HomeMy WebLinkAboutCONTRACT WITH EAGLE UTILITY CONCTRACTING FOR BENNINGTON DR PIPE REPLACEMENT PROJECT ��.� � �� ���
AUGUSTA GEORGIA
CONTRACT DOCUMENTS
FOR
BENNINGTON DRIVE
PIPE REPLACEMENT PROJECT
NUMBER: N/A
�
ENGINEERING DEPARTMENT
'
Abie L. Ladson, P.E., CPESC, Director
'
' MEMORANDUM
' TO: Geri Sams Director of Procurement
�
' FROM: Hameed Malik, P.E., PhD, Assistant Director, AED
' DATE: Monday, July �8, Zo��
SUBJECT: Bennington Drive Pipe Replacement, Bid # 11-094
, Project Number: N/A
File Reference: 010-014(A)
, Ms. Sams, it is the recommendation of AED to award the Construction Contract to Eag1e
Utility Contracting, Inc., in the amount of $20,486.40 for the subject project. Subject
' contract was originally awarded to Robert Anderson who declined the job stating services
could not be rendered at the amount bided ($i8,48�.00). Eagle Utility is the second
lowest bidder and state they can do the job for amount bided ($20,486.40). See the
' attached supporting documents.
' Please do not hesitate to contact me if you require additional information.
Thank you,
' HM/scm
' Attachment
cc: Abie L. Ladson, P.E., CPESC, Director, AED
, Phyllis Mills, Quality Assurance Analyst
Steve Cassell, P.E., PTOE, Assistant Director, Traffic Engineering
' Anthony (Tony) Williams, Construction Manager (AED)
Valerie R. Jenkins, Accountant (AED)
File
1
, Augusta Engineering Administration Division
505 Telfair Street - Augusta, GA 30901
(706) 796-5040 — Fax (706) 796-5045
' www. augustaga. eov
� � r `
� �° .� Office of the Administrator
' �- � �--�-� ;� �
G` � 3 � � Frederick L. Russell, Administrator Room 801 Municipal Building
'�� 530 Greene Street- AUGUSTA, GA. 30901
, Tameka Allen, Deputy Administrator (706) 821-2400 - FAX (706) 821-2819
William P. Slianahan, Deputy Administrator www.augustaga.gov
'
'
� VIA HAND DELIVERY
September 7, 2011
�
Ms. Lena Bonner
' Clerk of Commission
530 Greene Street
Room 806
' Augusta, GA 30901
RF; 11-094 - Bennington Drive Pipe Replacement - Notice of Acceptance of Next Lowest Bidder
� Dear Ms. Bonner:
Robert M. Aitderson was the low bidder on the above referenced bid with a bid of $18,487.00. However,
� Mr. Anderson was unwilling or unable to perform this contract, The next lowest bidder was Eagle Utility
Contracting, Inc. with a bid of $20,486.40. Dite to the cost of delay, the cost to re-bid the project and the
low likely hood of getting a significantly lower bid by re-bidding the contract, l approved awarding this to
the next lowest bidder i�t accordance with Au�usrn, GA. ConE § 1-10-64. Accordingly, the Proairement
� Director accepted Eagle Utility Contracting, Inc, as the contractor for this bid. Please ensure that this
notice is placed in your files.
' Sincerely,
C '` `,����
� rederick L, Russell
Administrator
' cc: Ms,Geri Sams, Procurement Director
Mr. Andrew G. Mackenzie, General Counsel
'
�
�
'
�_
�;�„_s�'. �`ii G--+L.--„�. ,.� � _�--- y
C i t•. ' [;> 1�. C 3 1 r1
BENNINGTON DRIVE PIPE REPLACEMENT
PROjECT NUMBER: N/A
Tables of Contents
Invitation Bid ...............................................................................................................
Instruction to Bidders ...............................................................................1B1- 1B3
GeorgiaPrompt Pay Act ....................................................................................PPA - 1
Addendum(s) ...........................................................................................................1- 2
Agreement................................................................................................................1- 3
BidForm ......................................................................................................................P1
GeneralConditions ...............................................................................................1-13
Supplemental General Conditions .........................................................................1-2
Contractor's Statements:
➢ Attachment B
• Contractor's Statement of Non-Discrimination .......................
• Non-collusion of Prime Bidder/Offeror .......................
• Conflict of Interest Statement .......................
• Contractor's Affidavit and Agreement Statement .......................
➢ Exception Sheet .......................
➢ Bidder's Form/Acknowledgement of Addenda .......................
➢ Subcontractor's Affidavits .......................
➢ Non-collusion Affidavit of Subcontractor .......................
➢ Good Faith Efforts - Subcontractor & Supplier Contact Form .......................
➢ LSB Subcontractor/Supplier Utilization Plans .......................
➢ Contractor's Bonds/Insurance .......................
'
'
:��� .u.a-��
�N V 1 A
� � �
' � CITY OF AUGUSTA, GEfJRGIA
OFFICE QF THE PR�CUREMENT DIRECTOR
530 C3REENE S7REET SUITE b05
' AUGUSTA, GEORGIA 3QJOI �
(706)821-2422
w�vvw. aurcustaQS. �Qv
'
DATE: .INt�ry 1Z, �11 BID NO. 11-0�
' $UBJECT: I�wN�ElC�n b bid on ttte toitv�Mr� eq�P�. �PP�Y, andlor services.
NAME OR �f: �n�On Q�fw �p� 1'�pltoMn�nt far Pubf� 8�rvit� — M�i�e� D1vMiot�
' This le�r � y�au Fkm � irwit�ibn tu 4ubm� a bid to su�r the City of �eta wfth e��ma�t,
wp�pli�s, � s�vk�s a�s i aboar�e. Suled bk�e f� Me abave wNl be reo�i�re�d �t Ehe O(�aa c�f �e
City ProcA�ratn� O�ec�or� 6� C�'esr� S�t — SuiEe �i, tt� Mu��ci{�I B�id�, At►�ra�, C3eeyrqia, up ta
, 3:� p.m, an T�►� ��brwry u, Z�11, � r�hk�► tane� t�ids will be opettad �nd put�l�ly r�d. Ths
Board af Cattm�bn dte �gM to t�c;t �ty end al! k�t �d to waiw f�ma4i�es.
' t for e�i wbmis�on c�f s bid-propos�i ane c�ir�d in the st�d p�cet. P�Ss
rwts �t �ecMc �c�tns f+o� wb�nti�sbn a� a bk! propos�l are re�uN�sd. B4da� must be typ�eid � prin�d in ie�c. N
y!ou do rat bid� rMwn s�sd b�Ci invi�s�ion shled srrd ahte reason Alto� Pl�ss dnrfy �mttlt tlu oubld*
Q�/ y��N1' M11H10� � ~ I�IQ �d,'
' Arry c�np�s b ttN co�ditians and sp�tlans must bs in the f�n c� a v►+�tee� �fdetxium to bea v�id;
tt�efor�l� tl'w�► C�y w� tssw s tM'iti�n atld�nd+�n tv da�metrt e�l i�roved chang�s. MX !�d subtnitbd
whloh doM na�! �wkeawMdp� �a t+roMpt o/ an adds�nlum w�i r� b�► �d.
' Ths Clty ct A� �Ics �o ensuro tt�t afl se�pm� ctf ths bu�s ccmmw�ty t�we acc�a bo suAR�I�rKi
dw paods and �ezvk� nfedsd by City prv�r►s.
' Doi� b�nsa wi�1 llupu� F�s bebCrme �1�! Ths rtew AItGBId IMk, v�►k.1� b{t�fed c� tlte
PtoCU�serttNtt [�rtr�t�t�"s � In wuww.aucust�raa.�ov, en#ae� �tx+ to v�► cixretK and W�st pub�c bid
irtforma�at o�Ms. Shou� you t�nrs �y qt�r� c�orx�rt� the bk! cbcumertt�, t�r t�eed �d�liottsl
informs�on, y+� may �� m�b�r oi the Bid sr+�i Car�rct T�n di�y Q,t T� 821-2422. A requast
� �.��,����,�,��.�,,.
A Bid propossl fr4nn yvur F�m wiq bs s#�proc�.
' Sirx�siy yaur�,
�
' CiKi A. S�ms
Prot�nsm� DMaC�a'
' .
,
Bid 11-09A Bennk�n DAw P� R�p��nt
'
'
'
I�� 1011 t0 �i�
, Ssel�d bids w� bs nv�ived � this c�e ur�fl 3:00 p.m. Ttn►roday, Fe�rery 24, 2011 for fu�:
Bkl �en N11 �A04 ��on DrFw P�p� R�e�r�t fio� Pub1iC �nr� - i�� Wvltion
Bid �n N11-0� N� Av�a�w dM�w �raah R�a�d � n! � P�ik 8�rv4ar -
' �ANM�r� Div�on
�Nd N�rn �'11-0iT Nhlt�Aild PN� �p� R�piae+�� far �t�E�c �rv�r - ��M �o+n
�11� N11�OOY Morp�u� Ro�rd Pfp� li� for Pubfic �rwlcs - MN� O�htMion
Bkis v�l bs no�lved by At�, GA Cammi�sion tae�sfl� re�arred ta sa th� OSAINER �rt tk�e al�CSS af:
' Geri A. Sams
Procurom�nt Dep�r�nenl
530 C3�srte Str�t - Rcwm �5
' A�ustB. Cieot+�a 30401
TOM821-2422
Bid nm�t be visw+st! on tl�e A�U Rk�trt�ond Co�t wab �e �der the Pr'o�uro� Dep�rbneM
' ARt�ld. Bk! d� n�r b� � st �s Ml�e c� �►e A►upusd�, GA Prqcun�rt�snt , 530 f�k+e�ene
Str� - F�oom 8Q6. , C,�A �Q1. Docurt►sr+ta mwy bs sx�ah�d � r�ular t�oura � d�e
ottic�es ot A�. GA Pro�nrw►t D�. A Ma+dNoryr Pn I�d C�or�c, wili !�s lr�i�d a� FrM�y,
F�bn�y �. �1t � 1@:�1 s.tn. M tlw► ��nt Q�p�rt� 5� O� 8�� Room dOS. AN
' qu� mu�t M�d � w�iep by hx �o t� 6Z1�11 a by an� to
2611 Na� b� w� b� �o�d by ��rst ���d,� . T�Y► ��+�fl 8.
a d,!90 P.M.
'fh� bo� bldd�r �h�atf� p�n tr �o � pto�t. To tN spp�owd �• bc�l bidd�r �d
, �wlw � v� Mt NI@Ibl� to�l p�►Oj�t, tl� �M as • lo�l bMdt� and �a
wppor� doo�Ms �ntMt b� � ta � Pioct�nn�snt D�t wlth y+�w bo�r bid
P�•
' Nc 81d m�y b� wi'dhdn�wrt for a p�riod o# 9Q c�r� afla 11ms has baert ��d � the dats ot �. A 1QlL bid
bo� b n�d 1tf b� a� w�h 11� �n' qwt�ts; • 1E1�% bald I�d �
100li pnnr� her�+d w� Mr, e�pu� 1ar w�n�d.
� An irn+ita�Cn br !�t �!� IaweNd by tf� Prqc�rorrfent 0� u�d �i Ir� spedlfcaa�or�t �vpa�+sd in
ao� wlth AAbM 4(Rrod�t �p�a ��tc! �1 controctued �ms ar�d
Pr�ocurrrraer� A� spadA� n�tArrNrtb in th� �n�ibEion b bbd �dud�p, twt r�at iMMtsd �, the n� of
cApia r�ecl�d. ttts � ot � M�, tF+e r�ind Anant�N dar�, and a�yr c�tt»r raqt�ror�trnb d��d
by � Procurts�r�nt E�br�nt ��nd rtt�erlN � ths �d whk�t aro r�t cx
' mo�Aeb� by 1fu Proau�� 1'�nobr. R4s�s ir�k B�D numbar � tt» ou� � the enve�k�ps.
BiddeKS � cwtlon�d tl� c� BID doc�nqE tl�r+ot►ph+ �yr t�ca o� tt�t tt►a of�fcs o� the
Pr�ocur�nt O�ntr�t�rtt 1� r�o! �dyfaMs. Aoquhi�n t�f BID �rorr► t�tltaf�sd �rouroes pl�c�d �e
' bic�dK � t!x ri�t # r�+h9p Mloomplrts t'�r ��mMion t�pon wl�ich kt ba�1 h�a quaNfl�tlons.
�� �+� ��P�M+ t�1 A�quaa-�tia#+ma,d coueKy. ti�oe�a do�s rwt op.raa � osE,
M!� or WeE � to► Mpu�b t�d�d pro�. � � F� Cou�t h� �d +�t Eird� �e¢oin� �
� R�»-�and � p!f Au�M�'s OI�E lh�. In�lNd Aupu� op�r�lq a L.ocil lnrY �
�nM�► Ri+o�rn. MowrF+r+�r', �r v�iolis Pro�'�ts uM�etO tM �+� af � or F�N 1't�,
��� and�ar OSE po�s s�t b�r � F� st�dtor � ApstMal�r� in
a000t� w�t iaM �d FaM�al Ntirs.
, GERI A. SAMS, �M D�r
Pul��h:
AuWuto C•tp'a�ide Janu�r 13, 20, 27, Febru�ry 3, 2011
' Metrc� Ca��er .Jarnisry 19, 2011
cc: Texr�eka AH�n Inta�im D�y Adrr�iMs�stor
Mike On�r� Public Servk�s
' �enn� 8troud Pu�ic 8srvi�s - A+Isfr�tsn�nce Div�n .
,
BW 11.�IQ4 BMx�pfon Drlw p�s q�p�p�
,
'
'
,
'
Augusta, GA Engineering Department
INSTRUCTIONS TO
BIDDERS
BENNINGTON DRIVE PIPE REPLACEMENT
PROjECT NUMBER: N/A
�
, SEC710N IB
INSTRUCTION TO BIDDERS
' IB•01 GENERAL
! All proposals must be presented in a sealed envelope, addressed to the
Owner. The proposal must be filed with the Owner on or be#ore the time stated in the
' invitation for bids. Mailed proposals will be treated in every respect as though filed in
person and will be subject to the same requirements.
' Proposals received subsequent to the time stated will be returned
unopened. Prior to the time stated any proposal may be withdrawn at the discretion af
the bidder, but na proposal may be withdrawn for a period of sixty (6Q) days after bids
' have been opened, pending the execution of contract with the successful bidder.
, IB-02 EXAMINATION OF WORK
Each bidder shall, by careful examination, satisfy himself as to the nature
, and location of the wark, the conformation of the ground, the character, quality and
quantity of the facilities needed preliminary to and during the prosecution of the work,
the general and local conditions, and all other matters which can in any way affect the
' work or the cost thereof under the contract. No oral agreement or conversation with
any officer, agent, or employee of the Owner, e'rther before or after the execution of the
contract, shall affect or modify any of the terms or obligations therein.
' IB-03 ADDENDA AND INTERPRETATIONS
' No interpretation of the meaning of plans, specifieations or other prebid
documents will be made to any bidder orally. Every request for such interpretation
' should be in writing addressed to the Purchasing Department, 530 Greene Street,
Augusta, Georgia, 30911 and to be given consideration must be received at (east ten
working days prior ta the date fixed for the opening of bids. Any and all such
, interpretations and any supplemental instructions will be in the form of written
addenda to the speci�cations which, if issued, will be sent to the Augusta-Richmond
County Purchasing Director at least five worki�g prior to the date �xed for the opening
' of bids. The Purchasing Director shal! send by certi�ied mail with return receipt
requested to all prospective bidders (at the respective addresses furnished for such
purposes), not later than three working days prior to the date fixed for the opening of
' bids. Failure of any bidder to receive any such addendurn or interpretation shall not
relieve sucM bidder from any obligation under his bid as submitted. All addenda so
, issued shall become part af the Contract Documents.
IB-04 PREPARATION OF BIDS
` IB-1
AED- Bennington Drive Pipe Replacement
'
�
, Bids shall be submitted on the forms provided and must be signed by the
bidder or his authorized representative. Any corrections to entries made on bid forms
' should be initialed by the person signing the bid.
Bidders must quote on ali items appearin� on the bid forms, wnless
' specific directions in the advertisement, on the bid form, or in the special specifications
allow for partiai bids. Failure to quote on all items may disqualify the bid. When
' quotations on all items are not required, bidders shali insert the words "no bid" where
appropriate.
' Alternative bids will not be considered unless specifically calied for.
Telegraphic bids will not be considered. Modifrcations to bids already
� submitted will be allowed if submitted by telegraph prior to the time fixed in the
Invitation for Bids. Modifications shall be submitted as such, and shall not reveat the
total amount of either the original or revised bids.
'
Bids by wholly owned proprietorships or partnerships will be signed by all
� owners. Bids of corporations will be Signed by an afficer of the firm and his signature
attested by the secretary thereof who will affix the corporate seal to the praposal.
' NOTE: A 1096 Bid Bond is required Jn cll cases.
IB-OS BASIS OF AWARD
' The bids will be compared on the basis of unit prices, as extended, which
will include and cover the furnishing of all material and the performance of all labor
' requisite or proper, and completing of all the work called for under the accompanying
contract, and in the manner set forth and described in the specifications.
' Where estimated, quantities are included in certain items of the
proposal, they are for the purpose of comparing bids. While they are believed to be
' close approximations, they are not guaranteed. It is the responsibility of the Contractor
to check all items of construction. In case of error in extension of prices in a proposal,
unit bid prices shalt govern.
� IB-06 BIDDER'S QUALIFI�ATIONS
� No proposal will be received from any bidder unless he can present
satisfactory evidence that he is skiNed in work of a similar nature to that covered by the
contract and has sufficient assets to meet all obligations to be incurred in carrying out
� the work. He shall submit with his proposal, sealed in a separate envelope, a FINAPlCIAL
EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working
capital available, plant equipment, and his experience and general qualifications. The
, IB-2
AED- Bennington Drive Pipe Replacement
'
'
' owner may make such investigations as are deemed necessary to determine the ability
of the bidder to perform the work and the bidder shall furnish to him all such additional
' information and data for this purpose as may be requested. The Owner reserves the
right to reject any bid if the evidence submitted by the bidder or investigation of him
' fails to satis�Fy the Owner that such bidder is properly qualified to carry out the
obiigations of the contract and to compiete the work contemplated therein. Part of the
evidence required above shali consist of a list of the names and addresses of not less
' than five (5) firms or corporations for which the bidder has done similar work.
