon as the bid prices have been compared, the Owner will return the bonds of all except the three lowest responsible bidders. When the agreement is executed the bonds of the remaining unsuccessful bidders will be returned. The bid bond of the successful bidder will be retained until the payment and performance bond have been executed and approved, after which it will be returned. A certified check may be used in lieu of a bid bond. A performance bond and a payment bond, each in the amount of 100 percent of the contract price, with a corporate surety approved by the Owner, will be required for the faithful performance of the Contract. Attorneys-in-fact who sign bid bonds or payment bonds and performance bonds must file with each bond a certified and effective dated copy of their power of attorney. The party to whom the contract is awarded will be required to execute the Agreement and obtain the performance bond and payment bond within ten calendar days from the date when notice of award is delivered to the bidder. The notice of award shall be accompanied by the necessary Agreement and bond forms. In case of failure of the bidder to execute the Agreement, the Owner may at his option, consider the bidder in default, in which case, the bid bond accompanying the proposal shall become the property of the Owner. The Owner within ten days of receipt of acceptable performance bond, payment bond and Agreement signed by the party to whom the Agreement was awarded, shall sign the Agreement and return to such party an executed duplicate of the Agreement. Should the Owner not execute the Agreement within such period, the bidder may, by written notice, withdraw his signed Agreement. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. The notice to proceed shall be issued within ten days of the execution of the Agreement by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and the Contractor. If the notice to proceed has not been issued within the ten day period or within the period mutually agreed upon, the Contractor may terminate the Agreement without further liability on the part of either party. 2 I I I I I I I I I I I I I I I I I I I The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by or investigation of such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Agreement and complete the work contemplated therein. A conditional or qualified bid will not be accepted. Award will be made as a whole to one bidder. All applicable laws, ordinances and rules and regulations of all authorities having jurisdiction over the construction of the project shall apply to the contract throughout. Each bidder is responsible for inspecting the site and for reading and being thoroughly familiar with the Contract Documents. The failure or omission of any bidder to do any of the foregoing shall in no way relieve any bidder from any obligation in respect to his bid. The low bidder must supply the names and addresses of major material suppliers and subcontractors when requested to do so by the Owner. Inspection trips for prospective BIDDERS will be conducted by the OWNER if requested in writing by the BIDDER. Such Request shall be directed to the Engineer by the BIDDER. The BIDDER agrees to abide Executive Order No. 11246, as amended, provisions of the Equal Opportunity Supplemental General Conditions. by the requirements under including specifically the clause set forth in the The Engineer is the Augusta-Richmond Engineer. All bidders are encouraged to utilize, the maximum extent possible, local labor forces and suppliers of materials which have residences, off ices or places of business wi thin the City of Augusta-Richmond County, Georgia. While Augusta-Richmond County encourages the utilization of local laborers and suppliers on a purely voluntary basis on the public works proj ects, nothing contained herein shall impose any legal or contractual obligation for any bidder to do so. 3 I I I I I I I I I I I I I I I I I I I PROPOSAL FOR STREET LIGHTING GREENE STREET 14m TO 15TH STREET FILE REFERENCE # 86-040-(U) BID ITEM NO. 98-212 Augusta-Richmond County Commission-Council Municipal Building Augusta, Geqrgia 30911 Gentlemen: The undersigned, as bidder, herein referred to as singular and masculine, declares as follows: 1. The only parties inter~sted in the proposal as principals are named herein; 2. He has carefully examined and fully understands the Contract Documents, including the drawings and technical specifications; 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 City Engineer, 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 his proposal is accepted, he will contract with Augusta-Richmond County, to furnish all machinery, tools, apparatus, and other means of construction and to do all work and furnish all materials called for in accordance with the requirements of the City Engineer 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 as stated. The Contract covering the construction all work described above will be completed with 4S consecutive calendar days from the date specified in the "Notice to Proceed" of the City Engineer for: Dollars ( $ P - 1 I I I I I I I I I I I I I I I I I I I Subject to reductions, additions and deletions herein on the basis of measured quantities of complete work and the prices bid. Bidder further agrees to pay a liquidated damages the sum of $250.00 per consecuti ve calendar day thereafter as hereinafter provided in Paragraph 15 of the General Conditions. It is understood that the Owner reserves the right to reject any or all proposal or to accept any proposal as deemed to be to the best interest of the Owner. It is also understood that the following addenda as issued during the bid period shall be included as part of the Contract Documents. ADDENDUM NO. DATE 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 satisfactory performance and payment total base bid sum. Enclosed herewithin is a Bid Bond or a Certified Check in the amount of Dollars ($ ) being not less than ten (10%) percent of the total base bid sum. Should the bidder fail to execute the Contract and furnish the Performance and Payment Bonds 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 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 Bonds. The successful bidder shall have a current Business License. P - 2 I I I I I I I I I I I I I I I I I I I The Owner is an Equal Opportunity Employer. Name of Bidder Signature & Title of Authorized Representative Business Address City and State Date: P - 3 I I I I I I I I I I I I I I I I I I I SEX:TICN BE BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto Augusta-Richmond County Commission- Council, Georgia, as Owner in the penal sum of for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this day of , 1998. The condition of the above obligation is such that whereas the Principal has submitted to Augusta-Richmond County Commission- Council, Georgia a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the construction of STREET LIGHTING GREENE STREET 14~ TO 15~ STREET _ REFERENCE # 86-040(U) 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 faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in BB - 1 I I I I I I I I I I I I I I I I I I I 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 obligaeion as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in 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. IN WITNESS 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. L.S. (Principal) ( Surety) By: ATTORNEY IN FACT SEAL BB - 2 I I SECTION A I I I AGREEMENT THIS AGREEMENT. made this 17f1, day of ~(}h /qCJ9 ,~by and between the August-Richmond County Commission-Councils Successor by Conso1A.dayQIl to the Ci~y.Council of Augusta, hereinafter called "Owner", and vfZ.e;.,.J'i!:L- l:::;.