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