IB-07 PERFORMANCE BON�
' At the time of entering into the contract, the Contractor shall give bond
to the owner for the use of the owner and all persons doing work or furnishing skill,
' tools, machinery or materials under or for the purpose of such contract, conditional for
the payment as they become due, of all just claims for such work, tools, machinery, skill
and terms, for saving the owner harmless from all cost and charges that may accrue on
' account of the owner performing the work specified, and for compliance with the laws
pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the
' owner and authorized by law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof, a
' certified and effectively dated copy of the power of attorney.
IB-08 REJECTION OF BIDS
' These ro osals are asked for in ood faith and awards will be made as
p P � ,
, soon as practicable, provided satisfactory bids are received. The right is reserved,
however to waive any informalities in bidding, to reject any and all proposals, or to
accept a bid o#her than the lowest submitted if such action is deemed to be in the best
' interest of the Owner.
'
�
'
'
, IB-3
AED- Bennington Drive Pipe Replacement
'
Augusta, GA Engineering Department
GEORGIA
PR�MPT PAY
BENNINGTON DRIVE PIPE REPLACEMENT
PROJECT NUMBER: N/A
1
, GEORGIA PROMPT PAY ACT
'
This Agreement is intended by the Parties to, and does, supersede any and ail provisions of the
' Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the �vent any provisivn of this
Agreement is inconsistent with any provision of the Prompt Pay Act, the provisian of this
Agreement shall control.
' All claims, disputes and other matters in question between the Owner and the Contractor
arising out of or relating to the Agreement, or the breach thereof, shall be decided in the
' Superior Court of Richmond County, Georgia. The Contractor, by executin� 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.
Notwithstanding any provision of the law to the contrary, the parties agree that no interest
' shall be due Contractor on any sum held as retainage pursuant to this Agreement and
Contractor specifically waives any claim to same.
, NOTICE
All references in this document, which includes all papers, writings, drawings, plans or
photographs to be used in connection with this document, to "Richmond County Baard of
' Commissioners" shall be deemed to mean "Augusta Richmond County Commission-Council and
all references to "Chairman" shall be deemed to mean "Mayor'".
, DISPOSALS
Prior to any material from this project being wasted or otherwise disposed of outside the
' project limits the Contractor shall furnish the Engineer a copy of written permission, signed by
the property owner (or his authorized agent) describing the estimated amount and type of
material to be placed on said property. If any portland cement concrete, asphaltic concrete,
, wood or other such materials are to be wasted on the property, a copy of the owner's inert
landfill permit, issued by the Environmental Protection Division shall be furnished to the
Engineer prior to any such waste being removed from the project.
'
In all cases, regardless o# the material being wasted, a grading permit issued by Augusta
' Richmond County must be furnished to the Engineer.
'
'
,
' PPA-1
AED- Bennington Drive Pipe Replacernent
Augusta, GA Engineering Department
ADDENDUM S
BENNINGTON DRIVE PIPE REPLACEMENT
PROjECT NUMBER: N/A
�
��ere6 �aere�
, � .-�t.-
�.
G E:. . R Ci 1 A �', (�awd �, �'q�
,
Fax�dMlailed
' TO; Alf Bidders
Phyllfs Miils, Quality Aasurancs Anaiyst
Mike Graene, Augusta Pubiic Services Department
, FROM: Geri Sam& (y�
ProcuremeM Director
DATE: February 16, 2011
' SUBJ: Responses to Bidder's Questions
BIO ITEMS: 11�094 Bennington D�ive Plps Replac�enent
11-�96 Natlonal Awnua � Nwv Savannah Road Plpe Replacement
' 11-�7 Wakefield Pl�ce Pipe Repl�cement
11-099 Morgan Rasd Pi� Replacsmenf far Auguata Public Serv(t�s Departn�ent-
Maintenance DhrisFon .
, DUE DATE: Thursday, February 24, 2011 at 3:00 P.M.
ADDENDUM N0.1
� RESPONSES TO BIDOER'S QUESTI4N3
1. Q: 7here a�e da�bte pipes leading out of the wing trap at 2719 Bennington Drive, are you
repiacing both those pipe$ o� is there a pipe to rep{� behind the residence?
' A: Both pipes are to be repfe�ed beMind Z719 Bannington Drive
2, Q: Wiil you require any stone hsunching of the pipe, to the springline, to the top, or none at a!I?
A: Stoas boalding is not rsqui►ed
' 3, Q: Pians cali far 200 LF of 42" pipe replacement, � are two (2) runs at 5t9 National Avenue,
wiil �ou be repla�ing bath 2Q4 LF runs ar only 10� LF on each run?
A: There are a total of S00' of ptqa. Two I�ngths of 250'
, 4, Q; Will the cannect poirit to 42" RCP need to be made with a junction box or daes the contrador
manufacture a box cennectior�? Is there an exist�ng tsox to connect tao?
A: The junctton box la bsliwed to be under the freshly placed asphalt (r�� verffied). If no
box contr�tar must in�all th� box
� 5. Q: Who wiil be respansible for replacement of asphalt in the pa�king lot? The Cantractor c� Pubfic
Works Dept ?
A: ARC wtlt �laeo t4w �phaft. Contractor will roplau:e the fence
, 6. Q: What are the spec�cs for the paving? 8" a� concrete and 2'h" af asphait? GABC and 2'r�"
asphalt?
A: N/A, s�e nsponse for qw�atiort 5
' T. Q: Will there need to be a headwail instat{ed at discharge point of 42" pipe, ar a flareei end, or is
riprap acc�ptabie?
A: Instatl �ip rap and nat head walM
' 8. Q: The dftch that is disc#iarging into needs to be made to flow, so who is res�nsible for this
improveme�t7
A: Instatf rip rap atso st the discharge poEnE
� 9. Q: Will stor� bedding be needed to spri�iine, all the way to the top of p�e, or none at aN?
A: Stone b�dding is not raquirsd
' Room 605 - 530 Green Straet, Augusta Georgia 30911 addendum � B�a ttems �� 1-09a,
(706) 821-2422 - Fax (706) 821-2811 11-096, t1-o97 & 11-be97
www.augustaga,gov
Register at yiww.demendstar.comJa ier for automatic bid n�ification
,
'
�
10. Q: 7here are no vlsible junction box�s or storm drain maRholes to give a vis�ble direction of tt�
, flow aF the flcwv of the storm drain.
A: Dus to no vislbla junction b�x� or manholes to; wi witi do a pian aearch and a utiltty
tocate to d�ermine the c�in�ti� of thia pipe.
11. Q: Will the pipe starting at the headwali of the open ditch behind 2948 Wakefi�d Place have fo
1 be reptac�d?
A: Ret�r to response for qu�tion 10.
12. Q: WNI thsre be any traps to be replaced?
' A: Refer to response for qurstion 10.
13. Q: Wili replacement start at F�dwrall or at trap located beside residence?
A: Refe� to rssponss for qusstion 10.
1 1A. Q: Wi11 stane bedding be required to springltr�, to top a�f pipe, or not at �fl?
A: R�fer to r�sponsr for question 9.
15. Q: The Wier Infet in ttre middle of the nrn, witl it need to remov�l and repiac�i?
1 A: Repl�e tF►e wei� trap and instail a junction box near fho center of the pro�ect
16, Q: Wfll stone b�tding be required ta springiine, to top of pipe, or not at ail?
A: RefK to nsponse for question 9.
� 17. Q: 7here +s a doghouse irtstalled approximately'� the lengfh of the proposed storm drain with a
wyre iNet. Is this to be re-inst�alled? !f so a junction box wii! be required bscause of the improper
instaltation af the present vvyre intet,
� A: Refer to response for questlon 1 S.
18, Q: Wlll there be any neeci to r�iace any trees that have to be r�moved?
A: Troe nplacement is not required
, 19. Q: The preset�t deptfi ofi the drain line d�s not have sufficient aaverage for tiDRR pipe.
Additionai fi11 dirt wiil be nea�d. Will the County supply it, or do we need to include this in our
estimate?
A: Additional fill dirt will b� supp{i�d by ARC
� 20. Q: There are two c�nugated metal pipes for drai�, So, therefo�e, the distance wili be twice
what was etated an the bid item. Or can it be replaced with one 36" HOPE pipe?
A: Refer to n�apons� tor ques#lon 1.
' 21. Q: Is thefe any restaration other th�n "graded, cornpacted and reseeded."
A: Grassing and sMding is nquirod for all proJacts.
� Please �cknowlsdge adderulum in your submfttal
END ADDENDUM
'
'
'
�
' Addendum 1 Bld It6ms �11-094,
11-096, 11-097 & 11-0997
'
Augusta, GA Engineering Department
AGREEMENT
BENNINGTON DRIVE PIPE REPLACEMENT
PROjECT NUMBER: N/A
,
�
SECTION A
, � AGREEMENT
� THIS AGREEMENT, made this day of , 2011, by and between
� Auausta Georaia, a political subdivision of the State of Georgia, hereinafter called "Owner" and
Ea¢le Utilitv Contractin . Inc.. doing business as a corporation hereinafter called "Contractor."
�
WITNESSETH: That for and in consideration of the payments and agreements as hereinafter
� mentioned the sufficiency which is hereby acknowledged, the parties agree to as follows:
1. The Contractor will remove and reinstall Two (2) 36"x160' failed CMP' replace with
' Corrugated HDPE.
, 2. All work is to be in accordance with in accordanee with the specificatians included in
Bid Form (Bid Item # 11-094), and related documents as listed in item 5 belt�w.
' Project Summary: The project consists of the removal and replacement of a 36" x 160' storm
water pipe. AI1 debris, from the removal and the reconstruction must be hauled away by the
contractor daily.
� PIPE REPLACEMENT:
� General Description
Provide alt labor, equipment and materials to completely remove and replace
� failed pipe, remove all debris from construction site daily.
General Conditions
� Contractor must include all permits, supervision, temporary toilet, scaffolding,
daily clean-up, final clean-up, dumpster, environmental surveys and builders risk
insurance.
' Site Work
Include removal of debris; take measures to eliminate the passibility af damage
� to adjacent properties. Final site restoration.
Finish
' Any disturbance to the property must be graded, compacted and reseeded.
'
1�Page
' AED- Bennington Drive Pipe Replacement
'
� 2. The Contractor sh II
a provide al1 labor, mater�al, parts, engineering, licensing and certifications
' required by any applicable regulation. Furthermore, the Contractor will furnish ail drawings,
product data, material, supplies, tools, equipment, labor, traffic control 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 the work within thirt
� 30 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 (Twentv Thousond, four hundred, eiaht►hsix dollars and fortvi cents tS20,486.41,�
� 5. The term "Contract Documents" means and includes the following:
' Bid Bond
Performance/Payment Advertisement for Bids Agreement
Bonds Notice of Award Invitation to Bid# 11-094
, Change Order General Conditions Bid
'
'
'
i
1
1
1
1
1
2�Page
' AED- Bennington Drive Pipe Replacement
,
'
IN WITNESS WHEREOF, the parties hereto have executed or caused to be executed by their
, duly authoriaed officials, this Agreement in Five (5) counterparts, each of which shali be
deemed an original on the date first above written.
' OWNER: AUGUSTA, GEORGIA ATTEST:
'
n, , � ' ��
� � �^��
� f �?
By� �� , ` �"� ��
� � � ��
��� Mayor Deke S. Copenhaver �� � � ;;. �, -. � � �
' �� ' �' � �.i `/
�j��� E � � � �(�
�D' `
' .i�cFe �``" �.., ': ...
. ' �'� ' �
Witness ' �
�
' CONTRACTOR:
Eagle Utility Contracting, Inc.
i �
By: �
'
� Title: �t�c-� �r�`r�,"� �r� SEAL � � �
� .
Address: / � �c� ,�a� c� �, Attest
'
.
' � � � �,c� �e �S B CQ 2- � --
_�
' Secr tary
' Wit ss c
'
3�Page
' AED- Bennington Drive Pipe Replacement
Augusta, GA Engineering Department
BID FORM
BENNINGTON DRIVE PIPE REPLACEMENT
PROjECT NUMBER: N/A
�
, AUGUSTA-RtCHMOND COUNTY COMM13310N
BID {TEM #11-094
' B{D FORM
PROJECT NAME:
' CLOSING DATE: �:�.?�?�i - Q f� CLOSiNG TIME: �: u a �?/�'1.
��
1 ��s � �
SECTiON 1: Bidd�r Ir�formation
, � � L LtG� O��
Name of F'�rm: , �
Addr+e�ss: Zip: � L� L,�
, Phone � �� -,��Fax:�„�?f�� fG 7�' .3j1 E-mail: �� � tt7..�f � x�
�
, It. PRICENG:
Base BId: The above f�mm propos�� to undertake the refer�nesd projeci a� showr� in thla Invitation to Btd
and all exhibits at the following quoted lump sum price:
1 $ „�. . Jfi �� � r �/.c..r�lr�✓ i:� L l-� S,',� ���iONars ($ � �l�t', . `+ )
� �
�
,
. �
, �' '� �"r _ 2 '"` �
(Signature tDate)
. /� - /
I Cflntact Person: � .,�_ Titte: f���� -!'.�a2u�a��
Company: � t9 ��'k-•
' � .
Address: c fa Z /
Ptwne� 7G`1-�v 0/S F�x:�',�/'1��?',� 9— lG ��3' E-mail:
,
'
, Bid 11-084 Bennington Qrtve Ripe Rs�lac�ment
1
Augusta, GA Engineering Department
GENEI�►AL
CONDITIONS
BENNINGTON DRIVE PIPE REPLACEMENT
PROjECT NUMBER: N/A
'
SECTION GC
' GENERAL CONDITIONS 3
INDEX TO ARTICLES OF GEIdERAL CONDITIONS
' Secti n
0
, GC-01 Definitions
GC-02 Additiona! Instructions and Detail Drawings
� GC-03 Schedutes, Reports and Records
GC-04 Drawings and Specifications
GC-05 Shop Drawings
1 GC-06 Materials, Services and Facifities
GC-Q7 Inspection and Testing
GC-08 Substitutions
, GC-09 Patents
GC-10 Surveys, Permits and Regulations
GC-11 Protection of Work, Property and Rersons
, GC-12 Supervision by Contrac#or
GC-13 Changes in the Work
GC-14 Changes in Contract Price
' GC-15 Time for Comptetion
GC-16 Correction of Work
GC-17 Subsurface Conditions
' GC-18 Suspension of Work, Termination and Defay
GC-19 Payments to Contra�tor
GC-20 Acceptance of Final Payment as Release
1 GC-21 Insurance
GC-22 Contract Security
GC-23 Assignments
� GC-24 Indemnification
GC-25 Separate Contracts
GC-26 Subcontracting
' GC-27 Engineer's Authority
GC-28 Land and Rights-of-Way
GC-29 Guarantee
� GC-30 Taxes
GC-31 Work Adjacent to Raiiway or Other Property
GC-32 Order and Discipline
' GC-33 Waming Devices and Signs
GC-34 Special Restrictions
GC-35 As-Built Drawings
� GC-36 Allowances
�
'
'
''
, GC-01. DEFtNITiONS:
Wherever used in the Contract Documents, the foliowing terms shall have the meanings indieated which
shall be applicab{e to both the singular and piurai thereof.
, 1. ADDENDA: Written or graphic instruments issued prior to"the execution of the Agreement which
modify or interpret the Contract Documents, Drawings and Specifications, by
addition, deletion, clarifications or corrections.
' 2. B1D: The offer or praposal of the Bidder submitted on the preseribed form setting forth the
prices for the work to be performed.
3. BIDDER: Any person, firm or corporation submitting a bid or proposal for the work.
� 4. BONDS: Bid, Performance and Payment Bonds and other instruments af security furnished
by the Contractor and his Surety in accordance with the Contract Documents.
1 5. CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or revision
in the work within the general scope of the Contract Documents or authorizing an
adjustment in the contract price or contract time.
� 6. CONTRACT DOCUMENTS: The contract includi�g, but not limited to, Request far Proposals,
Advertisement for Bids, Information for Bidders, Proposal, Bid Bond, Notice of
award, Agreement, Pertormance Bond, Payment Bond, Notice to Proceed, Change
Order, Generaf Conditions, Suppiemental General Conditions, Special Conditions,
' Technical Specifications, Drawings and Addenda.
7. CONTRACT PRICE: 7he total monies payable to the Contraetor under the terms and conditions
of the Contraet Documents.
� 8. CONTRACT TIME: The number of caiendar days stated in the Contract Documents fo� the
completion of the work.
9. LIFE OF THE CONTRACT: The total duration of the Contract from fVotice to Proeeed to
' completion of aU the work.
10. CONTRACTOR: The persan, firm or corporation with whom the Owner has executed the
Agreement.
' 11. DRAWINGS: The part of the Contract Documents which show the characteristics and scope of the
work to be performed and which have been prepared or approved by the Engineer.
, 12. ENGINEER: The person, firm or corporation named as such in the Contract Documents. For
purposes of this cantract, the Assistant Director of Public Servicss
Department, Maintenance Division or his designated representative shall act
as the Engineer.
' 13. FtELD ORDER: A written order effecting a change in the work not invalving an adjustment in the
contract price or an extension o# the contraci time issued by the Engineer to the
Contracto� during construction.
� 14. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the Owner to the
successful Bidder.
' 15. NOTICE TO PROCEED: Written communication issued by the Owner to the Contractor
authorizing him to proceed with the work and establishing the date of
commencement of the work.
' 16. OWNER: For purposes o# this Request for Bids, the Owner is Augusta, Georgia.
17. PROJECT: The undertaking to be performed as providetf in the Contract Documents.
18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the Qwner who is
, assigned to the project or any part th�reof.
�
'
�
19. SHOP DRAWINGS: All drawings, diagrams, illustrations, brachures, schedules, and other data
' which are prepared by the Contrac#or, a Subcontractor, Manufacturer, Supplier or
Distributor, which illustrate how specific portions of the work shall be fabricated or
installed.
' 20. SPECIFICATIONS: A part of the Contract Documents consisting of written descriptions of a
technicat nature or materials, equipment, construction systems, standards and
workmanship.
' 21. SUBCQNTRACTOR: An individual, firm or corparation having a direct contract with the Contractor
or any other Subcontractor for the performance of a part af the work at the site.
22. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the cot�struction of the
, project or a specified part can be utilized for the purposes for which it is intended.
23. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to the General
Conditions of a specific nature generally aimed at the specific contract of whieh it is
' a part.
24. SUPPLIERS: Any person, supplier or organization who supplies materials or equipment for the
work, including that fabricated to a special design, but who does nat perform labor at
, the site.
25. WORK: All labor necessary to produce the canstruation required by the Contract Dacuments
and all materials and equipment incorporated or to be incorporated in the project.