~-Z17Ll c.. <:::a. doing business as a corporation hereinafter called "Contractor." I I I I I I WITNESSETH: That for and in consideration of the payments and agreements as hereinafter mentioned: 1. The Contractor will commence and complete construction of STREET LIGHTING GREENE STREET 14TH TO 15TH STREET FILE REFERENCE # 86-040(U). 2. The Contractor will furnish all material, supplies, tools, equipment, labor and other services necessary for the construction and completion of the project described herein. 3. The Contractor will commence the work required by the Contract Documents within Ten (10) calendar days after the date of the Notice to Proceed and will complete same within 45 calendar days unless the period of completion is extended otherwise by the Contract Documents. 4. The Contractor agrees to perform all the work described in the Contract Documents for the sum of $ nff( PJoJJ~ 7l./vu)/.J-tJO /J-.,.Jj? 5~1a8-Ifj -r"L.AJO ~S I ~ . } /00 The term "Contract Documents" means and includes the following: I I 5. I I I I Advertisement for Bids Information for Bidders Proposal Bid Bond Notice of Award Agreement Performance/Payment Bond Certificate of Ovmer's Attorney Notice to Proceed Change Order General Conditions Supplement General Conditions Special Conditions Technical Conditions Drawings I I A - 1 I I I I I I I I I I I I I I I I I I I Addenda: No. No. No. dated dated dated 6. The Owner will pay to the Contractor in the manner and at such times as set forth in the General Conditions such amounts as required by the Contract Documents. 7. This agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. IN WITNESS WHEREOF, the parties hereto have executed or caused to be executed by their duly authorized officials, this Agreement in ___ (number of copies) each of which shall be deemed an original on the date first above written. OWNER: AUGUSTA-RICHMOND COUNTY COMMISSION-COUNCIL BY ATTEST: ~ ~ (SEAL) NAME: Print) TITLE: Mar 0 ~ NAME: TITLE: LLFti::.. CONTRACTOR: O~ESSE.L Elcc.\R\~ BY ~~. ~\.D~~ NAME:Rb~e:.~* 3. Or-eSSE.' :Ie', (Type or Print) Title: \'r as',c\ ~~~ " "- ,,\ , - '-' (SEAL) ~. NAME: ATTEVJfL~ m.. IlfeIS<A ? FAr / (Type or Print) ~..... "", A - 2 I I SECTION PB PERFORMANCE BOND I NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-31 IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) I KNOW ALL MEN BY THESE PRESENTS: I That , as Principall hereinafter call Contractor, and I a I corporation organized and existing under the laws of the State of I with its principal office in the I City of I State of , as Surety I hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission-Council I Georgial as Obligeel hereinafter called the Ownerl in the penal amount of Dollars ($ for the payment whereof Contractor and Surety bind themselves, their heirsl executors, administrators I successors I and assignsl jointly and severallYI firmly by these presents for the faithful performance of a certain written agreement. I I WHEREAS, Contractor has by said written agreement dated entered into a contract with Owner for the construction of STREET LIGHTING GREENE STREET 14TH TO 15TH STREET - REFERENCE # 86-040 (U) Augusta, Georgial in accordance with the drawings and specifications issued by which contract is by reference made a part hereof I and is hereinafter referred to as the CONTRACT. I I NOW, THEREFORE, the condition of this obligation is such that, if Contractor shall promptly and faithfully perform said CONTRACT I then this obligation shall be null and void; otherwise it shall remain in full force and effect. I I The Surety hereby waives notice of any alteration of extension of time made by the Owner. I Whenever Contractor shall bel and declared by Owner to be in default under the CONTRACT I the Owner having performed Owner's obligations thereunder I the Surety may promptly remedy the defaultl or shall promptly I (1) Complete the CONTRACT in accordance with its terms and conditions I or I (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions I and upon determination by Surety of the I PB - 1 I I I I I lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. the term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. I I I Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the CONTRACT falls due. I No fright of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. I IN WITNESS WHEREOF, this instrument is executed in (number) counterparts, each one of which shall be deemed an original, this the of , 1998. of day I I I ATTEST: (Principal) I (Principal) Secretary I By (s) (SEAL) I I Address (Witness as to Principal) (Address) I I I PB - 2 I I I Surety ATTEST: I By Attorney-in-fact (Surety) Secretary I (Seal) Address I Witness as to Surety I Address I NOTE: Date of Bond must be prior to date of Contract. Partnership, all partners should execute Bond. If Contractor is I I I I I I I I I I I PB - 3 I I I I I I I I I I I I I I I I I I I I SECTION PB LABOR AND MATERIAL PAYMENT BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-1, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE CONTRACT.) KNOW ALL MEN BY THESE PRESENTS: That as Principal, hereinafter called Contractor, and a corporation organized and existing under the laws of the State of with its principal office in the City of State of , as Surety, hereinafter called Surety are held and firmly bound unto Augusta-Richmond County Commission-Council Georgia, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated entered into a contract with Owner for the construction of STREET LIGHTING GREENE STREET 14ru TO 15m STREET _ REFERENCE #86-040(U) Augusta, Georgia in accordance with drawings and specifications issued by , which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following PB - 4 I I I I I I I I I I I I I conditions: (1) A claimant is defined as one having a direct contract with the Contractor or with a subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. (2) The above maned Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. (3) Not suitor action shall be commenced hereunder by any claimant, I I I I I I (a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation PB - 5 I I I I I I I I I I I I I I I I I I I shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the proj ect, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics I liens which may be filed or record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this A.D. 1998. day of Witness (Seal) (Contractor) Attest By (Seal) (Title) Witness (Seal) (Surety) Attest (Seal) (Title) Note: Date of Bond must be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. PB - 6 I I I I I I I I I I I I I I I I I I I CERTIFICATE OF OWNER'S ATTORNEY