, 26. WRITTEN NOTICE: Written notice to any party of the Agreement relative to any part of this
Agreement. Said Notice is considered delivered and the service therec�f completed,
when posted by certified or registered mail to the said party at his last given address
� or detivered in person to said party or his authorized representative on the wc�rk.
GC-02. ADDITIONAL IN3TRUCTIQNS AND D�TAII. DRAWtNGS:
' 1. The Contraetor may be fumished additionai instructions ar detail draw�ngs, by the Engineer, as
necessary to carry out the work required by the Contract Documents.
2. Any additiona{ drawings and instructions thus supplied will become a part of the Contract
� Documents. The Contractor shall carry out the work in accordanc� writh the additional detail drawings
and instructions.
GC-03. SCHEDULES. REPORTS AND RECORDS:
' 1. The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules,
payrolls, reports, estimates, records and other data as the Owner may request concerning the work
perforrned or to be performed.
L 2. Prior to the first partial payment estimate, the Contractor shall submit schedules showing the order in
which he propuses to carry on the wark, including dates at which he will start the various parts of the
work, estimated date of completion of each part and as applicabte:
' 2.1 the dates at wRtiich special detail drawings will be required; and
2.2 respective dates far submission of shop drawings, the beginni�g of manufacture, the testing
and the installation of materials, suppties and equipment.
' 3. The Contrac#or shal! also submit a schedule of payments that he anticipates he witi earn during the
course of the work.
� GC-04. DRAWINGS AND SPECIFICATIONS;
1. The intent ofi the Contract Documents is to describe the scope of work for which th� Contractor shall
furnish all design, labor, materials, tools, equipment and transportation necessary for the proper
' execution. AI! wrork is to be in accordance with the Contract Doeuments and al1 inciderital work
necessary to complete the project in an acceptable manner, ready for use, occupa�cy or operation
by the Owner is to be included.
2. In case of cartiflict between any draw'rngs and specifications, the specifications shall govern. Figure
' dimensions on drawings shall govern over general drawings.
'
,
3. Any discrepancies, ineonsistencies, or ambiguities found between the Contract Documents and siie
' conditions shall be immediately reported to the Engineer, in writing, who shall prampt{y correct such
inconsistencies or ambiguities in writing. Work done by the Contractor after his discovery of such
discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk.
' 4. Afl work that may t� called for in the specifications and not shown on the drawings, or shown and
not cailed for in the specifications, shail be executed and furnished by the Contractor as if described
in both these ways. Should any work or material be required whicM is not de#ailed in the
1 specifications or drawings, either directly or indirectly, but which is nevertheless necessaty for the
proper carrying out of the intent thereof, the Contractor is to understand the same to be impfied and
required and shall perform all such work and fumish any such materia4 as futly as if they were
particularly delineated or described.
1 5. It is understood and agreed that the Contractor, by carefu{ examination, has satisfied himself as to
the nature and location of the work, the conformation of the ground, the. character, quality and
quantity of the rnaterials to be encountered, the charaoter of equipment and facilities ne�ded
, preliminary to and during the prosecution of the work, the general and local eonditions and all other
matters which can in any way affect the work under this contract. No verbaf agre�ment or
conversation with any off+cer, agent ar empioyee of the Owner, either before or after the execution of
� this contraet, shall affect or modify any of #he terms or abligations herein contained.
GC-05. SHOP DRAWINGS:
1. The Contractor shall provide design dtawings, shop drawings and product data for all camponents as
� may be necessary for the prosecution of the work as required by the Contract Dacumen#s. The
Engineer shali promptty review ail shop drawings. The Engineer's approval of any shop drawings
shall nat release the Contractor fram responsibility for deviations from the Contract Doeuments. The
' approval of any shop� drawing thaf deviates substantially from the requi�emeni of the Gontract
Documents shall be evidenced by a Ghange Order.
2. When submitted for the Engineer's review, shop d�awings shall bear the Contractor's certification
that he has reviewed, checked and approved the shop drawings and that they are in c�nformance
' with the requirements of the ConNact Documents.
3. Portions of the work that require shop drawings or sample submission shall not commence unti{ the
' shop drawings or submissions have been approved by the Engineer. A copy of each approved shop
drawing and each approved sample shall be kept in gaod order by the Contraetor at th� site and
shal! be available to the Engineer.
� GC-06. MATERIALS. SERVICES ANQ FACILITIES:
1. It is understood that, except as otherwise specifically stated in the Con�act Documents, the
Contractor shall provide and pay for all materials, labor, tools, equipment, transpartation,
' supervision, temporary construction of any nature and all other services and faeilities of any nature
necessary to execute, complete and deliver the work within the specified time.
2. Materials and equipment shall be stored so as to insure the preservation of their quality and �tness
for the work. Stored materials and equipment to be incorporated in the work shall be located so as to
, facilitate prompt inspection.
3. Manufactured artic{es, materiais and equipment shall be applied, installed, connected, erected, used,
' cleaned and conditioned as directed by the manufacturer.
4. Materials, suppfies or equipment shall be in accordance with samples submitted by the Contractor
and approved by the Engineer.
� 5. Materiafs, suppiies or equipment to be incorporated into the wafk and purchased by the Contractor
or the Subcontractor will be subject to a chattei mortgage or under a conditional sale contract or
other agreemeni by which an interest is retained by the seller.
� GC-07. INSPECT{ON AND TESTING:
1. Ail materiafs and equipment used in the canstruction of the project shall be subject to adequate
inspaction and testing in accordance with generatly accepted standards.
' 2. The Contractor shall provide, at his expense, the necessary testing, inspection and certification
services required by the Contract Documents, unless othervvise provided.
�
�
3. The Owner shall provide all other inspection and testing services required by the Contract
' Documents.
4. If the Contract Documents, laws, ordinances, ru{es, regulations or orders of any public authority
having jurisdictian require any work to specifically be inspected, tested or approved by someone
' other than the Contractor, the Contractor will give the Engineer timely notice of readiness. The
Contractor will then furnish the Engineer the required certificates of inspection, testing or approval.
5. Neither observation by the Engineer nor inspections, tests or approvals by persons other than the
' Contractor shall relieve the Contractor from his obligatians to perform the work in accordance with
the requirements of the Contract Documents,
6. The Engineer and his representatives witl at all tirnes have access to the work. In addition,
, authorized representatives and agents of any participating Federal or State Agency shall be
permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials and
other retevant data and records. The Contractar will provide proper facilities for such access and
' observation of the work and aiso for any inspection or testing thereof.
7. If any work is covered contrary to the written request of the Engineer, it must, if requested by the
Engineer, be uncovered for his observation and replaced at the Contraetor's expense.
' 8. If any work has been covered which the Engineer has not speci�cally requested to observe prior to
its being covered or if the Engineer considers it necessary or advisable that covered work be
inspected or tested by others, the Contractor at the Engineer's request, will uncousr, expose or
' othenivise make available for observation, inspection or testing as the Engineer may require, that
portion of the work ir� question, furnishing all necessary labor, materials, tools and equipment. If it is
found that such work is defective, the Contractor w[II bear all the expenses of such uncovering,
exposure, observation, inspeetion and testing and of satisfactory reconstructian. If, however, such
' work is not found to be defective, the Contractor will be allowed an increase in the eontract price or
an extension of the contract time, or both, directly attributable to such uncovering, exposure,
observation, inspection, testing and reconstruction and an appropriete change order shall be issued.
' 9. The Contractvr shall give the Engineer 24 hours notice of starting any new work. No work shatl be
done or materials used without suitable supervision and inspection by the Engineer. The Contractor
shall furnish the Engineer witM necessary samples of material for testing purposes.
' GC-08. SUBSTITUTIONS:
1. When a material, article or piece of equipment is ident�ed on the drawings or specifications by
reference to brand name or catalague number, the performance or other salient requirements and
' that other products of equal capacities, quality and function shaH be considefed. The Contractor may
recommend the substitution of a material, article or piece of equipment of equal substance and
function for those referred to in the Contract Documents by reference to brand name or catalogue
, number and if, in the opinion of the Engineer, such material, a�ticle or piece of equipment is ef equal
substance and function to that specified, the Engineer may approve its substitution and use by the
Contractor. Any cost differential shall be deducted from the contract price and the Contract
Documents shall be appropriately mod�ed by change order. The Contcactor warrants that �
, substitutes are approved, no major changes in the function or genera{ design of the project will
result. Incidental changes or extra component parts required to accommodate the substitute will be
made by the Contractor without a change in the contract price or contract time.
� GC-09. PATENTS:
1. The Contractor shall pay all applicable royalties and license fees. He shall defend all suits or claims
for infringement of any patent rights and save the Owne� harmless from loss on accouni thereof
, except that the Owner shall be responsible for any such loss when a particular process, design or
the product of a manu€acturer or manufacturers is specified, but if the Contractor has reason to
believe that the design, process or product spec�ed is an infringernent af a patent, he shall be
' responsible for such loss unless he promptly gives such information to the Engine�r.
r
�
'
GC-10. SURVEYS. PERMITS AND RFGUl.AT10NS:
, 1. The Owner shall furnish all land surveys and establish all base lines for locating the principal
component parts of the work toge#her with a sui#able number of benchmarks adjacent to the work as
' shown in the Contract D�uments. From the information provided by the Owner, unless otherwise
spec�ed in the Contract Documents, the Contractor shall develop and make all detail surveys
needed for construction such as slope stakes, batter boards, stakes for pile locations and other
working points, lines, elevations and cut sheets.
, 2. The Contractor shall carefuliy preserve benchmarks, reference points and stakes and in case of
wiliful or careless destruction, he shall be charged with the resulting expense and shali be
responsible for any mistakes that may be caused by their unnecessary loss or disturbance.
, 3. Permits and ticenses necessary for the prosecution of the work shatl be secu�ed and paid for by the
Contractor. The Contractar shali give all notices and comply with all laws, ordinences, rules and
regulations bearing on the conduct of the work as drawn and speciffed. If the Contractor abserves
� that the Contract Documents are at variance therewith, he shail promptly natify the Engineer in
writing and any necessary changes shall be adjusted as provided in Section GC-13, Changes in the
Work.
' GC-11. PROTECTION OF WORK. PROPERTY AND PERSONS:
1. The Contractor will be responsible for initiating, maintaining and supervising all safety precautions
and programs in connection with the work. He will take all necessary precautions for th� safety of
' and will provide the necessary protection to prevent damage, injury or loss to all employees on the
work and other persons who may be affected thereby, all the work and all materials or equipment to
be incorporated therein, whether in storage on or off the site or other property at the site or adjacent
' thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities no#
designated for �emoval, relocation or replacement in the course of construction.
2. The Contractor will comply with all applicable laws, ordinances, rules, regulations and orders of any
public bady having jurisdiction. He will erect and maintain, as required by the conditions and
' progress of the work, all necessary safeguards for safety and protection. He will notify the owners of
adjacent properties when prosecutio� of the work may affect them. The Contractor will remedy all
damage, injury or loss to any property caused, directly or indirectly, in whole ar in part, by the
' Contractor, and subcontractor or anyone directly or indirectly employed by any of them o� anyone for
whose acts any of them are liable, except damage or loss atfributable to the fault of the Con#raet
Documents or to the acts or omissions of the Owner or the Engineer ar anyon� employed by either
of them or anyone for whose acts either of them may be liable and not attributable, directly or
, indirectly, in whole or in part, to the fault or negligence of the Contractor.
3. In emergencies affecting the safety of persons or the work or property at the site or adjacent thereto,
the Contractor, without special instructians or authorizativn from tMe Engineer or Owner, shall act to
� prevent threatened damage, injury or loss. He will give the Engineer prompt written notice of any
significant changes in the work or deviations from the Contract Documents caused thereby and a
Change Order shall be issued covering the changes and deviations involved.
' 4. The work under this Contract in every respect shall be at the risk of the Contractor until flnished and
accepted, except to damage or injury caused directly by the Owner's agents or employees.
GC-12. SUPERVISION BY CONTRA TOR:
1 1. The Contractor will supervise and direct the work. He will be solely responsible for the means,
methods, techniques, sequences and procedures of construction. The Contractor will employ and
maintain on the work a qualified supervisor or superintendent who shall have been designated in writing
' by the Contractor as the Contracto�'s representative at the site. The supervisor shall have fuA authorify to
act on the beMalf of the Contractor and all communications given ta the supervisor shall be as binding as
if given to the Contractor. The supervisor shall be present on the site at all times as required to perform
� adequate supervision and coordination of the work.
GC-13. CHANGES IN THE WORK:
1. The Owner may at any time as the need arises, order changes within tMe scope of the work without
' invalidating the Agreement. If such changes incrsase or decrease the amount due under the
Contract Documents or in the time required for performance of the work, an equitable adjus#ment
shall be au#horized by Change Order.
'
'
2. The Engineer, also, may at any time, by issuing a field order, make changes in the details of the
' work. The Contrac#or shali proceed with the performance of any changes in the wrork so ordered by
the Engineer unless the Contractor believes that such field order entitles him to a change in the
contract price or time or both, in which event he shall give the Engineer written notice thereof wi#hin
� ten (10) days after the receipt of the ordered change pending the receipt of an executed change
order or further instruction from the Owner.
GC-14. CHANGES IN CONTRACT PRICE:
, 1. The contract price may be changed only by a change order. The value of any work covered by a
change order or of any claim for inc�ease or decrease in the contraci price shall be determined by
one or more of the following methods in the order of precedence listed below:
' 1.1 Unit prices previously approved.
1.2 An agreed lump sum.
1.3 The actual cost for labor, direct averhead, materials, supplies, equipment and other services
' necessary to complete the work. In additian there shall be added an amount to be agreed
upon but not to exceed fifteen (15) percent of the actual cost af the wark to cover the cost of
general overhead and profit.
' GC-15. TIME FOR COMPLETION;
1. The date of beginning and the time for completion of the work are essential conditions of the
Contract Documents and the work embraced shall be commenced on the date spec�ed in the Notice
, to Proceed.
2. The Contractor will proceed with the work at such rate of progress ta insure full completion witMin the
contract time. It is expressly understood and agreed, by and' between the Cantractor and the Owner,
' that the contract time for the completion of the work described herein is a reasonable time, taking
into consideration the average ctimatic and economic eonditions and other factors prevailing in the
locality of the work.
' GC-16. CORRECTION OF WORK:
1. The Contractor shall promptly remove from the premises all work rejected by the Engineer for failure
to comply with the Contract Documents, whether incorporated in the construction or nat and the
, Contractor shaU promptly replace and re-execute the work in accordance with the Contract
Documents and without expense to the Owne� and shall bear the expense of making gaod all work
of other Contractors destroyed or damaged by such removal or replacement.
� 2. All r°moval and replacement work shalt be done at the Contractor's expense. If the Contractor does
not take action to remove such rejected work within ten (10) days after receipt of written notice, the
Owner may remove such work and store the materials at the expense of the Contractar.
� 3. Any omissions or failure on the part of the Engin�r to disapprove or reject any wark or material shalf
not be construed to be an acceptance of any defective work or material. The Contractor shall
remove, at his own expens� and shall rebuild and replace same without extra charge and in defauft
thereof the same may be done by the Owner at the Contractor's expense ar in case the Engineer
, shall not consider the defect of sufficient importance to require the Contractor to rebuild or replace
any imperFect work or material, he shall have the power and is hereby authorized to make an
equitable deduction from the stipulated price.
� GC-17. SUBSURFACE CONDITIONS:
1. The Contractor shall promptly and before such conditions are disturbed, except in the event of an
emergency, notify the Owner by written notice of:
' 1.1 Subsurface or latent physical conditions at the site differing materially from those indicated in
the Contract Documents.
1.2 Unknown physical conditions at the site, of an unu�ual nature, differing materially from those
' ordinarily encauntered a�d generaJly recognized as inherent in work of the character
provided for in the Contract Documents.
'
'
!
� 2. The �wner shatl promptly investigate the conditions and if he finds that such conditions do so
materially differ and cause an increase or decrease in the cost of, or in the time required, for
performance of the work, an equitable adjustment shall be made and the Contract Documents shalf
be modified by a Change Order. Any claim af the Contractor for adjustment hereunder shall noi be
, allowed unless he has given the required written notice; provided that the Owner may, if he
determines the facts so justify, consider and adjust any such claims asserted before the date of final
payment.
' GC-18. SUSPENSION OF THE WORK TERMfNAT10N AND DELAY:
1. The Owner may, at any time and without cause, suspend the work or any portion thereaf for a period
of not more than ninety days or such further time as agreed upon by the Contractor, by written notice
' to the Contractor. The Engineer shall fix the date on which work shall be resumed. The Contracior
will resume that work on the date so fixed. The Contractor will be allowed an inerease in the contract
price, an extension of the contraet time, or both, directty attributable to any suspension.
' 2. If the Contractor is adjudged bankrupt or insolvent, or if he makes a general assignment for the
benefit of his creditors or if a trustee or receiver is appointed for the Contractor or for any of his
property or if he files a peti#ion to take advantage of any debtor's act to reorganize under the
bankruptcy or applicable laws or if he repeatedly fails to supply sufficient skilled warkmen or suitable
' materials or equipment, or if he repeatedly fails to make prompt payments to subcontractors or for
labor, materials or equipment or if he disregards laws, ordinances, rules, regulations or orders of any
public body having jurisdiction of the work or if he disregards the authority of the Engineer, or if, in
, the opinion af the Engineer, the Contractor fails to make satisfactory progress in prosecuting the
work, or if he otherwise vioEates any provision of the Contract Documents, then the Owrrer may,
without prejudice to any other right or remedy and after giving the Contractor and his Surety a
minimum of ten (10) days from delivery of a written notice, terrninate the services of the Contractor
, and take possession of the Project and of all materials, equipment, tools, construction equipment
and machinery thereon owned by the Contractor and finish the work by whatever method he may
deem expedient. In such case, the Contractor shall not be entitled to receive any further payment
� until the work is finished. If the unpaid balance of the Contract Price exceeds the direct and indirect
costs of completing the Project, inctuding compensation for additianal professional services, such
excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will
pay the difference to the Owner. Such costs incurred by the Owner wili be determined by the
� Engineer and incorporated in a Change Order.
3. The Contractor must obtain permission from the Engineer before any equipment can be rernoved
from the job site. In the event such equipment is removed without the Engineer's approval, the job
� will be terminated until such time as the equipment is returned to the project and any time and
money lost by the Contractor as a result of moving the equipment shall be absorbed by the
Contractor.
, 4. Where the Contractor's services have been so terminate by the Owner, said termination shalt not
affect any right of the Owner against the Contractor then existing or which may thereafter accrue.