I, the undersigned , the authorized and acting legal representative of Augusta-Richmond County Commission-Council do hereby certify as follows: I have examined the attached Contract(s) and surety bonds and the manner of execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by the proper parties thereto acting through their duly authorized representative; that said representatives have full power and authority to execute said agreements on behalf of the respective parties named thereon; and that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions and provisions thereof. DATE: COA - 1 I I I I I I I I I I I I I I I I I I I SECTION NA NOTICE OF AWARD TO: PROJECT DESCRIPTION: Street Lighting Installation Greene Street -14 th Street to 15th Street Project Reference: 86-040(U) The Owner has considered the BID submitted by for the above described WORK in response to its Advertisement for Bids dated , and !nformation for Bidders. You are hereby notified that your BID has been accepted for items in the amount of $ You have agreed in your Proposal to execute the Agreement and furnish the required Contractor's Performance Bond and Payment Bond within Ten (lQ) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds with in Ten (10) days from the date of this Notice, said Owner will be entitled to consider all your rights arising out of the OWNER'S ~cceptance of your BID as abandoned and as a forfeiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledge copy of this NOTICE OF AWARD to the OWNER. Dated this day of , 1998. BY: TITLE: NA - 1 I I I I I I I I I I I I I I I I I I I ACCEPTANCE OF NOTICE NA - 2 I I I I I I I I I I I I I I I I I I I SECTION NP NOTICE TO PROCEED TO: DATE: PROJECT: STREET LIGHTING GREENE STREET 14TH TO 15TH STREET _ REFERENCE # 86-040(U) You are hereby notified to commence work in accordance with Agreement dated , 1998, within Ten (10) calendar days following this date, the date first written (---) consecutive calendar days after the date of this notice. The date set for completion of all work is therefore ,19_ BY: TITLE: ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledge and the same is hereby accepted on this day of , 1998 BY: TITLE: NP - 1 I I I I I I I I I I I I I I I I I I I SECTION SC-O SPECIAL CONDITIONS SC-01. SCOPE: The project referred to in the Street Liqhtinq Installation project name as Street Lighting Greene Street - File Reference: the Agreement shall consist of hereinafter referred to by Installation 14 th Street to 15th Street 86-040 (U) SC-02. LIST OF DRAWINGS: The following drawings, prepared by Electrical Desiqn Consul tants,. Inc. , comprise the plans for the proj ect . Sheet No E-1 E-2 E-3 Title Street Lighting Street Lighting Street Lighting Date Oriqinal Revised 10/10/98 10/10/98 10/10/98 SC-03. PROTECTION OF THE ENVIRONMENT: The Contractor will carefully schedule his work so that a minimum amount of exposed earth will be subject to erosion by rainfall or wind, and he will provide means satisfactory to the Engineer to minimize the transportation of silt and other deleterious material into the stream beds of water courses adjacent to the project. All chemicals used during project construction or furnished for proj ect operation, whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification, must show approval of either EPA or USDA. Use of all such chemicals and disposal of residues shall be in conformance with printed instructions. SC-04. TEMPORARY TOILETS: Contractor shall provide temporary toilet facilities on the site for workmen employed in the construction work. Toilets shall be adequate for the number of men employed and shall be maintained in a clean and sanitary condition. Workmen shall be ' required to use only these toilets. At completion of the work, toilets used by Contractor shall be removed and premises left in the condition required by the Contract. se - 1 I I I I I I I I I I I I I I I I I I I SC-05. PLANS AND SPECIFICATIONS FURNISHED: The Contractor will be furnished, free of charge, by the Owner up to five (5) sets of direct blue line prints together with a like number of complete bound specifications for construction purposes. Additional sets of plans and/or specifications will be furnished to the Contractor at the cost of reproduction upon his written request. SC-06. EXISTING STRUCTURES: , Where sidewalks, street signs , private signs, walls, sidewalks, fences, etc, are removed in accomplishing the work, each and every item will be replaced in the same or better manner or condition than that in which it was before construction began. The Contractor will protect and hold harmless the Owner from any suit, action, or dispute whatever arising from the Contractor I s work adjacent to private property. SC-07. SALVAGE MATERIAL: All grates, railroad ties, cobblestones, granite curbing, manhole frames and covers, will remain the property of the Owner and will be stockpiled at the Public Works Department, 1568 Broad Street, in the manner directed by the Engineer. SC-08. REFERENCED SPECIFICATIONS: Where specifications or standards of trade organizations and other groups are referenced in these specifications, they are made as much a part of these specification as if the entire standard or specification were reprinted herein. The inclusion of the latest edition or revision of the referenced specification or standard is intended. SC-09. TRAFFIC CONTROL: Traffic control shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) of the Federal Highway Administration, Edition of 1978. The Contractor shall give prior written notification to and shall obtain the approval of the Augusta-Richmond County Fire and Police Department of any street closures. SC-10. CONSTRUCTION ORDER AND SCHEDULE: 1. The Contractor shall be responsible for the detailed order, schedule, and methods of construction activities within the se - 2 I I I I I I I I I I I I I I I I I I I general guidelines specified for maintenance and protection of highway and pedestrian, traffic, utility lines, drainage ways, adjacent properties, and as otherwise specified. 2. After notice to proceed and prior to the first payment on the contract the Contractor shall submit the following for review: A. Breakdown of contract price into units of cost for each item required to complete the total work; this breakdown will be the basis for judging the percentage complete at any time. B. A statement of the order of procedure to be followed that will result in the required protection and completion of the work within the contract time. C. A bar chart showing the percentage of each item schedules against time and so scheduled that Contractor's order of construction is clearly shown. 3. With each request for payment the Contractor shall submit two copies of the bar chart clearly marked to show the work completed at the date of the payment requested. SC-ll. CONSULTING ENGINEERS: The Owner may engage consulting engineers to assist the City Engineer, by preparing plans and specifications for the work and by providing certain services during the bidding and construction phases of the proj ect. The consul ting engineer, Electrical Desiqn Consultants, Inc. are authorized to represent the City Engineer within the limits of the various duties delegated and assigned to the firm by the City Engineer. Nevertheless the City Engineer remains the final authority hereunder and is the "Engineer" as used throughout the Contract Documents. SC-12. INSPECTION: The Owner shall provide sufficient competent engineering personnel for the technical observation and testing of the work. The Engineer and his representatives shall at all times have access to the work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for inspections. Inspections shall have the power to stop work on account of a workman's incompetency, drunkenness, or willful negligence or disregard of orders. An inspector may stop the work entirely if SC - 3 I I I I I I I I I I I I I I I I I I I there is not a sufficient quantity of suitable and approved materials or equipment on the ground to carry it out properly or for any good and sufficient cause. Inspectors may not accept on behalf of the Owner any material or workmanship which does not conform fully to the requirements of the contract and they shall give no orders or directions under any possible circumstances not in accordance with the Specifications. The Contractor shall furnish the inspector with all required assistance to facilitate through inspection or the culling over or removal of defective materials or for any other purpose requiring discharge of their duties for which service no additional allowance shall be made. The inspector shall, at all times, have full permission to take samples of the materials that mayor may not be used in the work. Any inspection provided by the Engineers is for the purpose of determining compliance with provisions of the contract specifications and s in no way a guarantee of the methods or appliances use by the Contractor, nor for the safety of the job. If the specifications, the Engineer's instruction, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection, and if the inspections is by an authority other than the Engineer, of the date made promptly, and where practicable at the source of supply. If any work should be covered up without review or consent of the Engineer, it must, if required by the Engineer, be uncovered for examination and properly restored at the Contractor's expense. Re-examination of any work may be ordered by the Engineer, and, if so ordered, the work must be uncovered by the Contractor. If such work is found to be in accordance with the Contract Document, the Contractor shall pay such cost. SC - 4 I I I I I I I I I I I I I I I I I I I SECTION SGC-O SUPPLEMENTAL GENERAL CONDITIONS SGC-Ol. DRAWINGS: The Owner will furnish to the Contractor, free of charge, all copies of drawings and specifications reasonably necessary for the execution of the work. Location of al features of the work included in the Contract are indicated on the Contract Drawings. The following drawings comprise the plans for the Contract: Note: The Contract Drawings are listed under Special Condition SC-02., LIST OF DRAWINGS:. SGC-02. FIELD OFFICE FACILITIES: The Contractor shall provide, at a point convenient to the work, suitable office facilities for housing records, plans and contract documents. A telephone shall be provided at the Contractor's office for expediting the work and be made available for the use of the Engineer. A complete and up-to-date set of the plans and specifications shall be available at the field office at all times that the work is in progress. SGC-03. RIGHTS-OF-WAY: The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all land rights-of-way may not be obtained as herein contemplated before construction begins, in which event way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in be prevented or enjoined from proceeding with the work or from authorizing its prosecution, either before the commencement, by reason of any litigation or by reason of its inability to procure any lands or rights-of-way for the said work, the Contractor shall not be entitled to make or assert any claim for damage by reason of said delay or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be extended to compensate for the time lost by such delay; such determination to be set forth in writing and approved by the Owner. SGC-04. ESTIMATE OF QUANTITIES: The estimated quantities of work to be done and materials to be furnished under this contract if shown in any of the documents including the bide are given only for use in comparing bids and to indicate approximately the total amount of the contract SGC - 1 I I I I I I I I I I I I I I I I I I I and the right is especially reserved except as herein otherwise specifically limited to increase or diminish them as may be deemed reasonably necessary or desirable by the Owner to complete the work contemplated by this contract and such increase or diminution shall in no way vitiate this contract nor shall any such increase or diminution give cause for claims or liability for damages. SGC-OS. EXISTING STRUCTURES AND UTILITIES: The existence and location of structures and underground utilities indicated on the plans are not guaranteed and shall be investigated and verified in the field by the Contractor before starting work. The Contractor shall be held responsible for any damage to and for maintenance and protection of existing utilities and structures. SGC-06. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS: The Contractor shall, immediately after the contract has been awarded, submit to the Engineer for his approval, a breakdown showing estimates of all costs apportioned to the major elements of equipment, material and labor comprising the total work included under any of the lump sum items shown in the proposal. These estimates as approved will serve as the basis for estimating of payments due on al progress estimates. SGC-07. PRIOR USE BY OWNER: Prior to completion of the work, the Owner may take over the operation and/or use of the incomplete project or portions thereof. Such prior use of the facilities by the Owner shall not be deemed as acceptance of any work or relieve the Contractor from any of the requirements of the Contract Documents. SGC-08. CLEANING UP: The Contractor shall keep the premises free from the accumulation of waste material and rubbish and upon completion of the work, prior to final acceptance of the completed project by the Owner, he shall remove from he premises all rubbish, surplus condition, satisfactory to the Engineer. SGC-09. MAINTENANCE OF TRAFFIC: In any work within the public right-of-way, the Contractor shall provide adequate warning and protection for pedestrian and vehicular traffic from any hazard arising out of the Contractor's operations and will be held responsible for any damage caused by negligence on his part or by the improper placing of or failure to display danger signs and road lanterns. All traffic lanes, sidewalks and driveways will be kept open and clear at all SGC - 2 I I I I I I I I I I I I I I I I I I I times except as provided below. The Contractor shall not block traffic on any street more than 30 minutes or without written permission from such agency. Before leaving the work each night, it shall be placed in such condition as to cause the least possible hazard therefrom. Should the