Any retention or payment of monies by the Owner due the Contractor will not relsase the Cantraetor
from compliance writh the Contract Documents.
� 5. After ten (10) days from delivery of a written notice to the Contractor and the Engineer, the Qwnec,
may, without cause and without prejudice to any other right or remedy, elect to abandon the Project
and terminate the Contract. In such case, the Contractor shall be paid for all work executed and any
� expense sustained plus reasonabl� profit.
6. If, through no act or fault of the Contractor, the work is suspended for a period of more than ninety
(90) days by the Owner or under an order of court or other public autharity of the Engineer fails to act
' on any request for payment within thirty (30j days after it is submitted or the Owner fails to pay the
Contractor substantially the sum approved by the Engineer within thirty (30) days of its approval and
presentation, then the Contractor may after ten (10) days from deiivery of a written notice to the
Owner and the Engineer, terminate the Contract and recover from the Owner payment for all wark
' executed and all expenses sustained. In addition, and in lieu af terminating the Contract, if the
Engineer has faited to act on a request for payment or if the Owner has faifed to make any payment
as aforesaid, the Contractor may, upon ten (10) days notice to the Owner and the Engineer, stop the
� work until he has been paid all amounts then due, in which event and upon resumption of the work,
Change Orders shall be issued for adjusting the contract price or extending the contract time or both
to compensate for the costs and delays attributable to the stonoaae of thP w�rk
�
,
� 7. If the pertormance of all or any portion of the work is suspended, delayed, or interrupted as a result
of a failure of the Owner or the Engineer to act within the time specified in the Contract Documents,
or if no time is spec�ed, within reasonable time, an adjustment in the contraet priee or an extension
of the contract time or both, shall be made by Change Order to compensate the Contractor for the
, costs and delays necessarily caused by the failure of the Owner or the Engineer.
GC-19. PAYMENTS TO THE CONTRACTOR:
' 1. Between the first (1st) and the fifth (5th) of each month, the Contractor will submit to the Engineer a
partial payment estimate filled out and signed by the Contractor on an approved form covering the
work performed during the period covered by the partial payment estimate and supported by such
data as the Engineer may reasonably require. If payment is requested on the basis of materials and
' equipment not incorporated in the work but delivered and suitably stored at or near the site, the
partial payment estimate shall also be accompanied by such supporting data, satisfactory to the
Owner, as will establish the Owner's title to the material and equipment and protect his interest
� therein, including applicable insurance. The Engineer will, within ten days after receipt of each partial
payment estimate, eitMer indicate in writing his approval of payment and present the partial payment
estimate to the Owner, or return the partial payment estimate to the Contraetor indicating in writing
his reasons for refusing to approve payment. In the latter case, the Contractor may make the
� necessary corrections and resubmit the partial payment estimate. The Owner will, with'rn ten days of
presentation to him of an approved partiaf payment estimate, pay the Contractor a progress payment
on the basis of the appraveci partial payment estimate. The Owner shall retain ten (10%) percent of
, the amount of each payment until final completion and acceptance of all work covered by the
Contract Documents. The Owner at any time, however, after fifty (50%) percent of the work has
been completed, if h� finds that satisfactory progress is being made, may reduce the retained
percentage to five (5°!0) percent on the current and remaining estimates. On compietion and
' acceptance of a part of the work on which the price is stated separately in the Cantract Documents,
payment may be made in full, including retained percentages, less authorized deductions.
2. The request for payment may also include an allowance for the cost of such major materials and
� equipment which are suitably stored and insured either at or near the site.
3. All work covered by partial payment shall thereupon become the sole property of the Owner, but this
provision shall not be construed as relieving the Contractor of the sole responsibility for tMg care and
' protection of the work, material and equipment upon which payments have been made or the
restoration ef any damaged work, or as a waiver of the right of the Owner to require the fu�illment of
all terms of the Contract Documents.
� 4. Upon completion and acceptance of the work, the Engineer shatl issue a certificate attached to the
final payment request that the work has been accepted by him under the conditions of the Contract
Documents. The entire balance found to be due the Contractor, including the retained percentages
shall be paid to the Contractor, except such sums as may be lawfully retained by the Owner for
� saving the Owner or the Owner's agents harmless from a�l claims growing out of the lawful demands
of Subcontra�tors, laborers, workmen, meehanics, material men and furnishers of machinery and
parts thereaf, equipmeni, tools and supplies, incurred in the furtherance of .the perforrnance of the
� work. The Contractar shall, at the Owner's request, furnish satisfactary evidence that all obligations
of the nature designated above have been paid, discharged, or waived. If the Cantractor fails to do
so, the Owner may, after having noti#ied the Cor�tractar, either pay unpaid bills or w+thhold from the
Contractor's unpaid compsnsation a sum of money deemed reasanably suffic�nt to pay any and all
' such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged
whereupon payrnent to the Contractor shall be resumed, in accordance with the terms of the
Contract Documents, but in no event shall the provisions of this sentence be construetl to impose
' any obligations upon the Owner to either the Contractor, his Surety, or any third party. In paying any
unpaid biils af the Contractor, any payment so made by the Owner shall be considered as a payment
made under the Contract Documents by the Owner to the Contractor and the Owner shall not be
liable to the Contractor for any such payments made in good faith.
, 5. If the Clwner fails to make payment 30 days after approval by the Engineer, in addition to other
remedies available to the Contractor, there may be added to each such payment, interest at a
maximum rate of 1°fo per month commencing on the first day after said payment is due and
' continuing until the payment is received by the Contraetor.
,
�
' GC-20. ACCEPTANCE OF FINAL PAYMENT AS RELEASE:
1. The accep#ance by the Contractor of final payment shall be and shali operate as a release to the
Owner of all claims and all liability to the Contractor other than claims in stated amounts as may be
' specificatly excepted by the Contractor for a!I things done or furnished in eonnection with this work
and for every act and neglect of the Owner and other relating ta or arising out of this work. Any
payment, however, final or othen�vise, shall not release the Contractor or his Sureties from any
obligations under the Contract Documents or the Performance Bond and Payment Bonds.
' GC-21. INSURANCE:
1. The Contractor shall purchase and maintain during the life of this Contract such insurance as will
' protect him from claims set forth below which may arise out of or rQSUIt from the Contraetor's
execution of the work, whether such execution by himself or by any Subeontractor or by anyone
directly or indirectly employed by any of them or by anyone for whose acts any of them may be
liable.
� 1.1 Claims under Workman's Compensation, disability benefit and oEher similar �mployee
benefit acts,
' � 12 Claims for damages because of bodily injury, occupationat sickness or disease or d�ath of
his employees,
1.3 Claims for damages beeause of bodily injury, sickness or disease or death of any person
, other than his employees,
1.4 Claims for damages insured by usUal persanal injury liability coverage which are sustatned
(1) by any person as a result of an offense directty or indirectly related to the employment of
such person by the Contractor or (2) by any other person; and
' 1.5 Claims for damages because of injury to or destruction of tangible property, including loss of
use resulting therefrom.
' 2. Certificates of Insurance acceptable to the Owner shall be filed with the Qwner prior to
commencement of the work. These Certificates shali contain a provision that coverage affarded
under the policies wiil not be cancelled unless at least fifteen (15) days prior written notice has been
given to the Owner.
, 3. The Contractor shall procure and maintain, at his own expense, during the life of the Contract,
liability insurance as hereinafter specified.
' 3.1 Contractor's General Public liability and Property Damage insurance including vehiele
coverage issued to the Contractor and protecting him from alt claims for personat injury,
including dea#h, and all claims for destruction of or damage to property, arising out of or in
connection with any operations under the Contract Documents, whether such operations be
, by himself or by any Subcontractor under him or anyone directly or indirectly employed by
the Contractor or by a Subcontractor under him. Insurance shall be written with a kimit of
liability of not less than $20Q,000 for all damages arising out of bodily injury, including death,
' at any time resulting therefrom, sustainF:d by any one person in any one accident; and a limit
of liability of not less than $50U,000 for any such damages sustained by two or more persons
in any one accident. Insurance shall be written with a limit of liability of not less than
$200,000 for all property damage sustained by any one person in any one accident; and a
' limit of liability o# not less than $500,000 for any such damage sustained by two or more
persons in any one accident.
3.2 The Contractor shall acquire and maintain, if applicable, Fire and E�ctende<i Coverage
' insurance upcm the Project to the futl insurable value thereof for the bene�t of the Owner, the
Contractor and Subcontractor as their interest may appear. This provision shalf in no way
release the Contractor or Contractor's Surety from obligations under the Contract
' Documents to fully complete the Project.
i
1
'
' 4. The Contractor shatl procure and maintain, at his own expense, during the Iife of the Contract, in
accordance with the provisions o# the laws of the state in whieh the work is performed, Workman's
Compensa#ion Insurance, inciuding occupational disease provisions, for all of his employees at the
' site of the project and in case any work is sublet, the Contractor shall require such Subcontractor
similarly fo provide Workman's Compensation Insurance, inc{uding occupational disease provision
for all of the latter's empioyees unless such employees are covered by the protectian afforded by the
Contractor. In case any class of employees engaged in hazardous work under this Contract at the
' site of the Project is not protected under Workman's Compensation statute, the Contractor shall
provide and sha{I cause each Subcontractor to provide adequate and suitabte insurance for the
protection of his employees nat otherwise protected.
1 5. The Contractor sha11 seeure, if applicable, "All Risk" type Builder's Risk Insurance for work to be
performed. Unlsss specificakly a�thorized by the Owner, the amount of such insurance shall not be
less than One Million Dollars ($1,000,000.00). The policy shaN cover not less than the losses due to
, fire, explosion, hail, tightening, vandalism, malicious mischief, wind, col{apse, riot, aircraff anri smoke
during the contract time and until the work is accepted by the Owner. The policy shall name as the
insured the Contractor, the Engineer and the Owner.
1 6. The Contractor shall, within ten (10) days after the receipt of the Plotice of Award, fumish the Owner
with a Certificate of Insurance confirming coverage in the amounts set forth above at a minimum.
GC-22. �CONTRACT SECURCrY:
' 1. The Contractor shall, within ten (10) days after the receipt of the Notice of Award, furnish the Owner
with a Performance Bond and a Payment Bond in penal sums equal to the amount of the cantract price,
conditioned upon the performance by the Contractor of all undertakings, covenants, te�ms, co�ditions
and agreements of the Contract Documents and upon the prampt payment by the Contractor to aA
' persons supptying labor and materials in the prosecution of the work provided by the Contract
Documents. Such bonds shall be executed by the Contractor and a corporate bonding campany licensed
to transact business in the state in which the work is to be performed and named on the current list of
' "Surety Companies Acceptable on Federal Bonds" as published in the Treasury Department Circuta�
Number 570. The expense of these bonds shall be borne by the Contractor. If at any time a Surety on
any such bond is declared a bankrupt or loses its right to do businexs in the state in which the work is to
be performed or is removed from the list af Surety Companies accepted on Federal Bonds, Cantractar
� shall within ten (10) days after notice from the Owner to do so, substitute an acceptable bond (or bonds)
in such forrn and sum and signed by such other Surety or Sureties as rrtiay be satisfactory to the Owner.
7he prerniums on such t�nds shall be paid by the Contractof. No further payments shall be deemed
' due nor shall be made until the new Surety or Sureties shall have furnished an acceptable bond ta the
Owner.
GC-23. ASSIGNMENTS:
, 1. Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose of the Contract
or any portion thereof, or his right, title or interest therein, ar his obligations thereunder, without
written consent of the other party.
, GC-24. INDEMNIFICATION:
1. The Contractor will indemnify and hotd harmless the Orwner and the Engineer and their agents and
employees from and against all claims, damages, losses and sxpenses including attorney's fees
' arising out of or resulting from the performance of the work, provided that any such claim, damage,
loss or expense is attributable to bodily injury, sickness, disease or death, or to injury tv or
destruction of tangibfe property, including the loss of use resulting therefrom; and is caused in whole
or in part by any negligent or wil�ul act or omission of the Contractor and Subcontractor, anyone
' directly or indirectly employed by any of them or anyone for whose acts any of them may be liable.
2. In any and all claims against the Owner or the Engineer or any of their agents or employees, by an
' employee of the Contractor, Subcontraetor, anyane directly or indirectly employed by any of them, or
anyone for whose acts any of them may be liable, the indemnification obligation sha41 not be limited
in any way by any limitatlon on the amount or type of damages, compensation or benefits payable by
or for the Contractor or any Subcontractor under Workman's Compensation acts, disability bene�t
� acts or other employee beneffts acts.
,
' ..
3. The obiigation of the Contractor under this paragraph shatl no1 extend to the liability ofi the Engineer,
, his agents or employees arising out of the preparation or appcoval af maps, drawings, opinions,
reports, surveys, change orders, design or specifications.
GC-25. SEPARATE CONTRACTS:
' 1. The Owner reserves the right to let other contracts in connection with this Project. The Contractor
shall afford other contractors reasonable opportunity for the introduction and storage of their
materials and the execution of thei� work and shall properly connect and coardinate his work with
' theirs. If the praper execution or results of any part of the Contractor's work depends upon the work
of any other Gontractor, the Contractor shall inspect and promptly report to the Engineer any defects
in such work that render it unsuitable for such proper execution and results.
' 2. The Owner may perform additional wark related to the Project by himself ar he may let other
contracts cantaining provisions similar to these. The Contractor wifl afford the other Contractors wrho
are parties to such contraets (or the Owner, if he is performing the additional work himsetf},
' reasonabte opportunity for the introduction and storage of materiats and equipment and the
execution of the work and shall properly connect and coordinate his work with theirs.
3. If the performance of additional work by other Contractors or the Owner is not nated in the Contract
' Documents pria� to the execut+an of the Contract, written notice thereof shall be given to the
Contractor prior to starting any such additional work. If the Contractor believes that the perfarmance
of such additional work by the Owner or others involves him in additional expense ar entitles him to
an extension of the contract time, he may make a claim therefor as provided in Sections GG13 and
' GC-14.
GC-26. SUBCONTRACTING:
' 1. The Contractor may utilize the services of specialty Subcontractors on those pacts of the wrork which,
under normal contracting practices, are performed by specialty Subcontraetors.
2. The Contractor shatl not award work to Subcontractor(s), in excess of fifty (50%} percent of the
' Contract Price, without prior written approval of the Owner.
3. The Contractar shall be fully responsible to the Owner for the aets and omissions of his
Subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts
1 and omissions of person directly ernployed by him.
4. The Contractor shall cause appropriate provisions to be inserted in all subcontraets retative to the
work to bind the Subcontractars to the Contractor by the terms of the Contract Documents insa#ar as
' applicable to the work of Subcontractors and to give the Contractor the same power as regards
terminating any subcontract that the Owner may exercise over the Contractor under any provision of
the Contract Documenfs.
' S. Nothing contained in this Contract shall create any contractual relation between any Subcontractor
and the Owner.
GC-27. ENGINEER'S AUTHORITY:
' 1. The Engineer shall act as the Owner's representative during the construction period. He shall decide
que�tians which may arise as to quality and acceptability of materials furnished and work performed.
He shalt interpret the intent o# the Contract Documents in a fair and unbiased manner. The Enginesr
� will make visits to the site and determine if the work is praceeding in accordance with the Contract
Documents.
2. The Contractor wil4 be hetd strictly to the intent of the Contract Documents in regard to the quality a#
materials, workmanship and execution ot' the work. Inspections may be made at the factory or
' fabrication plant or the souroe of material supply.
3. The Engineer will not be responsible for the construction means, controls, techniques, sequsnces,
procedures, or construction safety.
' 4. The Engineer shall promptly malce decisions refative to interpretation of tMe Contract Documents.
GC-28. LAND AND RIGHTS-OF-WAY:
' 1. The Owner shall provide the Contractor informa#ion which delineates and describes the land owned
and right-of-way acquired.
'
�
2. The Contractor shall provide at his owr� expense and without liability to the Owner any additional
' land or buiiding and access thereto that the Contractor may desire for temporary construction
facilities, or for storage vf materials.
GC-29. GUARANTEE:
' 1. The contractor shail provide a warranty on all work, materials and equipment incorporated into this
project. The warranty period shall not be less than one (1) year fram the date of completion and shall
cover parts and labor.
, GC-30. TAXES:
1. The Contractor will pay all sales, consumer, use and other similar taxes required by the law o# the
place where the work is performed.
, GC-31. WORK ADJACENT TO RAILWAY OR OTHER PRt�PERTY:
1. Whenever the work embraced in this Contract is near the tracks, structures or buildings of the Owner
or of other raitways, persons, or property, the work shall be so canducted as not to interfere with the
' movement of trains or other operations of the railway, or, if in any case such interFerence be
necessary, the Contractor shall not proceed until he has first obtained spec�ic authority and
directions therefor from the proper designaied officer of the Owner and has the approval of the
' Engineer.
GC-32. ORDER AND DISCIPLI E:
1. The Contractor shall at atl times enforce strict discipline and good order among his employees and
' any employee of the Contractor who shall appear to be incompetent, disorderly or intemperate or in
any other way disqual�ed for or unfaithful to the work entrusted to him, shall be discharged
immediately on the request of the Engineer and he shali not again be ernployed on the workout with
, the Engineer's written consent. '
GC-33. WARNING DEVICES AND SIGNS.
1. The Contractor shaA furnish, erect, paint and maintain appropriate warning devices in and around the
' construction area
GC-34. SPECIAL RESTRICTIONS:
, 1. Construction activities shall occur at times that will.minimize disruption to ongoing operations within
the building. Because of the nature of operations, sound and sound transmission are a pa�icular
concern and some activities may need to be scheduled outside normal working hours. Any such
activities must be coordinated through the Richmond County Tax Commissioner and the Assistant
' Director of Public Services, Facilities Management Divis+on.
GC-35. AS-BUILT DRAWINGS: Not Used for this Project
' GC-36. ALLOWANCES; - Not Used for this Project
'
'
,
'
'
1
Augusta, GA Engineering Department
SUPPLEMENTAL
GENERAL
CONDITIONS
BENNINGTON DRIVE PIPE REPLACEMENT
PROJECT NUMBER: N/A
'
, ��CTION SGC
INDEX TO 3UPPLEMENTAL GENERAL CONDITI4NS
SECTION TITLE
' SGC-01. Contractor's Breakdown of Lump Sum Payment Items
SGC-02. Prior Use By Owner
� SGC-03. Cleaning Up
SGC 04. Maintenance of Traffic
' SGC-05. Maintenance of Access
SGC-06. Erosion Control and Restoration of Property
' SGC-07. Safety and Health Regulations
SGC-08. Pre-Construction Conference
' SGC-09. Settiement of Disputes
SGC-10. Open Records Act
'
�
'
,
'
,
'
,
'
'
'
'
, t
, S�CTION SGC
SUPPLEMENTAL GENERAL CONDITIONS
SGC-01. CONTRACTOR'S BREAK,QOWN 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 ali costs apportioned to the major elements of design,
� equipment, material and labor comprising the total work included under any of the Iump sum items shown in
the proposal. These estimates as approved will serve as the basis for estimating of payments due on all
progress estimates.