Contractor fail to comply with the provisions of this paragraph, the Owner may, with his own forces, provided signs, flagmen, barricades and/or passageways or clear the pavement and deduct the cost thereof from sums due to the Contractor. SGC-10. MAINTENANCE OF ACCESS: The Contractor will be required to maintain access to business establishments during all time they are open for business, to churches, schools and other institutions during the time they are open and to all residential and other occupied buildings or facili ties at all times. -Bridges across open trenches and work areas will be required to provide vehicular and pedestrian access. Bridges with handrail protection will be required or crosswalks at street intersections. It is recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in operation. The Contractor shall, however, plan and pursue his operations so as to minimize the time that direct entrance is blocked. SGC-11. EROSION CONTROL AND RESTORATION OF PROPERTY: The Contractor will be required to schedule his work and perform operations in such a manner that siltation and bank erosion will be minimized during all phases of construction. Any areas disturbed during the course of construction shall be restored to a condition equal or better than the original condition. SGC-12. BYPASSING SEWAGE: The Contractor will be required to schedule and coordinate construction sequences and to use temporary construction and other approved methods which will minimize the bypassing of sewage during construction of the sewer facilities. The diversion of sewerage to open ditches or streams will not be permitted. SGC-13. SAFETY AND HEALTH REGULATIONS: The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational and Health Act of 1970 (PL31-596) and under Section 107 of the Contract Work Hours and Safety Standards Act I (PL91-54) . SGC - 3 I I I I I I I I I I I I I I I I I I SGC-14. PRE-CONSTRUCTION CONFERENCE: A pre-construction conference shall be held at an acceptable time to the Owner and the Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all requirements ofthe Contract Documents. SGC-15. GENERAL AND SUPPLEMENTAL CONDITIONS NOT APPLICABLE TO THIS CONTRACT: The sections listed in SGc-Appendix A shall not apply to this contract and shall be construed as not existing. SGC-02. . Field Office Facilities SGC-16. PROMPT PAYMENT ACT: This Agreement is intended by the Parties to, and does, supersede any and all provisions ofthe Georgia Prompt Pay Act, O.c.G.A. Section 13-11-1, et seq. In the event any provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this Agreement shall control. SGC-17. CLAIMS: All claims, disputes and other matters in question relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, between the Owner and the Contractor arising out of or Georgia. The Contractor, by executing this Agreement, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. SGC-18. RET AINAGE: Notwithstanding any provision ofthe law to the contrary, the parties agree that no interest shall be due Contractor on any sum held as retainage pursuant to this Agreement and Contractor specifically waives any claim to same. SGc-4 . I I I I TS1-01. I I TS1-02. TS1-03. I TS1-04. I TS1-0S. I I TS1-06. I I I TS1-07. I I I TS1-08. I I I TECHNICAL SPECIFICATIONS SECTION I GENERAL GENERAL: A. Provide all labor, material, equipment and services required for installing, testing and placing of materials and devices to provide a complete operating electrical system for street lighting as herein specified and/or shown on the plans. GUAAANTEE: Refer to Section GC-29, General Conditions of the Contract Documents GC-08. SUBSTITUTIONS: Documents. Refer to Section General Conditions of Contract SHOP DRAWINGS: Refer to Section GC-OS, General Conditions of the Contract Documents. MANUFACTURERS: For the purpose of designating type and quality of work under this Section, materials specified are based on products of the first manufacturer listed, further listed manufacturers are acceptable provided they meet the specifications of the first, and are acceptable to the Engineer. , STANDARDS FOR MATERIAL AND WORKMANSHIP: A. All material shall be new and shall conform with the standards of Underwriters' Laboratories, Inc., in every case where such a standard had been established for the particular type of material in question. B. Work shall be at all times under the supervision of an electrician licensed for work in the City of Augusta. C. All like electrical apparatus shall be of the same manufacturer. CODES AND ORDINANCES: The following codes and ordinances are hereby made a part of this specification in-so-far as applicable as minimum requirements. When requirements of contract drawings and specifications exceed codes and ordinances, former shall govern. 1. National Electrical Code, 1996 Edition. 2. State and Local Codes. PERMITS AND INSPECTION FEES: Electrical Contractor shall apply for, TS - 1 I I TS1-09. I I I I TS1-010. . I I I TS1-ll. I I I I I I I I I I obtain and pay cost of permits and local inspections required. DRAWINGS: A. The plans show the general location of fixtures, conduits, and circuit arrangement for all work. Because of the small scale of the plans, it is not possible to indicate all of the details involved. B. No deviation from intent of contract drawings shall be made without written approval. Should deviation become necessary, details and reasons therefor shall be submitted as soon as practical for approval. EQUIPMENT PROTECTION: A. Pack or crate the equipment and materials so they will not be damaged during shipping, storing and handing. B. Protect the painted surfaces with removable heavy kraft paper or equal installed at the factory. C. Store the equipment and materials where they will have adequate dryness prior to installation. D. Remove the protective coverings prior to the final inspection. CLEANING AND PAINTING: A. Thoroughly clean all equipment immediately before testing and immediately before putting the equipment into service. B. Prior to the final inspection, wipe clean the interiors and exteriors of the equipment. TS - 2 I I I TSl-12. I I RSl-13. I I I I I I I I I I I I I I C. Repaint damaged surfaces on the equipment and materials with spray painting equipment and the same quality of paint and workmanship used at the factory so the repainted areas will not be noticeable. TESTS: After the entire electrical system is completed, and at such time as directed the Contractor shall conduct an operating test for approval. The tests shall be performed in the presence of the Owners authorized representative, and the equipment shall be demonstrated to perform in accordance with the requirements of these Plans and Specifications. The Contractor shall furnish all equipment and personnel required for the tests. REJECTION OF MATERIALS: The Engineer shall have authority to reject any materials, equipment, or workmanship not complying with these specifications and have Contractor replace defective work or materials so rejected immediately upon notification of rejection. Any material or equipment so rejected shall be removed from the job within 24 hours of such rejection, otherwise the Engineer may have same removed at the Contractor's expense. TECHNICAL SPECIFICATIONS SECTION 2 TS - 3 I I I TS2 -01. I I I I I TS2-02. I I I I I I I I I I I PRODUCTS CONDUIT: A. Types: 1. Conduit, Rigid steel or Schedule 80 PVC. B. Acceptable manufacturers are: 1. 2. 3. 4. 5. 6. 7. 8. 9. Allied Tube and Conduit Corp. Republic Steel Corp. National. Triangle. Jones and Laughlin Steel Corp. Carlon E.T.P. Can-Tex - Certainteed CABLES AND WIRES: A. Ratings and Sizes. 1. Shall not be less than indicated on the drawings and not less than required by the N.E.C. 2. Minimum size shall be No. 10 AWG Copper, except where permitted by the N.E.C. The minimum size for control circuits shall be No. 14 AWG Copper provided the maximum voltage drops in the control circuits will not adversely affect the operation of the controls. B. Conductors and Ground Wires: 1. All conductors shall be copper. 2. All conductors shall be stranded. C. Types of insulation: 1. Insulation shall be the N.E.C. type XHHW. D. All wire shall be factory color coded for size No. 10 and smaller. Color shall be by integral pigmentation with separate color for each phase, neutral and grounding conductor. E. Manufacturer's name and other pertinent information shall be marked or molded clearly on the overall jacket I s outside TS - 4 I I I I I TS2-03. I I I I I I I I I I TS3-01. I I I I surface or incorporated on marker tapes within the cables and wires at reasonable intervals. F.' Acceptable manufacturers are: 1. General Electric 2. Okonite 3. Senator 4. Triangle 5. Anaconda 6. Cyprus - Rome FUSING: A. Each lighting fixture and receptacle circuit shall be fused using Bussman waterproof in-the-line fuse and fuse-holder installed in the pole at the handhole or in the pole base. Fuse-holder shall be as shown on the drawings. Each phase wire in the fixture shall be protected. Fuse sizes shall be as indicated on the drawings. TECHNICAL SPECIFICATIONS SECTION 3 EXECUTION CONDUITS: A. All metallic conduit shall be steel, of standard pipe dimensions, smooth inside and out, and shall be galvanized. Where the word "conduit" is used herinafter it shall mean either rigid steel conduit, or schedule 80 plastic conduit. TS - 5 I I I I I I I I I I I F. I I I I G. I H. I I I B. Galvanized rigid steel conduit shall be used in all areas where it will be exposed to physical damage. Schedule 80 plastic conduit shall be used underground. In no case shall plastic conduit be exposed. C. Plastic conduit shall be made from virgin polyvinyl chloride C-300 compound. Conduit and fittings shall carry a UL label. Fitting and cement shall be produced by the same manufacturer as the conduit to assure system integrity. D. Galvanized rigid steel conduit couplings and connections: 1. 2. Install standard, conduit-threaded fittings. Ream the ends of conduits after cutting and threading them. For connection to steel metal boxes, cabinets and other sheet metal enclosures, install locknuts on the inside and outside of the enclosure for each connection. 3. E. Installation of platic conduit: 1. Shall be installed in complete accordance with manufacturer's recommendations. 2. Shall be minimun of 2'-0" below finished grade when not covered by concrete. 3. Shall have properly sized bond wire installed with all circuits. 4. Bends and turns shall be kept to bare minimum. 5. Extreme care shall be taken to avoid crushing or cracking conduit. 6. All conduit and fittings shall be solvent welded. Insulated bushings: 1. Install nylon insulated bushings on the end of all rigid conduit. The insulating material shall be designed for rugged, long service. Bushing which consist of only insulating material will not be accepted. Fittings which incorporate insulated bushings will be considered for approval in lieu of fittings with separate bushings. 2. 3. 4. All couplings and connections in location where water or other liquid or vapor might contact the conduit and EMT shall also be watertight. Close empty conduit and EMT as complete runs before pulling in the cables and wires. TS - 6 I I I I I I I I TS3-02. I I I I I I I I I I I D. I. Avoid bends or offsets where practicable: 1. Do not install more bends, offsets or equivalent in any conduit run than permitted by the NEC. Make bends with standard conduit bending machines. Conduit hickeys may be used for making slight offsets and for straightening conduits stubbed out of concrete. Conduit bent with a pipe tee or vise will not be accepted. Do not install crushed or deformed conduits. 2. 3. 4. 5. J. Install conduit clamps: 1. At intervals as required by NEC. K. Clogged raceways shall be entirely free of obstructions or shall be replaced. L. Rigid steel conduit installed underground shall be painted with 2 coats of an asphaltic paint CABLES AND WIRE: A. All wiring shall be in conduit. B. Every coil or wire shall be in the original wrapping and shall bear the Underwriters' Label of approval. C. Where wires are left for connections to any fixture or an apparatus spare wire or cable shall be provided at the ends for connections. Outer jackets shall be color code as follows, or as noted on the drawings. 1. Single phase circuits, 120/208 volt: a. Phase A - Black b. Phase B - Red c. Neutral - White d. Insulated ground wires Green 2. Only for large power cables and wire which do not have color coded jackets: No. 10 and larger. a. Install bands of adhesive non-fading colored tape or slip-on bands of colored plastic tubing over the cables and wires at their originating and termination points, and any other portion of the TS - 7 I I I TS3-03. I I I I I I I I TS3-04. I I I I I I I I b. circuit where the conductor is exposed to view. Colors shall be permanent and shall withstand cleanings. E. No Circuit wiring shall be smaller than number 10. GROUNDING: A. Grounding shall strictly conform to the requirements of the 1993 National Electrical Code and the National Electrical Safety Code. B. All non-current carrying metallic parts of equipment shall be grounded. C. Service ground shall be connected to driven ground rods and shall be sized as shown on the drawings. D. All screwed conduit connection shall be securely and firmly tightened with pipe wrenches. E. Bonding and screw lugs conduits 1" grounding bushing, with nylon insulated throat and shall be installed on all feeder conduits and or larger for positive bonding to the enclosure. F. Nylon insulated steel bushing shall be installed on all 3/4" or smaller rigid conduit at all enclosures. When bushing has been firmly and securely tightened, a minimum of 3 threads shall be engaged. G. Bonding to driven ground rods shall be by the exothermic welding process, (Cadwell) no ground clamps. EARTHWORK: B. A. This section covers earthwork including excavation. C. D. E. Earthwork includes all earthwork operations required by the drawings and specifications for trenching, and installation of conduit. Existing buildings equipment. Utilities Etc: protect services to existing including roads, pavements, utilities, and Concrete Slabs and Pavings: Sections of existing concrete, brick or paving (drives or sidewalks) that are required to be removed where excavation or trenching occurs, shall be neatly removed. Trench Earthwork: TS - 8 I I I I I I I I I TS3-0S. I I I I I I I I I I 1. Trenches shall be excavated to a width as necessary for proper performance of the work. a. The bottom of trenches shall be graded and scooped-out, to provide a uniform bearing surface for the conduit. b. The length of open trench, in advance of conduit laying, shall not be greater than is authorized by the Engineer. 