' SGC-02. PRIOR USE BY OWPIER:
, Prior to completion of all the work, the Owner may take over the operafion and/or use of the incomplete
' project or partions thereof. Such prior use of the facilities by the Owner shall not be deemed as finai
acceptance of any work or relieve the Contractor from any of the requirements of the Contract Documents.
SGC-03. CLEAN-Up:
' The Contractor shall kesp 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 the premises all rubbish, surplus materials, implements, toals, etc., and leave his work in a clean
condition, satisfactory to the Engineer. Periodie cleaning will be scheduled by a representative of the owner.
SGC-04. MAINTENANCE OF TRAFFIC AND OPERATIONS:
, The Contractor shall provide adequate warning and protection for pedestrian and vehicular traffic from any
hazard arising aut of the Contractor's operations and will be held responsible for any damage caused by
' negligence on his part or by the improper placing o# or failure to disptay danger signs and road lantems. A!I
traffic lanes, sidewalks and driveways will be kept open and clear at all times except as provided betow. Th�
Contractor shall not btock traffic on any street more tha� 30 minutes or without written pesrmission from such
agency. Before leaving the work each night, it shall be placed in such condition as to cause the least
, possible hazard therefrom. Shvuld the Contractor fail to comply with the provisions of this paragraph, the
Owner may, with his own forces, provide signs, flagmen, barricades and/or passageways or clear the
pavement and deduct the cost thereof from sums due to the Contractor. Detours and tra�c controls are to
' be reviewed by Traffic Engineering before implementation.
SGC-05. MAINTENANCE OF ACCES3:
, The Contractor will be required to maintain access to the establishment during all times it is narmally open
for business. Bridges across open trenches and wortc areas will be required to provide vehicular and
pedestrian access. Bridges with handrail protection will be required for crosswalks at street int�rsections. It is
' recognized that it will be necessary to remove bridges and to block cross traffic while equipment is in
operation. The Contractor shalt, however, plan and pursue his o�rations so as to minimize the time that
direct entrance is blocked.
, SGC-06. EROSION CONTROI. AND RE TORATION OF PROPERTY:
The Contractor will be required to schedule his work and pertorm operations in such a manner that siltation
and bank �rosion will be minimized during all phases o# construction. This work shauld ineluded protective
, measures in places before land disturbing activities begin in accordance with Federal, State and Local
Ordinances covering soi! erosion and siltation prevention. Any areas disturbed during the course of
construction shall be restored to a condition equal or better than the original condition.
, SGC-07. AF
_ ETY AN� HEALTH REG LATIONS:
' The Contractor shall comply with the Department of labor Safety and Heatth Regulations for construc#ion
promulgated under the Occupational, Health and Safety Act of 1970 (PL31-596) and under Section 107 of
the Contract Work Hours and Safery Standards Act (PL91-54).
'
'
' SGC-08. PRE-CUNSTRUCTION CONFERENCE:
' A pre-construcrion canference may be heid at an acceptable time to the Owner and the Contractor prior to
the "Notice to Proceed" to coordinate the work and satisfy all requiremsnts of the Contract Documents.
, SGC — 09. CONTRACT DISPUTES
This Agreement shall be deemed to have been executed in Augusta, Georgia, and all questions of interpretation and
, construction shall be governed by the Laws of the State af Georgia.
All claims, disputes and other matters in quesrion between the Owner and the Contractar arising out of or relating to the
' Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The
Consultant, by executing this Agreement, specifically consents to venue in Augusta and waives any right to contest the
venue in the Superior Court of Richmond County, Georgia,
� SGG10. OPEN RECORDS ACT:
Contractor acknowledges that this Agreement and certain documentation may be subject to the Georgia
Open Records Act (O.C.GA § 50-18-70, et seq. Contractor shall coc�perate fully in responding to such
� request and shall make all records, not exempt, available for inspecrion and copying as required by law.
SPECIAL CONDITIONS
' SC-Ol. LICENSE:
The successful bidder shall have a eurrent Business license during the term of this contract. The license
, shall be purchased from the Business license and Enforcement Department.
SC-02. COORDINATION OF WORK:
' The Contractor shall coordinate his work with the Traffic Engineering Section of the Augusta Engineering
Department and the Richmond Gounty Sheriffs Department as required for traffic control. All construction
shall be in accordance with the contract documents and applicable codes and regulations.
' SC-03. OPERATION AND STORA�� A1t�AS•
' The nature of this project does not provide for secure storage on tlae job site. The owner will not be
responsible for providing security for any stored materials, on site or off.
SC-04. PRESERVATION OF EXISTING VEGETATION�
' T'he Contractor will preserve and protect existing vegetation such as trees, shrubs and grass on or adjacent
to the site which do not unreasonably interfere with the construction as may be determined by the Engineer.
� SC-05. CLEAN-UP:
The Contractor shall keep the premises free from the accumulation of waste material and rubbish. Upon
' completion of the work, prior to finat acceptance of the completed project by the Owner, he shall remove
from the premises all rubbish and surplus materials to the satisfaction of the Engineer.
'
�
' ,
Augusta, GA Engineering Department
T T R'
CON RAC O S
STATE M E NTS
BENNINGTON DRIVE PIPE REPLACEMENT
PROJECT NUMBER: N/A
,
i
1
� ���
O E'� O R Ci I A
,
Attachment B
� Listed �low is a consolidat� listi�g af the Statement of Non�-Di�criminatian, Nan-Coifusion
Affidavit of Prime Bk�derlOfferor, CoMlfct of Irrterest and Contractor Aff�avit a+�i Aqreement.
Please compl�b, date, rwtarize and retum pag� 1-3 of Attsahment 8 with your submittal.
� S�st�n»M at Nan-QiscHrrdnation
' The unders�ned unde�tarxls tf�t it is tl�e policy af Augusta-Richmond Cour�ty ta promote full and
equal business opport� far aA perso�s �ing business with Augusta-RicMmond County. The
undersfgned covenants th�t woe liave not discriminatad, on the basis of rsce, religion. ger�,
national o�igin or ethnicity, with regard to prime contractir�, subc�ontracGng or partnering
' opportunities.
The undersigned covenants and agrees to make g�d faith efforts to ensure meximum
' practicabb partic�pat�on of locat smaN bu�inesaes on the bid or c�ntract awarded by Augusts-
Richmond Cvunty. The underslgned further covenants that v�► ha�re completed truthfulfy �nd fuily
the required fomts regardir� good fait�t effiorts and lot�l smatl bu�in�s suk�contrac�orlauppiier
� utiii�tion.
The undersigr�d furtt�ar cov�ants an+d agrees not to engage in discrimin�flory conduct of
any type ageinat focsl smafi businesses, in conformity with A�usta-Ric�►mond Ca►�rr�ty's Local
� Small Busir�rsss Oppatuntty Program. Set forth belaw is the spnature of an office� of the
bidding/c:antracting eMity ar�a the autho�ity to bind the entity.
� The undersigned adcnowledge and wart�ant that �ia Company has been made aware af
undergtends and agr�ees to take afflrmative action to provide �uch oampanies with the maximum
practicabie opportun�ies to do buainass vinth this Company;
� That this promise of non-discximination as made and set forth herein shalt be cc�n�nuing in
nature and shall remain in full force a�ud eflect w�hout inte�r�uption;
, That the promises vf non-discximina�on as made and set forth hecein shaft be and are
hereby deemed tv be made as pert of and incarpc�rated by reference into any cx�rttract or porti�n
therevfi which thia Com�r�y msy here�after obtain and;
, That the faik►re o# this Comparry to satisfactorily discharge any of the promises of
nondiscriminetion as made and set forth herein st�alf canstitute a ma#e�ia! breac� af contract
' en�tling the City of AuQu�ta to ded�e ths corrtr�t in c�fau4t and to exerc�ss any and all �pplicable
rights rem�cJies including but not limited to cenceHat�an of the contrac�, termination of the c�ntract,
susper�sion arxi d�barment from futuro coMrecting opportunita�s, and withhc�ldic�g and or forfefture
of com�nsa�t�on d� and cywing on a aontract.
,
' Bld 11-094 Bennir�gBon DMve Pipe R�ent
Pape 44 of 5�
�
i
, Altachmertt B- P�go 2 af 3
' Nor�-Collusion of P�fm� BWcl�rlOffaror
By submission of a b�d� the vendor c;ertifies, under penalty of pe�ury, that to the �i of ita
knrnMedge and beliaf:
i (a) The prices in tt� proposet ha�re t�een aniv�d at independentiy without collusion, consuitation,
communic:atior�� or agre�ment, for the purpose of rostricring compe�tion� as to �ny mattsr retating
to such prk�s with �ny other v�o� or with any c�mpetitar.
� (b) Uniess othsrwise requireti by law, the pric�s which haue been quoted in the pra ssl i�ve not
Pa
been kno�ir�iy d�sdosed by the vertdor p�or to opening, direcNy or indirectly, to a�y other ver�lc�
� or to any competitor.
(c) No attempt has been made, a� wifl be made, by the vendor to induce any o�er person,
� partnership or corporatbn to submit or nat to submit a propos8l fcr the purpose of rest�ic�ing
compe�n. Co�lusio� artd fraud in bid �xapanatian shail be ro�nrted to the State of G�earg�
Attomey General and tF►e United States Justi� Department.
' Confli�t o# Int�r+�st
By submissicm of a bid, tl� re�panding flrm certffies, under pen�tt�r of pery'ury, thet to the I�t af iffi
� knowledge and R�elief:
1. No circumstances e�cist which cause a Confiict of Intarest in perfcxming the servic�s required by
this ITB, and
f 2. Thst no employ� of the County, nor any member ther�f, nat any public agency ar c�ffiiciai
affected by this ITB, has any pecxmiary inten�t in the bu�ness of the respondir� fimi or his sub-
c�nsulta�s) has ar�y i�terest that wau�i conflici in �ny manner or degroe with t� perfcrrnance
, related to this ITB.
By submissian of a bid, the vendor cert�ies under penaliy of perjury, that to tF� best of its
� knowledge and belief:
,(a) Tha pric�s in �e bid have t�een arriv�d at inc�apendentl�r wi#hout co{{usian, const�ta�an,
� communir�ti�ons, or agreememt, for the purpose ai restricting cx�mpetition, aa to any matter re�atir�
to such priw�s with aryy ott�r vencbr or with arry oompatitor.
� (b) Unless othenaisa r�uired l�y I�w, the pr�ces which havs been quatsd in the bid hs�ve not
knowir�ly been dis�losed by ltte vQndar �xior to open�ng, directly cx indirectly, to any a#�er ver�r
or competitor.
� c) No attempt has been made, or wiil be made, by the vendar to induoe any ott�r p�sorti,
partnership or co�er�tion to �ub�nnit or not to subm�k a bid far the p'u�pose of �esaric�trig
campetition. For any br�each ar v�c�at� of th� provision, the CauMy sharfl have tfie right tfl
� terminate arty r�ated c�►tr�d ��roement wI#hout liabili�r and at its discretbn to c�duct from the
prit�, or athenwise t�acovar, tlte tuq amount of st� fee, commission, perc,ent�e, gift, paym,�rtt �
consideratbn.
�
� s�d � �-oea ee�r� on�.e
�+ t�e ReWacen+eM
Pags 43 of 54
'
' ��
' Atta�chmeert B- Page 3 of 3
' Contractor_Affldavit and A�n�ment
By executir� this �ffidavit, the undersiqned contrector ve 'rtf'ies its cflmpliance with O.C.G.A. 13-10-
91, statfng afflrtna�ly that the individual, firm, or corpa�ation which is «.bnMa�ting v�rith Auguat�
' Richmond County B+�rd oi Commis�ioner� has registered vv�th and is partiapating in a federal
woHc authoriaation program" [any af ttre electronic verification of work authori�ation prograrns
operated by the United Stat� �rtment of Homeland Security or any equivatent fed�ai woric
t authoria�tion program operated by the United States Department of Hvmeland Security to ver�fy
infonnatian of ne�My hired emplay�ee�, pursuant to the Imm�ration Re#orm and Control Act of 19�
(IRCA), P.L 89-6U3j, in accordan+c�e with the appiicabitiiy provisions and deadiin�s estabtished in
, O.C.G.A 13-1Q-91. The undec�igned furtfier s�gre� thrat, should it employ or contr�ct v�th any
subcantraactor(s) in connection vvjth the physical pertorrnance af serviaes pur�uarrt ta this ooc�trad
with Augusta Richmorid County Baard of Commission�rs, carrtr�cta� will secure firom such
subco�or�s) simila�r veriflca�on of complian� writh O.C.G.A 13-10-91 on tt►e Subcantrsctor
� Affidavit pravided in Ru� 300-10-01-.OS or a substantialiy similar form. �ontrador fuKher agrees to
maintain recorcls of such campliance and provide a copy of each such v�catlon to the /�usta
Rid�mond Camty &>ard of Cammissioners at the time the subcontractar(s) is retained to perform
' such servioe.
G/01�1� L�1M f!�Qtl{I'0'i �tlf C�IR►�T►�i t0 FIiV�! M E -Y�tHy"User ld�r�Mieation Numb�r on w aRer July 1� Z00�.
For additionai ic�famat�n v�sit �e Stab of Gso�ia webs�te:
' httns://e-verifv.us�.c�OY nr�ll/ end/or htto�//www da! state � us/odf/�ules13Q0 10 1 udt
� D���3
' E-V�fjr ` User ldenNflcation Numbar
The undersigned further agrees to submit e notar�zsd copy of Attachment B and any required
documerrtabon nat� as p�rt of the Augusta Richmond County Board of Commissions
, specifice#�ns vrfiich grnrem this proc�ess. In addition, the undersign�i egrees to submit sil
requin�l fartns for any subcontrec�ar(s) as requ�tad �nd ar reQuired. I, furthrr undsrst�nd that
my submflt�l wql b� d�rsnad non-compiiant tf any part cr� this proc�ss is violat�d.
' Co pany Name
�
I Y ' � � t v���� "
(Con r Stgna re) a: . 2 o A�, ;tfl,
•/ , /
JlLC.� - �iP�_s''- J J� �; Gomm. Exp• w�
� Tiitl�e o� Au�orized OFf'�' or Agent at Contractcx • U � � � 2 �
�. .
,� 9� UB�����'
, PriMed Na of Officer �/�ent N G011
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE � DAY OF .,�Gt7 20�
' NOTARY BEAL
Notary Pu
My Commission Expkes 0 i,1 G� 2D�
� Piease complete, data, notarl�e and retum es 7-3 of Attach
Pa9 ment B with your submittal
' Rev.11/13jQ9
Bid 11-094 BenMnybn Drive Pipe Rap�owneM
Page � of S4
1
,
' .
1 /' ' '%�I�,
G1 L' O R GI I A
�
' EXCEPTIpN SHEET
' !f the caommodity (ies) andJor �rv�Ces proposed in the response to this bid is in anyway
differeM from that contafned in this proposal or bid, the bidder is responsibl� to clearly identify
by specifcat�c�►� section number, ail such d'rfFerences in the space provided below. C)therwise�
, it wili be assumed that bkider(s) offer is in total compliant� with all aspects of the propv�al or
bid.
' Below are the exceptions to the stated speciflCat�ns:
/Jo G�'c P�oKCa ,�a a�r .
�
' .
�
� Zsr �j /
, Date gnature
. ��' l� �w, ' �s�c,��u �«� c
' Cbi�pany
t L t° T f['S,`clC.., �t
' Titl@
'
,
Return with submittat if the commodity and/or services propos�d in the response to this bid
are in anyway different from that contained in the specifications.
,
t R�v.s/31/09
Bid 11-094 8enni�ton Orive Pips Replsosrt+ent
LPs����
1
'
'
/'� ',.%�!^,�
' d E' O R C3 I A
1 'g
�ER FQRM/ACKN�WLE��M,�,,,�IT Of AD�EN�A
, City aF Augusta Procur�nent Department
530 Greene Street, Suite 6Q5 Business Locatrorta: (Ct�ck One)
�9u�, G�� �� Augusta Richmor� County
, ATTN: Procunm�nt Diwctor ✓p��
Name of Bld�r. � � . � � .
' Str+eet Addreas: I t9��;�
City. S1arte� ZiP Cafe: � � Z-�
, Phone(�O�Z /°lv4/S Feuc•(�Dd�/'%� �-�lr�.3� Eme�h
�
' Ctty L�ns� Requl�n�nt: Cont�actAr must be {icensed in the S�te ofi Geargia or by the Govemmer�l
entity for where they dc► tt�e maJority of tF�r b�iness. For further ir►fom�ation �ct Rabert Sherman of the
License arxi Inspectio�t Department � 7� 312-5162.
Do You Hsve A Businssa License? Yes: � No;
' Licensed By What �� Ckv�.Mv 0 L C..° LC
' Bus�ess Ll�oe�e #: � Fed Tax Ed #: ��-" � `�D ,� �I
C .�O�o2/8
Acknovuledgement of Adder�.ium: Ct�c and in��al the appropriate bcx:
' Addenda 1����,,,, In Addenda 5 Initiat
Addende 2 �Mtis� Addenda 6 Initial
, Addenda 3 Initial Addenda � Initial
Addenda 4 IntNa! Addenda 8 Initial
' '
TME UNDERSIGNED PRQPQSES TO FURNISH THE FOLLOWING ITEMS IN STRICT CdNFORMANCE
' TO THE BtD/RFP/RFQ SF�GI�ICATKNdS AND BlDfRFPlRFQ INVITA'f10N ISSUED BY THE CiTY OF
AUGUSTA FOR THIS 91D/RER/RFGl ANY EXCEPTIONS ARE CI.EARIY MAR!(ED !N THE ATTACHED
COPY OF BlD�FPiRFQ SPEC{FICATtONS:
, w .
Signatute: DatB:� ' 3 f f
, THIS FQRM MUST MPLETED AND SUBMITTED WITH YOUR SUBMxTTAL
REV.il/13/09
' Bid 11�094 B�nh►qton Drhrs plpr Rep�,psme�
Pepe 47 of 54
'
,
'
/'� ''%�;--'�--
, (3 ' O R G I A
,
STATE OF GEORGIA - C�UNTY OF RfCHMOND BID�t�P/RF�
, SUBCONTRACTOR FI
�►F DAYIT
1 By e�cecuting this aff�favit, tl�e undersigned subcvntractor veriff'res its compliaru�e with O.C.G.A. 13-
10-91, statirig affirmatively �t ths individual, firm, or c,orpora�on v�fiich is engaged in tt� physicat
performanc� of senrices unde� a c�ntract with on belt�lf of
' Augusta Rk�m�d Ca�rrty 8aarci of Cammissioners has regist�red with a� is partiapating in a
federal arark �uthorization progr�m` [any of the electronic veriflcation of work authori�tio�
programs ap�t� by the Unitsed Stetes De�rtmerrt oi Homeland Security or any equivalerrt
federal vvark authorizatlon program op�at+�d by the Un��! Ststss Depaitment of ��nd
, Security to ve�ify irrfom�atit�n of newly hired emp�yaes� pursuant to tt►e Immigration R�f�m ar�d
Control Act of 1986 ([RCA}, P.L. 99-603], in acc�rde�e with tF� applicability provisians and
� dsadiirtes �tabliaheti in 0. C. G. A 13-10-91.
,
E-Verif�r " User ldent�icat�n Number
' Com�ny N�ame
, BY: Authorized Officer or Agerrt
(Contractor 3ignature)
' Title of Autha►i�ad Otfk�er or ApeM Of Con�aCtor (i�orpla Law r+squi►u your ca�ntpany � haw an
E-V�rify"Ussr ldentNiestlon Numb�r on or a� Ju�y
1, 2009.
' Printed Name af Authorized Otfioe�r cx Agent For additional infcnmation Stste af Caurgis
SUBSCRIBED AND SWOi�V BEFORE ME ON THIS THE h: www.dol.state.na. s/odfy�, Irul�,�/3t?0 10 1�!f
� htt�s:/!e-verifv.uscis,_gc�v/enralil
� � DAY OF . 20_
' Notary Puk�ic
My Commission Expkes:
NOTARY SEA�
L If th�n aro � urbcon�aetirw �portu�itf� eM iam muat bs ucacudd (wrib WA, si0n� dab and notariz�).
Note: The suecsssfu! vendor wilt aabmlt the abav� farm !a ttre Procurer►tsni Departmenf no /ater
' than Rve jb) deys a�tar recarvinp ths "Letter of Recomm�ndstfo»" (V�ndor's te#ter wtll denote
the dets fbrm;� are to be r�cceived)
, REV.iZ/30/09
Bid 11-084 Bennir�ton Driva Pipe Replecen�nE
Papa 4d of 54
1
,
'
� r --�?.�t,.r -�•yt,.-�''%�-_--�r�-- .
L.
Ci E' O R C3 I A
,
STATE OF GEORGIA - Cl?UNTY OF RICHMOND B�DIRFPtRF(� 11-094
�
3UBCONTRACTOR AFFIDAVIT
' By execut►ng this affidavit, the u�d�rr��ed subcontra�tor verifies its compfiance with O.C.G.A. 13-1U-
91, stating affitmatively that the individual, ft r ipn� ic �s engaged in the ph�ical
�i��a��lc S�e�rv�ces
performancs of �ervices under a�ntract with ,�,� niviSion on b�half of Augusta
' Richmond County Board of Commissianers has registered with and is participating in a f�eral uvo�ic
authorization program* jany of the electroni� verification af woric autho�zation programs operated by
the United States Deparbrertt af Homeland Security or any equival�ent f�derai � autMorization
, program ap�rat� by the United St�tes DepaRment af Homeland Sacurity to verify information af
newly hired employees, pursuant ta the Imm�ration Reform and Controi Act of 1986 ([RCA}, P.L. 99-
603], in accorclance with the applicability provisions and deadlines estab#ished in O. C. G. A 13-10-91.
' 206663
E-Verify " User ldent�cation Num�r
' Eagle Utility Cantracting, Inc.
Company Name `
� �
Y: Authori nt � ��
, (Cont� tor i re) � (
�
, V; ce Prr�s� rlpnr jS�, �,pri ntwn[lont
Title of AuthMized Offit�3r or Agent of ContreCtor Gsorgis Law requiros your cmnp�y fo hawe an
E-Vsrify"User ldentlficatian Numbat on or after Juty
Anthony P. Highfield 1, 2009.
' Printed Name of Authorizsd CNficer or Agent For additional informarion: State of Georgia
ht :// . a e. .us/ rul 10 1. f
SUBSCRtBED ANO SWORN B€FORE ME ON THIS THE httus://e-verifv.us is.aav/enrolU
, G AY OF �S� I �
� •'' �
. �1
, otary Public ' Coe+�n�. :
: �acp. ;
My Commission F�cpires: I � a; ���fi ;'
� � "�4 G ;` NOTARY 8EAL
' �� •....., �
C011
Nart�: I"t+e successfw! v�ndor rriff su m t the a,pave forn�� tu thw F'rocuremenf L3epartmen! iio l�f�r
th�n �ve (5) days aher reG�iving the "t.etter n* Rc�amrnend�rfon A� (Ver�do�'s letier wil! denot�
, � ths dste forms er� fo be r�olved). •
Rsv.11/13/0�
' RFQ 14-130 Task Order Prossam tvr 1Mrat.�ue
Page 18 of 35
,
,
,
, �' � -��.- -,,%��
�.....i �
G E" U R C� I A
,
, In accorcfance with the Laws of Georgia, N�e foNowing ai�dav�t is required by aH vendors
NON-COI.LUSI4N AFFIDAVlT OF SUBCUNTRACTOR
' I c�rt that this bid ot pro at is made without
. �Y P� pf�'
understand'mg, �reement ar connection with any corporatro�, firm or person submitting a bid fcu the same
' woric, labor or service to be do� or the supplies, mat�ials or equipment to be fumished and is in all res�
fair and v�ttiout c,ol�usion or fraud. I urulerstand callusive bidding is a violaticm of state and federal law and can
result in flnes, pr�on ser�tence� and civi4 damages awards. I a�ee to ab�de by all condi�a�s af this bid ar
�vp�al and c�rtify th�t I arn autha�ized to sign this bid o� proposal for tt� bidder.
' Aff�ant further st�tes that pursuant ta �.C.�.A. Section 36-91-21 (d) and (e),
Eagle t3tilitq� Contracting� Inc. has not, by itselt or with others, directly � indirectly,
prevertted � attempted ta prevent campetilion in sueh bidding w proposals by any means whatsoever. A�ant
, furth+er states that (s�►e has nat prevented or endeavareci to prevent anyane from making a bid or atf�r on tt7e
project by any means whatev�, nor has Affiant caused or induc.ed another to withdraw a bid ar esffei for the
work.
Affiant fuRher siates that the said offer vf is bona f'rde, and that no one has
' gone to any auppl�er and attempted to � such person or cc�mpany to furnish the rnaterials to the bidder only, ar
if furnisheci to any other bidder, that the ms�terial shall be at a h+gher price.
, Signature af zsd pany Representative
Vice Pr ai t i��
� Title � f
i ,�
�
Swwn to and scribed befor+e me this �_ day of �� �,�_; 20 l(.
�
ignatu�e
�~��
, Notary PuWic: Q° ���
(Print Name)
Comm. E.�. ;
, County: : �lOp/is ; ,
.�*• L � `` G . �p
Commtssion Expi�: '•••...-•••' • NOTARY SEAL
'
Note: 7hc saccessfu! vendar wfl! subnrlt the above forms ta the Procurem���i C�e�partment no later
, thpn iiv� (8) days after recafvtng tlr� "Lwtter of Recom►»endation" (Vendvr's l�ti9er w11t dertote
the date farm� are Ec be recei�*ed).
, RFQ 11-130 Task Qrdet Ptnqt'� fa' Ir►fraacture
Pa9e 20 of 35
'
,
' �
0
�
, ,� U y cr
, �� � ��
a,
� r �
a�
y $ � .L^ C
� $ ., a
, Jg ac i� � �
• � ,� "'� ' 7 ^ p
� � � �
' c � � �; � �
C'� `
� m 4. V �
O Q � �
a ��z � cc � :
' � � N � ai .0 � �
Z � _ � '8, ,� � �
� «� � C
�y, � � � `u 11l�
' y O A4 i:.
az �'- �, R ��
z .-
LL O w � A; r �+ a
pt� � �� �m
' �W ��� A � 3 �
G � �
�� � � ��� � �
' = y � ,� �,,�' � ' � C � 1
m� »%� � ? OtV'
J � � '$ � � �p a '$i c
� g � ��� �� �
� m a� ��
N � �
�O Z � a ��
, O� � c� �� g � a ` ° . � ��
� � � �. �
z� � ��� ° ��° � �
' LL � � «� ��
� a m o
O ,� d g w
V W � . p � a
G = � °'
' Z a � �� _�
C � � p G �
s a1
i 0 � � � � � �
�+ � � � � $ A d
� a g �s
� � $ U � � •�
� � ri �i v C
_ � � "� � �
' � � `�
Q r"'r � ` �
' �
� � > 0 �i`
3
m � �
��� � � �
' �� C � �
�
� d V
,� a � � a �
� � � = a' `3
� � �
m y �
'
,
' m �
.s _ �N
�7
4 � •_
' � � � '� �
, � .�
��� �
.� � � �
� � �
� � �:
. � � �'' � �
� °' �
, ° �,� �E a � �
O �� c� ` .° �
� � $ '� � �
� a .Q � e�'a � a�t
� � 'v
Z � c
F�- � _ � > � �
� - � � .� �
a� �� � z�
a � � �°
1 °� �� � `,�,�' � ;�
�� � �� � ��
a� ��� d �r
V� c � `� g^ x c
' �� R �ga t� m
M W .� t � � } � '� � m
' � � N < Q N � C
� y � E E o �. �
-, � �a �, ., o w
, �� m� Z 3 � mT
� �° t
� ��g8 ° � � � �
� �
� � � o �o
� �� `
� �� o� �m
�� �
t�.� � � a o.��., o a
� �� � ~ � �� �
� >o ��
o� � � � � m
� ca � d � .r
� = Kd t � � O
C� _ �' '"
�v �� � �
$
F � � � ��' c
' � y
� � � .� �` � W
G � a � \ � '..
1 �
a� \ > a �
� � �. � �
�o
c
, �� � �
� � �
Z �o
� �
Q w � ~� M
' � � M �
� c N z o�c
'
,
, THE AMERICAN INSTITUTE OF ARGHITECTS
, ,a�a oxumem asro
Bid Bond
' KNOW ALL MEN 8Y THI=�E PRESE�IT'*3, that we
, Eagle Utility Co�trac�+�, Inc.
1350 Branch R�d, Bishop, GA 3�21
as Principal, hereinafter c�lbc! the P�ncip�l, and
� North Ameriean Specialty Insu�nce Company
650 Elm Sb�oet, M�►�ter, NH 03101
a corporat�n duly organ+zsd urx#�r the laws of the State of NH
' as Surety, here�after called the Surety, are held and firmly baund unta
Augusta-Richmond Co�nty Commissian
530 Greene Stroet, Au��ta, GA 30911
, as Obligee, hereinafter cal�cl the Qbligee, �n ihe eum of
Ten Perc�nt of Amount Bid
ppq�t's �$ 10% ),
for tha paymer►t of which sum well and truly to be made, d�e sa�i Pr�ncipal and tt� said Surety b�rui aursel+res. a�r
, nei�s, execuwrs, s�n�n�straa�rs, su�;ces$ors ana asat�r+s, la�,a�+ a�,d se,�ai�y fumly by these pre�ente
WHEFiEAS, the Princlpel has submit�ci a bk! for Ber►nington Driv� Pips Replacement -1601F of Stcrm Drain,
' Auguata, Geargia Pr� Number; 11-094 Benning�n Drive Ripe Re t
NOW, THEREFORE, if the at�4�e s�►aN eux� the bk4 of the Principat and the Pr�cipal shsll errtsr i�ta a Contra�t
� with tha Obiiflee in �cordance a�th tt►e terms of suc� bid, and Qi+re atach t�ond or boa�ds as may be spec��ci Sn �e
bidding or Contract �curnenta with qvod and s�fNclent surety for tF� fai�fW performanee of st�ch Gontra�cE and for
the prompt p�ymerrt ot iabor �d materia! fumished in tl�e prc�aecution thereof, or in ths event af the failure of the
Pri�ipal to entte� such C�tra�t and gir� suah borxi or bonc�,lf �e P�incips! shall pay to the t�Ugee the dNf�sn�e
� not to exceed the penalty here� b�tween the amount s�edfied tn sakl i�d and such largsr ama�M fc�r whk� the
Obligee may in gaod faith cc�r�tract w&h anod�er party to perform the Work covered by sald b�Cl, th� thi� vbiigation
sh�li be null and vo�, otherwise ta rema� M� full for+�e and eifect.
' Signed and sealed thi8 2 day of February , 2011 ,
� �/ E�le Utilit rLCantracting, Inc.
�� �/ / (P�nc/pa� ,� (�aJ)
.�'''��� g � .r
' (WiMesa)
A.�N,�.,..v� ' 4�i'e ) Vi'�e �s� t sy.
�✓
North American S�eialty Insurance Company
' ��--1�_� p (SunetYl (Sedl
, ° By �,...s�,.Gl.--�" .
(wtmess7 `
Ch�rlotte J. Ericson e)
' , Attorney-ip-Fstt
OONFORM� 1YYi'H IUA DOGWitt�tT A�10 �� 80ND � AIA'. FFBRUARY 1@TO ED • TNE AMEAfCAN
INSTITUTE OF AF�iiITECT6. 479fi N.Y. AVE., N.1N., WA�iINOTON. O.C. 2000E 1
'
'
'
I NAS SURETY GROUP
NOR'CH AMERICAN SPECIALTY INSURANCE C41�IPANY
' WASHIN(3TON INTBRNATIONAL TNSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL M�N BY THESE PRESENTS, TH,AT t�xth Americ� Spee+alry Inauraace Canpany, a corparation duly arganized and existing u�er
� Isas of the St�a oFMew Harupet►ira, �d hawing its principel affu:c in tt� Ciry of Mmche�, New H�mpshirt, and Washington Iaurnatio�al
Insurmice Canpany. a oorpo��n �g�d end �ing uadar tha Isws of the S�e of New Hampelsire and having its principal office in the City of
Schaumb�ag, Illir�ois, each doee hcreby maict, casstitute tnd appoint;
TRAV[S G. HUFFINES CHARLOTTE J. ERIGSt)N TERRY L. R6YNQLDS. _
, DEANNA G. fiEItRON, BR[AN E, MADDEN. LAWRENCE BART PEPPFRS at� DIiBORAH 9. SASSER _
JOINTLY OR SEVERALLY
� Its true aod lawfu! At�mayt:)-ia-Fxx, to make. e�cute, xal snd �liver, for and on iis behalf �d as its act and deed, bonds or othor writings
obligawry in �he nature of s boad on behelf of e� of said Compmios, as surety, on c��cds af suret}•sNip as arc or may be required or �ittad by
law, ngulation, conuaet or �ise. Exo�i�ad thet ao bond � undertakiag or contrsct or swetyship a�uted un�r thu aut6ority shall excaed thc
amount o€: FIFTY MILLION (SSO,OOO,OU0.00) DOLLARS
� 'Tbis Power of AtWrney is gnmt� and is signed by &�imile under �d by the ai�arity of �e following Resolutions adogted by the Boarda of
Directora o€b�h North Amaican Specialry Insnr�x C�p�y and W�hington Int�n�iooai Insurana Company at mcetiags duly cailed and t�ld
on the 24` of March. 2{l00:
' "RESOLVED, that �y hw of ttu Fresitiet�ta, sny Managing Director, aay Senior Via Prtsident, any Vi� Presidem, arry Assisnnt Via Presidanz,
the Secniuy a' eay Aasista�t Secrcrary b�e, snd each or �Y of them her�y is authoriud to a�aecute a Povver of Act�iney qwlifiying the attorney nmmed
in ffic giv� Pvwer of Attorney w ex�+ot rm b�s�f of th�e CtMnp�y boads, u�denakinga and ail conusas of suraty, emd d�et each or �y of thee�
hereby ia eut�sorized w attast to die e�xcution of �y n�ch PoM� of Att�ney and w attech thenin tho seal of tha C�peny; amd it is
� FURTHER RESOLV6D, t1u� tba �ignaturc of auch offiara aad tlu �al of the Go�pasiy msy be afTixed to any aueh Power o€Attorney ar w my
cxrtifica6c rclatiag t!►ereto by feceimile, and �ty such Power of Att�arnay or certiftcate besring a�wh fscsimils sigtxatures or facaimite sesi ahall be
biadin� upon tbe C��y xfian so ettixal and in du futune with regard to any boad, und�taking or contr�t of suroty to ahich it is acta�d."
tr
' rv_ �����•.
�� �� � S�aa. r. eV �, tr� s caaer cae.w.O�n..rvrru.�r. �� �rrr..a a.r•sr '�� $�lU, �
i 1pa ! Snfor Ntt PrN/W M'tiaeM Awniiw S�dMry Wirra CerpnY � �I,
iw
���
♦ �� .. ... ••1�j• �
� . � ������ � .
D�wO M. L+�wu.Yxior Via ►sNW�s .� w� tnrn�a Cew►wp
� Wa Prqi/st ef NartY A�erkr� �eM� Ip���aCewp�aY
� IN V1'M'NESS WHEREOF, Nortl► American Spccialty Inaureace Car►ptuty and Wothington lnteraational lnsurancc Canpa�y ha.�e cawed tfieir
official �eals to be hercunw at�ixed snd � praYenta ta be signod by thoir suthorized offir�n tdis ��tl' day of Septcmber , 20�.