2. Excavation shall be accomplished as required by drawings and specifications. Subgrade materials, that are determined as unsuitable shall be removed and replaced with acceptable material. F. Filling and Ba~kfilling: 1. All filling and backfilling shall be accomplished by Contractor. G. Concrete Sidewalk Surfaces: 1. Concrete sidewalk surfaces shall be bored under, do not cut. CLEAN-UP Owner will remove all debris, rubbish, and excess material from the work area. TS - 9 ACORDm CERTIFICATE OF LIABILITY INSURANCE David A. Goodbread First Insurance P.O. Box 1757 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE PRODUCER Dressel Electrical Contracting Co. 1702 North Leg Court Augusta, GA. 30909 INSURED INSURER D: 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. I~f:' TYPE OF INSURANCE I POLICY NUMBER I POLICY EFFECTIVE I Pg~'fl EXPIRATION i LIMITS GENERAL LIABILITY I , I EACH OCCURRENCE 5 2,000 nnn A - I ~MMERCIAL GENERAL LIABILITY OCCPP 36891 10-01-98 1 10-01-99 ' FIRE DAMAGE (Anyone fire) $ 1.000.000 ~ CLAIMS MADE OCCUR MED EXP (Anyone person) 5 1 000.000 - - I PERSONAL & ADV INJURY $ 1.000.000 - i : I GENERAL AGGREGATE $ 50 000 - GEN'L AGGREGATE LIMIT APPLIES PER: I I PRODUCTS - COM PlOP AGG 5 5.000 - - ~~,9,: POLICY LOC : AUTOMOBILE LIABILITY : COMBINED SINGLE LIMIT - 5 L ANY AUTO OOBAP 36891 10-01-98 10-01-99 I (Ee eccident) 1.000.000 A ALL OWNED AUTOS - i : BODILY INJURY 5 SCHEDULED AUTOS (Per person) - HIRED AUTOS : BODILY INJURY - 5 NON-OWNED AUTOS : (Per accident) - - PROPERTY DAMAGE 5 : (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT 5 - ANY AUTO i OTHER THAN EA ACC 5 - I AUTO ONLY: AGG 5 EXCESS LIABILITY , EACH OCCURRENCE 5 - - OCCUR CLAIMS MADE AGGREGATE 5 - - 5 - DEDUCTIBLE 5 - RETENTION 5 5 WORKERS COMPENSATION AND X WC STATU. OJ~. TClRY' IMITS EMPLOYERS' LIABILITY I , E.L. EACH ACCIDENT 5100 000 A OOWCA 36891 ,10-01-98 10-01-99 . E,L. DISEASE - EA EMPLOYEE 550n nnn E.l. DISEASE. POLICY LIMIT 51 nn nnn OTHER DESCRIPTION OF OPERATIONSlLOCATIONSNEHICLESlEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Greene Street Lighting Project CERTIFICATE HOLDER ADDITIONAL INSURED: INSURER LETTER: CANCELLATION Augusta-Richmond County Commission Department of public works & Engineering 503 Greene Street Room 701 Augusta, Georgia 30901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR ACORD 25-S (7/97) 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. ACORD 25-5 (7/97) United States Fidelity and Guaranty Company Power of Attorney No. 111186 1923346 I~U S F+G" ,~ INSURARCf Know all men by these presents: That United States Fidelity and Guaranty Company, a corporation organized and Maryland and having its principal office at the City of Baltimore. in the State of Maryland. does hereby constitute and appoint G. A. Weathersby apd Jennifer Dinkins existing under the laws of the State of Buck Leigh, . South Carolina of the City of Co 1 umb 1a . State of its true and lawful Attorney(sHn-Fact. each in their separate capacity if more than one is named above. to sign its name as surety to. and to execute. seal and acknowledge any and all bonds. undertakings. contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. . In Witness Whereof. the said United States Fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal. duly attested by the signatures of its Assistant Vice President and Assistant Corporate Secretary, this 15th day of January . A.D. 19 99. (Signed) U:.:_~.7i!l~~.a~~::~._.._....... Assistant Vice President IS;,",,, Bv..JJU:tj)...._~<;.s;;;;;;;; State of Maryland ) ~O Baltimore City ) SS. 'i.~\.~ ~\.\) On this 15th day of January ,A.D.la,@/. before~~~y came~ich ~gan, ASSistant Assistant Vice President of United States Fidelity and Guaranty Company. and Michael McKi ~SIStant Corper tretary of said .th both of whom I am personally acquainted, who being by me severally duly sworn. said. that they. the hael Keegan ic ael McKibben.....~ pectively the Assistant Vice President and the Assistant Corporate Secretary of the said United States Fid' Guaranty Co e corpo~ation s~in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that seal affix~d t . wer of Attom such corporate seal. that it was so affixed by order of the Board of Directors of said corporation. and that they signed their names like order a-hAS' t Vice President and Assistant Corporate Secretary. respectively. of the Company. Nt ~ ~ My Comm;';E' m, 13th IS."'~ Bv!J:.J'1.._~~:_1&1:1>1~(~ ~~ ~rY-~: 0 Notary Public ~l'4<iiii",..l ~ This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the United States Fidelity and Guaranty Company, September 24. 1992: Resolved. that in connection with the fidelity and surety insurance business of the Company. all bonds. undertakings. contracts and other instruments relating to said business may be signed. executed. and acknowledged by persons or entities appointed as Attorney(s}-in-Fact pursuant to a Power of Anorney issued in accordance with these resolutions. Said Powerls) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by the Chairman. or the President. or an Executive Vice President. or a Senior Vice President. or a Vice President. or an Assistant Vice President. jointly with the Secretary or an Assistant Corporate Secretary. under their respective designations. The signature of such offices may be engraved. printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing AttorneylsHn-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and subject to any limitations set forth therein. any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the CompanY and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the company with respect to any bohd or undertaking to which it is validly attached. I Resolved, That Attorney(sHn-Fact shall have the power and authority, and. in any case. subject to the terms and limitations of the Power of Attorney ihued to them. to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatbry in the nature thereof. and any such instrument executed by such Attorney(sHn-Fact shall be as binding upon the company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I I. Michael McKibben. an Assistant Corporate Secretary of the United States Fidelity and Guaranty Company. do hereby certify that the foregoing are, true excerpts from the Resolutions of the said Company as adopted by its Board of Directors on September 24. 1992 and that these Resolutions are in full force and effect. I. the undersigned Assistant Corporate Secretary of the United States Fidelity and Guaranty Company do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. In Testimony Whereof. I have hereunto set my hand AlJl.d the seal of the United States Fidelity and Guaranty Company, d, 11'" '"of mAr~,19~~_~__M~~;~;;;;; ~ }..t.'