' North Americsa Specfalep Ineur+�see CoreQ�►ay
' V1'aikla�ton loternatiosal Insunnce Comprny
3tatc of lllinois
County of Cook �'
� An thia �� day of Sentcml+ea , 20 !0 , befare me, o Notsry Publ(c persanally eppcersd Steven �► i'resident end CE.O of
Waahington intcmationel tnsurencx Company and Senior Vioe Prcaicknt of North Amcrican 5pecialty ln�rancx C:ompany and Dav�d M. Leyman ,
Senior Vicx Presi�t of lA'as6ingwn internetional irsurance Campa�� �d Viae 1'resident of North Amcricsn Specialry tnaurarnx Company,
peraonally knowa to me, who being by mo duly :w�ra, acknoaledged tMat they signed the ebave Power of Attomey as oitic�s of ffi►d
ackaowledgtd said insuument w be the volunte�• e�st end deod of Iheir rasnective cmm�sair,€.
pnt �'�'� �(�O".r.c' K.f fr ' J
�1liA D SIQ.EAffi ,,, �6 { . ,�+ ••
�'�'•�� Donna Q. Sklens, No�ry Public
Ccrosrdos 10�96A�ii
� 1, Jflmes A. L'acs�enter the duly elected Asaiatunt SecmtaN of North Ameriosn Spacialty Irtsur�cc Campsr►y and W'a�hington
Inuma�ionol Ipeunmcc Compsny, do haeby cerlify that the ebove aad faregoing is a mie ac►d correct copy of a E'ower of :Attorne? givcn kry ssid Nottfi
�lmcrican Specislty insurance Compeny and Washingta� Intcrnationel Insurancc Company, which is still in full forece and eff`eet.
, IN VJITNESS V4'HERBOF, ( heve set my herM and afl3xed the seala af the Companies thia �,t}�day of Fehruarv , 2 o.l,,L.
c�`.',��;
� Jmpea A. Cary�wror. Viw P�ax dc .Awamnl SaewWy of W�i�un I�bwred Irtaxmo Geepa•.�v n
Not16 Awenean Spw:idq' � C.wnqtn)
'
!
�IL1f�ER';' r�. �f�I�CGE, C:.��`:
� G_>rt;ified Fublic Arcou�,t�i,t
:�. �. �� ;�.1��
WItiDCR, CA ;3�1�t3�-'�5�:1
' Februur;� 4, 2�11
� L :GL� UTIL�TY �Q1��T �.n ., � �
F�ACTI�.�, I,�C.
1 �50 BRI�NGI�3 ROAD
' PIJi'1�.11 1.7L'0[Sl.!iA 7i�4'��il
�� �ar client :
� Z i'i�a'�� curnpil�d th_i �oc��mps�r, f iny b�iar,ce sr,c�t ��� E AGI.E JTTLII' �
�.'QNTR.ACTING, I�JC. �� �f Jar,u�r�y 31, 1�11, end t! relate�i
:�tatEm�r,t uf ir,_.oTUe �'c,z tt,e o:,� munth then er,.3ed, i�, acc�c�rdar,�.r
� �itt, �tat��m�nts an atand�rd: for accoun�ting and review servic.a_-
�:;::>u�d by thE Ar�i�z•icsr� Ir,�t�.tut�• ..�t �`c�rt�fic:� F�,t�lic; F►�cuunta�r+_:;.
, A cumpiletior, i� limit�d tt� pr�s�ntir,g ii� the for m c,f t�r�bnc.iel
statem�nts in:fo�°•r+ratiar, th�t ia th�:; rek�r��e.;,t�tivn .�f rr,uti�y�rners�.
I} naL �udltrd ox~ rEVi�wesi the acc�mpar,yir,� fin�acial
st�ten��r,t� �nd, aecar-dinyly, c�o r,o�l e�.�res�. ;�:s c�j;,i;iiar, ar any
' u*_.r,er fGrrn af a�s�uranc� c,n th�rn.
Mar,ag�m�r,t hae electec9 to ornit �ut�st��tially �11 of the
��•�.�:,lc�3ur•ES� �;,d tr,�=� ca�h flc,w 3t�t�rr:er,t requir�e�� by �enrr�ll}
, ,��ut�}i<<sei ;,ce:oe�n�kir,y �.x�incipi��. If t2 a���itt��1 d�acl�,�ures wtrE
.�ric;lud�J ir, th,� Sia,atyciel etatr��rG�°,1;�;, t1�,ey rni�}•,t ir,fluenc� �,i
u�er'� �rvr,clusl�rns at,out tt,� cc� rn�c - i�ay 's fir:a,��:.�i ���ii:ion,
' rESUlt� at op�rr�at;�oc,r�, r�x,i! c�sT. �lc;r�. A�.c;ax d.�r,�1r , thes�
i'inancial sL�iternent� exe nat c�eE�g�•,ec1 f�r• ktic.�>> .wt,u �r•e nat
i„f�rm�d about �uch metters.
� �
� �"�T � Cs�
, H SER A. BRTSCOE, CPA
W3nder, GA 30G80
'
,
,
�
'
,
, EA�LE U'!'ILITY COPiT:�ACT�PaC, �1.C.
'3`:ATLTiEt.T �]T' 1.a'_;`:T� AFI�; L_I,A6tC,TTTE� IIdC�O�!!�' T;,:{ D:.:;I:"
' JAUUA�Y ^�, '�011
A.^�SETa
' ___.___
�L?RRENT ASS�TS
' 4:A�H - VERIT'f BAtiK � �8, 3bb. 72
CASH - PEQPLEv BAKK 6, 2�8. 24�
T-`EOFL BAHK - E:�CRC'4r' :, �uC�IQi. QJt�
fi::TTY CAvH 1�AF�. �@�
' ACCQ�JNTS KECEIuABLE �4�1, 8Cti3. SL�
ADVANCE�-EMPLOYEF� 1,876.9�
�TATE INCOME TA.. DEF'G:� ITS 92�. @f�;
i _._____________
TOTAL CURRENT A��ETS ? �"•"-'� �_�=�• �7`f
F`��F'ERTY, PLAt1T � LGSUIfi.
' LAHU �, �itU@. �ut�
LAHD ( INVESTM£NT FhOf' ? 5�, 699. �!�
OFFICE BUILPING 4^, 35`_+. 1;3
, �UILI3ING 117, �il.: 4
OFFICE EaUIPM�NT 1:�, 5E�7. `��i
TOOLS `��, ��'�. ��+
MAGHINERY £: EOUiPMEMT 1, 6"4, ��G�°t. �4
' VEHICL.ES 31�, �JB. �1
LE85: ACCUM DEfiRECIATTGN t 1, ?2��, ��?".. (��)
TOT. PRt1P, P:..ANT S, EGiUIP. �•�1, 78.;. �?
� GTHEk ASSET�
OFGANIZATIONAL COS'f^ 4�i0.0�
� L�S� : ACCUM AMORTI�/�T�013 _ _ _ _ _ t 40�.� _4��d )
TOTAL OTNEFt ASSETS �• ��
� TOTAL AS�LT� S__ 921, 2�D9
�s=
'
�
'
'
�
� �EL ACCUUI�TAHTS COtiPILATIJM REPQRT
'
�
EAG�� UTILITY CONTRACTTKG, ING.
3TATEMENT OF A��ET� AN� LIABILITI�S-INCOME TAY �A�Iu
� JAHUARY 31, ::4�11
� LIA,BILITIE� &
C;URkEAt': LIABTLITT£a
� N1P - PEOPLES BANK � LtJC ) 5 7fct, 00@. 0r�
CURP.EIdT FQRTION�-Lf'T DEI3T 10�, 856. 7�t
FAYRQLL TAXES 1, 75�. 63
--- ------_. ..._--
� TOTAL CURR. LTA�3ILITIES S 1'77`� 509, 36
LQNG TEfiM LIAHILITTE�
, N/�'+ - THE PEOPLES BANF: ib2, 9;�0. �9 �
LESS : CURRENT PaRTION t 43, '��0. 5'3 )
NlF� - YQLVO FIHAHCIAL 103, 393. 9N
� LESS : CURREAtT PLIRTION t 3�►, 779. 6t� )
AI/F' - VQLVO FINAHCIAL #:: 5b, 7�7. 28
' L•'��, : GURRENT FGFtTION ( 2�, @19. ?6 )
H/P - GA BANK & TkUST 6�, 768. 64�
' 1.�5; : CURRENT PQRTIOht t 7, 3@Er, 6� )
N/P - OFFICER 2�o�d, 0�►0. 0�+
� TDTAL L. T. LIABTLITIE= ��+� , �5�. �`
:'.r.F' ITAL
!`:C?MMflN �TQCK �, QfmO. 0fe
' C'pNTFiIBUTED CAPITAL : ��, �fp�'j. 0Q�
F:ETASNED EARNTN�� �;�3, 8':�t5. � �
:�ET INCaME ak t LQ��^ ) ( b�, 15y. ;'" )
� ;OTAL CAPITAL ----.-r- M...._ ��,0�fi4b_47
TOTAi. LIA. & CAPI'1'�,L �;� ':�'wl, ��9. ;35
i _____..__-__..__
1
i
i
!
i
� SEE AGCQUNTA!{T,.^—+ CQMPZLFaTICtld �EP!�HT
'
' A
E/':GLE UTILZTI �DtJT1��zCTINC, IHC.
'�:•Tr`�TEME1dT OF ,�t''t:,E'f :., .q Ii�, LIA;: i i_!'� IL: � I41�:��tii: TP.:; f3A =-'I�
' . �UBSIDIARY ��HEDULL•:
JAtdUARY ;1, 2Q11
' C;ur:i E.,t Ralanc.e
ALiVANCEB-�.MPL.OYEES
' ADVANCES-EMPLOYEES ., - -- - _ _ _ _ ( 2C,. �� ) S 1, 87(,. �1=1
T�';AL . (.''.L.. �3G:r: " 1, £i:'E�. a�
' PAYROLL TAXES -_______ . �__.- �..�=-==____-__
FE� TMCOME TA:: WI'I'H�lELLI 3 c': "".. t��.� �
t �'IGr; TR`r: 41�THHELi1 , ('�2-�. 4'�! � ;2�r9.9�)
�TATE Ild�'4ME TAX W�THHELD t 4.'�.;. 51 7 .75U. 4��;
ACCRUEL FUI i::�i�.:��) . i?ti.3;:
ACGRUEI� �UI 1���. lE 844.77
� TOTt,L � ( 1, ?���. 23) � ^ 1, 7�� 6;�
'
�
�
�
�
1
�
'
'
'
' �EE ACCQUH'TANTS �AMFILATIQN R1?POF?T
'
'
EAGLE UTILI'CY CQNTI�AGTIKG, ZNC.
' STATEMENT OF REVEHU�S AND �XPEHS�S-INLOME TAX t3AS.i.a
FOR THE OHE MaKTH �:NDED JAHUARY 31, 2011
� ------ Curr�,�t ----�-- --- Y�sr to D�te ----
Actual Percent Actu�l t;�rcer�t
_=amssaa��a�=�xa,-aa��$ amasss�sx�sasSSaaz=xm
I INC�ME
kEV�I�UES � 147, 6�1. 6i ifolo. 0 � 1�1I, 621. 61 i�nta. 0
� ------------- ------ ------------- ------
+� TOTAL INCOME 147, 621. 61 ifd�►. 0 147, G21. 51 1�n4l. Q
COST OF SALES
' AURCHASE�^ 101, 405. 0:3 68. ? lsl, 405. 03 6b. 7
SUB-Ct3�iTRACT�RS 12� 875. 8� 8. 7 12� 875. 8S 8. 7
TIIRECT SUPFLIES - DIESEL 14� 427. 91 9. 8 14, 427. 91 9. 8
' ------------- ------ ------------- --____
* TOTAL COSTS OF SALES 12ti, 708. 79 8�, 2 128, 708. 79 87. 2
------------- ------ ------------- ------
« 6ROSS MARCiI�i 18, 912. 82 12. 8 18, 912. 82 1�. 8
I OPERATIHG EXPEHSES
SALARIES - OFFICERS 3, 600. 0f� 2. 4 3, 6��. 00 • 2. 4
' SALARIES - OFFICE 1, 20fA. @0 0. 8 1, 20fo. 0�e 0. 8
SALABIES - OTHER 17, 489. 50 li. 6 17, 4Ei9. Sft► i1. 8
VENICLE EXPEHSE 2, 028. 51 1. 4 2, 02ti. �1 l. 4
C:ONTRACT LA$QR 7fd9. 0fo 0. 5 70y. 0f0 0. S
� DEPRECIATIQH 12, 00�►. 0�d 8. 1 12, 000. 0�1 e. 1
INSURAHCE-BU3INESS 2£t; 57?. 69 19. 4 2fi, 57?. 69 19. 4
IASURANCE-GROUP 8, 452. 15 5. 7 8, 452. 15 5. 7
' I NTEREST 2, 794. 25 1. 9 2, 794. 25 1. 9
LEGAL AhID ACCOUNTIHG 2, 141. 00 1. 5 2, 141. 00. 1. 5
QFFICE EXPE�iSE 2�09. 05 0. 1 2fo�. 0a 0. Z
POSTAGE 4�l.00 0.0 44.00 0.0
' RENT - E6IUIPM�:NT ( LEASE> l, 147. 26 0. 8 1, 147. 26 0. 8
REPATRS AHD ?�tAI1dTEHA�tCE 13, 934. 94 9. 5 13, 9�4. 9� 9. 5
SUPPLIES -- MISCELLAHEOUS t 2f�4. 6QI a ( 0. 1� t 2f04. 6fd? ( 0. 1 3
LICEHSE b �THER TAXES 132.00 0.1 132.0�4 0.1
' TAXES-PAXROLL 2, 728. 24 1. 8 2, 72�i. 24 1. &
TELEPHOHE 841.30 0.6 891.3fo 0.6
TRAVEL - MEALS 197.0? 0.1 19y.07 0.1
' TRAVEL - LODGING 4, 400. 00 3. �1 4, �fOfd. 0f� 3. 0
UTILITIES 630. 8:i 0. � 63r�. 83 0. 4
R TOTAL OPERATIN[�' EXPEH�ES 103, 072. 19 &�. 8 103, 072. 19 69. 8
, ------------- -_____ ___---------- ------
* HET OPERATHG IHC OR LQ55 ) t 84, 159. 37 � ( 57. 0) f 84, 1�5. 3? ) ( 5 i. �?
+► S�T INC. l LDSS ) BEFQRE TAX ( 84, 139. 37 ) (�7. 0) � 84, 155. 37 ) ( 5't. 0?
' ------------- ------ -----�______-- ------
x NFT IHGOHE 08 t L085 ) 8 ( 84, 159. 3? ) ( 5?. 0 f # t Ei�, 1 S�. 37 ) ( 5%. 0)
a�=ana:maas�ms mmasaos cs:ac-�v===a.. c.._�.....
'
' SEE ACCOUNTANTS COMPTLATION REPORT
1
'
EACiLE UTILITY COMTRACTI�IG, I�IC.
' STATEMENT OF REVEKUE� AND EXPEHS�S°INCOME TAX BASIS
SUBSSDIARY SCH�DULE
F'OR THE ONE MONTH ENAED JAHUARY 31, 2011
, ..-�--- Current ------ --- Ye�r to D€�te --_-
Actu�2 P�rcent Actuel t�ercent
1 m=os=..==.��a�cs�aazaxa ae¢ae-e_^==e;ss�_se�=o
TAXES—PAYROLL
PAYROLL TAX EXPEHSE S 2, 564. 55 l. ? � 2� 564. 5;, 1. 7
' FICA 1�12.31 0.1 102.31 0.1
FUI im.70 0.0 10.70 0.0
SUI 5�.68 0.0 Sfd.68 0.0
------------- ------ ------------.. _-----
' x TOTAL �r _2, 728_24 ! 1. � 3 72�5. 24 1. f3
=sa =aa= =aca= axs=zaS
�
'
'
'
'
'
'
'
�
'
'
' SEE ACCOUNTAAIT� COMPILATION REPORT
'
' '
,
Eagle Utility Contracting, Inc.
' 1350 Branc6 Road
Bishop, Georgia 30621-1729
Phone (706) 769-6015 Faz (70� 769-1638
' Email: esaleu�atv(a�bcll,�vntL.net
' RELEVANI' EXPERIENCE OF BIDDER .
US Hwy l Wnt� Systtm Improvements Laney Walker Ernergoncy Sewer Repair
� Augusta Utilitits Dcpt. (?06) 312-4132 for Augusta Utilities Dcpt. (786) 312-4132
Engineer: lame,s G. SwiR 8c Associatas AUD Enginecring
5711,170.39 S 1,138
Completion: Septatnber 22, 2003 Comgletion: Jur� 29, 200?
� Jamestovv�► Scwer F.aiunsion Willow Oak Subdivision Water, Sewer,
Augusta Utilities Dept. (7Q6) 312-4132 Storm Sewer Lines—Bill Beazley
Engine,er: Johnson. Laschober & Associates Development, Engineer: Southern Pertr�ers
� S 1,373,073.00 $1,339,633.85
Completioa: February 17, 2004 Completion: August 1, 2008
Ja�nestovm Sawer Exunsion, Ahase ii Wrens, GA Sewer System Improvements
Avgusta Utilities Dept. (746) 312-�413� City of Wrens (7�6) 547-3000
Engincer: Johnson, Laschober 8c Aasa:iates Engineer: �G. Ben Tumipsctd Engineers
S 1�889,664.50 Cosnpietion: June 14, 2005 $543,320.00 Completion: Feb. 9, 2Q09
' Horsepen Sanitary Sewer Ext�nsion Pembroke, GA Water 8t Sewer System Ext.
Aug�asta Utilities Dept (706) 312-�5132 Ciry c�f P�mbroke (912) 653-4413
Johnson, Laschober & Ass�iates Engineer: P. C. Simonton 8c Assoeiates
, �2,203,807.14 Comptetion: Aprii 3, 200.6 $1,50ti,9b6.75 Gomp{etivn: Feb. 26, 20t0
Upper Butler Creek Sanitsry Sewer Extensian Ciry of Warrenton, GA Sewera�e Systorn
Augusta Uriltties Dept. (706) 312-4132 lrr�provements Project 290G 19
' Engineer: Jarrus J. Swift & Associates City of Warrenton (7�) 465-3282
$1,S1b,235.20 Engineer: G Ben Turnipseed Sngineers
Completion: De�ember 31, 2006 $546,842.30 Completion: June 28, 2010
Grovetown Extension to Upper Butler Greek SS Exk.
, $485,154.00 Cs>mpletian: Sep�. 30, 2007 City of H�phzibah, GA Sewer System
Improvements Project 2�2
Wrens, GA Scwer System lmprovements Enginxr: G. Ben T�trnipseed Engincers
' City of Wrens, GA (7Qb) 547-3000 City Hephzibah (7flb) 592-4423
F,�ginc�r: G. Ban Turnipseed Engineers $157,672.00 Completion: June 28, 2010
�774,859.10 Completion: Feb. 13, 2008
City of Portal, GA Propased Municipai
, Iforsepen Pheee 2B St�*r Callectian Sys�► Sewer Expansion--�Ciry of Rortal, GA
Project 50�?3 (912) 865-2561
Au�ssta UCilitff�s 1�pC. (7C)6) 312-�►1� Engincer: Carter & SloaFpe, lnc.
Jd'ff�san, Learl�ober & As�ociat�s, p,C, 5893,606.80 Completion: May 25, 2010
' $1.77U,161.00 Campleti.ai Dec�enber 27, �D10
�
'
'
'
'
' Eagle Utility Contracting, Inc.
1350 Brsnch Road
� Bishop, G�rgia 30621-1729
Pbone (70� ?69-6015 Fnz (70� 769-1638
E�nail: ea¢leutivttvCa�bellaouth.net
' Tony Highfle�l has 45 years experience in waterline and sewer line inst�llatians.
He start�l in 1965 as a laborer ancl worked up to the �sitian of For�man with the M. D.
Smith Construction Co, In � 1973 he formed Southeastern Utilities Contractors, Inc. and
� installed water and sewer lines in the Northeastern and Central Georgia areas until 1989,
when he sold his half of the coznpany t� his business partner. In July of 1990, he foundcd
Eagle Utility Contracting, Inc., which is still in oper�tion. �
� The following is the employmcnt histary and a list of the towns in which Tony Highfield
has installed satisf�ctory water and sewer lines.
1 June, 1967 — February, 1973 - M. D Smith Construction Company, Inc.
Foreman on water and sewer projects in North Georgia
r February, 1473 - Septemb+cr l, 1489--Vice President of Southeastem Utilities
Contractors, Inc.
� Partner and Superintendent on water, sew�er, and storm sewer prajects alI over the �
North and Central Georgia a� ea.
� July 23, 1�990 to the Present, Eagle Utitity Contractzng, Inc., in the capacity of
President and Superintendent of operations.
Installing waterlines, sewer lines, and starm sewer in Central Georgia azea.
' Water and Sewer lines installed in the following towns since 1990:
Grovetown, GA (2) Waynesboro, GA (2j ' Johnston, SC
' Augusta-Richmond County (14) Tennille, GA Charleston, SC
Wrens, GA (8) Collins, GA Statham, GA
Midville, GA Millen, GA
Vidalia, GA (4) Thomson, GA (3)
; ' Tignall, GA Crawfordville, GA
Washington, GA Davisboro, GA (2}
Wadley, GA Soperton, GA
, Warrenton, GA (2) Port Wcniworth, GA
Fort Gordon, GA (2) Aiken, SC
Camak, GA Ncw Ellenton, SC
' Harlem, GA Edgefield, SC
Richmond Hill, GA Pembroke, GA
North Augusta, SC Lincolnton, GA
. ' Blythe, GA (3) Hephzibah, GA (2)
Keysville, GA Portal, GA
'
'
'
'
� Esgie Utility Contractin�, Inc.
1350 Branch Road
Bishop, Georgis 30621-1T29
' PLone (70� 769-6015 Faz (70� 769-1638
Email: engleu�litvCa�btlLwntb.net
' Ant6ony Panl HighSeld
2042 Magnolia Parkway
Grovetown, Georgia 30813
' Vice-President of Eagle Utility Contracting since August 24, 2002
Superintendent and Estimator since September, 2007 .
' State Licensed Utility Manager, June 18, 2009
NUCA Excavation Safety & Cornpetent Person Training, Flagger Safety.Certified,
Damage Prevention Certified, Davidson Hydrant Technologies Certified Installer
, I have worked for Eagle Utility Contracting since September, 1999, in the capacity of �
Operator, Foreman, and now Superintendent and Estimator. I worked during the summer
, from 1991 until I gracivatcd in 1995. I attended Athens Technical .College.
Personal Referonces:
' F3ob Chapman Projec:t Superintendant with Blair Constructior. Company
;746j 831-7188 Time knowz� 8 years
, Russell Thies Project Engineer, Riehmond County
(70b) 312-4139 Time known 6 years �
1 Charlie Roupe Volvo Tquipsnent, Salesman .
(106) Sb4-1725 ?ime known ? ycars .
' William Meutimer Owner, Blair Construction Company
(706) 831-7190 Timc known 11 years � ,
�
'
,
,
'
'
'
,
, Eagle Utility Contracting, Inc.
1350 Branch Road
' Biahop, G�x�gia 30G21-1729
Phone (70�'f69-6015 Fs� (746) 769-1b38
Email: en�eutil�itvC�bellwntlt.aet
r STATEMENT OF EQUIPMENT
' Volvo EC46QBLC I�ydranlie Ezc�vstor 2004
Voh►o �ydrnulic EC240 Ezcavatar 2006
Vo�vo L'f0E Wheel Lo�uler ?�5
Volvo EC290BLC Hydraulie Ezc�evator 2004 .
' Votvo ECZ40BLC Hydranllc Ezcnva�r 2005
Volvo EC160CLC I�Iydr�alic Ezca�vatar Z008
Case S80SL Backhoe 4=4
' Cxse 5803L BackLoe
Caterpillsr DSC Doa�ter
Cnse 115SE Trac Loader
' Caee 721B Wheel Loader
McLanghlio Borieg Machiue w/auger�—vsuri�►w e�s '.�
Pnak�tt T450 Aaphalt Spr�der .
' Boma� BW142 56" RoUer Tnmp
MT85 Mika$a T�mp
Vermar Weldiag Matehine
, Wacker RT8�0 Tr�ch Roller
Bobcat Compact Eza�vator Made1334
Knbota KX1613R4 Ezatvator, .
' John D►oen 332Q Tntctor w/Sw►eepater Brnom � �.
20U5 Ford F45Q Snper Cab Tool Trnck
Z0110 Ford F4S0 Snper Cab Taol Trnck
2�0 Ford F65t! Dnmp Tracic
' 1999 GMC — C8500 Tandc� Dump Track
1993 Ch�vrolet Kodin)c C'1H442 Dnmp Tn�ck .
I 1993 Peterbilt Rauad Tractar w/40' tniler
1989 Peterbilt 10-wheel Dnmp Trnck
2002 Peterbilt 33Q Ro�td Trsctor w/troiler
1999 GMC K2500 3nbnrb�n
' 2�1 Geko TASO TL Tra�UUer
Tresch Bozes (4)
Dialgarade Lsa�r Modd 1285F
' Varlan� uther tooV xnd trncks noadad to fnatxll waterlines, sc�rer li� or atorm
�
sew�er. All of the abave eqajpm�t is ow►ned o�tright by Eagle Utiltt,y Contractfng
� and ia cnrnen#ly lacs,ked in Richmond Canaty, GeorgiA.
'
, '
�
' THE AMERICAN INSTITUTE OF ARCHITECTS
1
1
' B�N� NUMBER: ASA18713969
, AIA Document A311
� Performance Bond
�
KNOW ALL MEN BY THESE PRESENTS: that Eag�e uti�ity Contracting �nc., 1350 Branch Road
� Bishop, GA 30621
(Here insert full name and address or legal title of Contractor)
1 as Principal, hereinafter called Contractor, and Hudson Insurance Company, 17 State St., 29tn
Floor, New York, NY 10004
(Here insert full name and address or legal title of Surety)
1
as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond Co., Georgia,
' Room 105, Accounting Dept., City Council Municipal Bldg, Augusta, GA 30901
(Here insert full name and address or legal tiUe of Owner)
, as Obligee, hereinafter called Owner, in the amount of Twenty Thousand Four Hundred Eighty Six 8�
40/100 dollars ($20,486.40)
' 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 July 20, 2011 ,enteredintoacontractwithOwnerfor
(Here insert full name, address and description of project)
Removal and Replacement of Failed Corrugated Metal Pipe on Bennington Dr.
� in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal tiUe of
Architect)
' which contract is by reference made a part hereof, and is hereinafter referred to as the
Contract.
AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA O
FEBRUARY 1970 ED. •THEAMERICAN INSTIME OFARCHITECTS,1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 1
'
' WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution.
,
t
Performance Bond
' NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully
perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
� The Surety hereby waives notice of any alteration or defaults under the contract or contracts of completion
extension of time made by the Owner. arranged under this paragraph) sufficient funds to pay the
cost of completion less the balance of the contract price;
� Whenever Contractor shall be, and declared by Owner but not exceeding, including other costs and damages
to be in default under the Contract, the Owner having for which the Surety may be liable hereunder, the amount
performed Owner's obligations thereunder, the Surety set forth in the first paragraph hereof. The term "balance
may promptly remedy the default, or shall promptly of the contract price," as used in this paragraph, shall
' mean the total amount payable by Owner to Contractor
1) Complete the Contract in accordance with its terms under the Contract and any amendments thereto, less
and conditions, or the amount properly paid by Owner to Contractor.
' 2) Obtain a bid or bids for completing the Contract in Any suit under this bond must be instituted before
accordance with its terms and conditions, and upon de- the expiration of two (2) years from the date on which
termination by Surety of the lowest responsible bidder, final payment under the Contract falls due.
, or, if the Owner elects, upon determination by the
Owner and the Surety jointly of the lowest responsible No right of action shall accrue on this bond to or for
bidder, arrange for a contract between such bidder and the use of any person or corporation other than the
Owner, and make available as Work progresses (even Owner named herein or the heirs, executors, adminis-
I though there should be a default or a succession of trators or successors of the Owner.
'
, Signed and sealed this 15th day of August 2011
' Eagle Utility Contracting Inc.
�' C � � (Principaq, , (Seap
(Wit ss �� '� �
� (Title) �
�
� Hudson In uran ompany
' (Surety) ea
(Witness) � � �
� / (Title
Step anie Smith , Attorney
' AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA O
FEBRUARY 1970 ED. •THE AMERICAN INSTITUfE OF ARCHfTECTS,1735 N.Y. AVE, N.W, WASHINGTON, D. C. 20006 �
'
'
' WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution.
___ _
' THE AMERICAN INSTITUTE OF ARCHITECTS
�
1
, BOND NUMBER: ASA18713969
' AlA Document A311
� Labor and Material Payment Bond
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
' OWNER CONDITIONED ON THE FULL AND FAITFiFUL PERFORMANCE OF THE CONTRACT
� KNOW ALL MEN BY THESE PRESENTS: that Eagle Utility Contracting Inc., 1350 Branch Road
Bishop, GA 30621
, (Here irisertfull name and address or legal title of Contractor)
as Principal, hereinafter called Contractor, and Hudson Insurance Company, 17 State St., 29 Floor,
, New York, NY 10004
(Here insert full name and address or legal tiUe of Surety)
as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond Co., Georgia, Room
, 105, Accounting Dept., City Council Municipal Bidg, Augusta, GA 30901
(Here insert full name and address or legal tiUe of Owner)
' as Obligee, hereinafter called Owner, for the use and benefit of claimants as herein below defined, in the
, amount of Twenty Thousand Four Hundred Eighty Six & 40/100 dollars ($20,486.40)
for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators,
� successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
� Principal has by written agreement dated July 20, 2011 ,enteredintoacontractwithOwnerfor
(Here insert full name, address and descripfion of project)
Removal and Replacement of Failed Corrugated Metal Pipe on Bennington Dr.
�
in accordance with Drawings and Specifications prepared by
' (Here insert full name and address or legal title of Architect)
' which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
AIA DOCUMENT A311 • PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND AIA OO
FEBRUARY 1970 ED. • THE AMERICAN INSTIME OF ARCHITECTS,1735 N.Y. AVE, N.W, WASHINGTON, D. C. 20006 3
� WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution.
, ■
Labo and Material Payment Bond
� NOW THEREFORE THE CON ITION OF THIS OBLIGATION is such that if Princi al shall rom tl make a ment to ail
� P P pY PY
claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the
' Contract, then this obligation sh II be void; otherwise it shall remain in full force and effect, subject, however, to the fol-lowing
conditions:
, 1. A claimant is defined as one having a direct con-tract accuracy the amount claimed and the name of the party
with the Principal or with a Subcontractor of the Principal to whom the materials were furnished, or for whom
for labor, material, or both, used or reasonably required the work or labor was done or performed. Such notice
for use in the performance of the Contract, labor and shall be served by mailing the same by registered mail
, material being construed to include that part of water, gas, or certified mail, postage prepaid, in an envelope ad-
power, light, heat, oil, gasoline, telephone service or dressed to the Principal, Owner or Surety, at any place
rental of equipment directly applicable to the Contract. where an office is regularly maintained for the trans-action
of business, or served in any manner in which legal
, 2. The above named Principal and Surety hereby jointly process may be served in the state in which the aforesaid
and severally agree with the Owner that every claimant project is located, save that such service need not be
as herein defined, who has not been paid in full before made by a public officer.
the expiration of a period of ninety (90) days after the
' date on which the last of such claimanYs work or labor b) After the expiration of one (1) year following the
was done or performed, or materials were furnished by date on which Principal ceased Work on said Contract, it
such clai.mant, may sue on this bond for the use of such being understood, however, that if any limitation em-
claimant, prosecute the suit to final judgment for such bodied in this bond is prohibited by any law controlling
' sum or sums as may be justly due claimant, and have the construction hereof such limitation shall be deemed
execution thereon. The Owner shall not be liable for the to be amended so as to be equal to the minimum period
payment of any costs or expenses of any such suit. of limitation permitted by such law.
� c) Other than in a state court of competent jurisdiction
3. No suit or action shall be commenced hereunder in and for the county or other political subdivision of the
by any claimant: state in which the Project, or any part thereof, is situated,
or in the United States District Court for the district in
, a) Unless claimant, other than one having a direct which the Project, or any part thereof, is sit-uated, and not
contract with the Principal, shall have given written elsewhere.
notice to any two of the following: the Principal, the
Owner, or the Surety above named, within ninety (90) 4. The amount of this bond shall be reduced by and
days after such claimant did or performed the last of to the extent of any payment or payments made in good
� the work or labor, or furnished the last of the materials faith hereunder, inclusive of the payment by Surety of
for which said claim is made, stating with substantial mechanics' liens which may be filed of 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 15th day of August 2011
'
Eagle Utility Contracting Inc. �
� � (Principal) \ �Seal)
. t ss) - ,�
� 1e ,
^ \ Hudson Insur ce Co any
f1 � (Surety)
� r �--� (Seal)
(�tness)
' St phanie Smith , Attorney-in-Fac�
� AIA DOCUMENT A311 • FERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND • AIA O ' �
FEBRUARY 1970 ED. • THE AMERICAN INSTfilJTE OFARCHITECTS,1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 ,4
�. WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution.
�
� HUDSON 7442
INSURANCE GROUP
�
POWER OF ATTORNEY
� KNOW ALL MEN BY THESE PRESENTS: That IiUDSON INSURANCE COMPANY, a corporation of the State of Delaware,
with offices at 300 First Stamford Place, Stamford, Connecticut, 06902, has made, constituted and appointei3, and by these presents, does
�ake, constitute amd appoint
Frederick R. Mitchell, Stephanie Smith, Angie Ferguson,
Karen Sue Haworth, Rebecca B. Whitaker and
� Kathv C. Embrep
its true and lawful Attorney(s)-in-Fact, at Stamford iu the State of Connecricut, each of thsm alone fo have full power to act withaut the
ther or others, to make, execute and deliver on its behaIf, as Surety, bonds and undertalangs given for any and all purposes, also to execute
nd deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or
ndertakings provided, however, that no single bond or undertaking shall obligate said Company #�or any partian of the penal sum thereof in
excess of the sum of Five 11�iillion Dollars ($5,000,040).
Such bonds and under[akings when daly executed by sai� �tt;,rnEy�s)-in-�'a�t, shal3 b�_bind�ng ugon said Coznpany as fully and to
'the same extent as if signed by the President of said Company under its cvrporate seal attested by its Secretary.
In Witness Whereof, HUDSON INSURANCE COMPANY has caused these presents to be of its Executive Vice President thereunto
duly authorized, on this 1'7`� day of August, 2007 at Stamford, Connecticut.
_ �(Corporate seai) HUDSON INSURANCE COMPANY
�' ��'N'
�j _� �f
t AItBSt ..... .���." ... ....`.' ................... •. ��� By..... ...... .... ....... �... .. .......... ..:.. ...... . -
Peter H. I.ovell, Cotporate S tetary '��!!!"�'r Christop L. Galiagher, Executive Vice Pres t
....." _
� STATE OF CONNECTICUT
COUNTY OF FAIRFTELD. SS.
On the 17'� day of August, 2007 before me personally came Christopher L. Gallagher to me ]rnowrt, who being by me duly sworn did depose and say that he
� �s an Executive Vice President of HUDSON ]NSURAIITCE COMPANY, Yhe Company described herein and which executed the above instrvment, that he knows the
seal of said Company, that the seal affixed to said mstrument is the corporate seal of said Company, that it was so affixed by arder of the Board of Directors of said
Company, and that he signed his name thereto by like order.
�'� cvr�1'n ft�. ���-csl-rl �
�
� (Notarial Seal) t :'� pT ...................................................................
: � 'WP�'. s
�... Notary Public af Connecricut
'tiKW;� My Commission E�ires Fabruazy 28, 2010
��,�
CERTIFICATION
STATE OF CONNECTICUT
CdUNTY OF FAIRFIELD SS. �'�
� The undersigned Peter H. L.ovell hereby certifies: �
That the original resolurion, of which the following is a true and correct copy, was duly adopted by unanimous written consent of the Board of
Directors of Hudson Insurance Company dated July 27'�, 2007, and has not since been revoked, amended or modified:
"RESOLVED, that the President, the Executive Vice Presidents, the Senior Vice T'residents and the Vice PresidenLs shall have the auihority and discretion,
� to appoint such agent or agents, or attorney or attorneys-in-faci, for the purpose of carrying on this Company's surety business, and to empower such agent or agents, or
attomey or attomeys-in-fact, to execute and deliver, under this Company's seal or otherwise, bonds obli�ations, and recognizances, whether made by this Company as
surety thereon or otherwise, indemniry contracts, contracts and certificates, and any and aII other contracts and undertaldng made in the course of this Company's surety
business, and renewals, e�ctensions, agreemer+ts, waivers, consents or stipulatians regazding undertakings so made; and
� FURTHER RESOVLED, that the signatura of any such Officer of the Company and the Company's seal may be affixed by facsimile to any power of
attorney or certification given for the execurion of any bond, undertaking, recognizance, cantract of indemnity or other written obligatian in the nature thereof or related
thereto, such signature and seal when so used whether heretofore or hereafter, being hereby adopted by the Company as the original signature of such officer and the
original seal of the Company, to be valid and binding upon the Company with the same force and effect as thaugh manually affixed."
� Witness the hand of the undersigned and the seal of said Company this __���� day of __����_[�_, 20��.
.
(Corporate seal)
, By....... . -.� ............................................
Peter H. I.ove2 , Cprpo e Secretary
Rnrm R