/'~ FS 3(10/981 B:n:i #: 11 Q1:;n 11m 99 1 SEe1'ION PB PERFORMANCE BOND NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND ON PAGE PB-3, IN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) XUOW ALLKBN BY THBSE PRZSKNTSc That Dressel E;JFrl-.rirn.l a:nt.racti.m, In:. , as Principal, hereinafter call Contractor, Uri.ted StatEE Fidelity am G.aranty 0:np3ny corporation organized and existing under M;rrylarrl , with ita and. , a the laws of the State of principal office in the City of Btlt:inDre , State of M:u:ylarrl , as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County Commission-Council, Georgia, as Obligee, hereinafter called the Owner J in the penal amount of FiftY-aE'lll:usan:i Seventy-t\t.Q am rx:v'lCDs Dollar~ ($ 51,072.(0) for the payment whereof Contractor and Surety bind thems$lves, their heirs, executors, administrators, successor3, and assigns, jointly and severally, firmly by these presents for the faithful performance of a certain written agreement. jq /} WRBREAS, Contractor has by said written agreement dated !l1fJ!'oh /7, tJ.., entered into a contract with Owner for the construction of STREET LImiTING GREENE STREET 14'n1 TO lS'nI STREET - REFg~;:ij'CE # 86-9~O(U) Augusta, Georgia, in accordance with the drawings and specifications issued by F.lFrl-rirFIl resiQl1 O:nsultants which contract is by reference made a part. hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREfORE, the condition of this obligati~n is such that, if Contractor shall promptly and faithfully perform said CONTRACT, then this obligation shall be null and voidi otherwise it shall remain in full force and effect. The Surecy hereby waives notice of any alteration of extension of time made by the Owner. Whenever contractor shall be, and declared by Owner to be in default under the CONTRACT, the Owner having performed Owner's obligations thereunder, the surety may promptly remedy the default, or shall promptly (1) Complete the CONTRACT in accordance with its terms and conditions, or (2) Obtain A bid or bids f.or completing the Contract in accordance with its terma and conditiona, and upon determination by Surety of the PB - 1 lowest responsible b:1.t1dt:L, ur, if bb.o Owner. eleata. uI\n" determination by che Owner and the Surety jointly of the loweBt responsible bidder, arrange for a contract between Buch bidder and Own., X" , and 'make available AS Work progresses (oven though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion 18ss the balance of the contract price I but not:: exceeding, incl uding other cos tll <llnd damages for which the Surety may be liable hereunder, th$ amount Det forth in the first paragraph hereo!. the term "balance of tho contrAct pries." AD' used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and Any amendments thereto, leB8 the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the axpiration of two (2) year, from the date on which final payment under the CONTRACT falls due. No fright of action shall accrue on this bond to or for the use of any perllon or corporation other than the Owner named herein or the heirs, executors, administrators or GUCCeOBoro of the Owner. IN WITNESS WHEREOF, this inBtrument 18 executed in 'lliree (3) (numb~r) of counts~~rcD, sach one of which shall be deemed an original, this the /~ day of ~Oh I ~. /991 ~ E1.ect.ri.CBl Ccnt.rccti.rg, In::. (Principal ) By~~.x~b~~T 1702 N::lrth ~ ~ Addras. ~, GI\ rB:E 1702 N::lrth l.e:J CbJrt (Mdron) ~, GI\ rB:E PB . 2 lhited State:; Fidility am GBranty Ctnpmy Surety By B.~b(t Attorn' -in-fact ATTEST: 11~ 1~~-i ~ .,~ ( ure Sec/eeary (Seal) ro B:lK 24167 Address ~~~~.t~ ro B:lK 24167 Address Cblurbia, g:: 29224-4167 Cblurbia, g:: 29224-4167 NOTE: Da.ce of Bond muat be prior to date of Contract. Partnership, all partners should execute Bond. If Contractor is PB . 3 . .e~CJ:;tQf:L PB . LABOR AND MATERIAL PAYMENT BOND (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND ON PAGE PB-l, IN FAVOR OF tHE OWNER CONDITIONED FOR THE PERFORMANCE OF THE CONTRACT.' KNOW ALL MEN BY THI!:S2 PRESENTS: Tha t I:lI:es.9:ll E1.ect.ri.cal O:ntrcctirg, In:. as Principal, hereinafter called Contractor, and lhited States FicE1i.ty an::i GBranty O:npmy a corporation organized and existing under the laws of the State of Muy~ with its principal office in the City of Biltliocme State of M:lIyl.ard , as Surety, hereinafter called Surety are held and firmly bound unto Augusta-Richmond County Commission-Council Georgia, as Obligee, hereinafter called the Owner, for the use and benefit of claimants as hereinbelow defined in the amount of Fifty-me'Iln.1sarxj Seventy-oo am. ro/lOOs Dollars ($ 51,072.00 ) for the payment whereof Contractor and Surety bind t.hemsel ves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. r ~ WHEREAS, Contractor has by written agreement dated /1~ or- /I/Ifrch, IqqC} entered into a' contract with Owner for the construction of STREET LIGHTING GREENE STREET 14m TO 15~ STREET - REFERENCE #86-040(U) Augusta, Georgia in accordance with drawings and specifications issued by F.ll'rt.ri~l r:asi~ (1-n<:;llltants f which contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if the Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance of the CONTRACT, then this obligation shall be void; otherwise it shall remain in I full force and effect, subject, however, to the following ~B - 4 conditions: (1) A claimant is defined as one having a direct contract with the Contractor or wi th a subcontractor of th'e Contractor for labor, materi~l, or both, used or reasonably required for use in the performance of the contract, labor and material being construed as to include that pare of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the CONTRACT. (2) The above maned Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such clai~nt's work or labor was done or performed, or materials were furn~6hed by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. (3) Not suit or action shall be commenced hereunder by any claimant, (a) Unless claimant, other than one having a direct contract with the Contractor, shall have given written notice to any two of the following: The Contractor, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim i~ made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public i officer. . (b) After the expiration of one (1) year following the date on which Contractor ceased work on said CONTRACT, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construct:.ion hereof, such limitation' PB - 5 shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the proj ect, or any part thereof t is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. (4) The amount of this bond shall be reduced by and to the. extent of any payment or payments made in good faith hereunder I inclusive of the payment by Surety of mechanics' liens which may be filed or record against said improvement, whether or noc claim for the amount of such lien be presented under and against this bond. Attest Signed and sealed this A.D. ~. /199 Witness _~~ ~ .D~~. Bv ~71L~ f fJ Witness ~~ rY_ j 7lI!/'1#1L /(frh day of Ilk-eJrJ.'... " (Seal;).. ~ (contractor)' ~~ " , - .: ; '; ':,. '.' ;::-' (Seal) (Title) ~ (Seal) (Surety) S:cretary (Seal) (Title) Attest Note: Date of Bond must be prior to date of Contract. If Contractor is ?artnership, all partners should execute Bond. Cis qr -e~ AL. ~~/~ C?A resic:B1t ~t PB - 6 :tt