Loading...
HomeMy WebLinkAboutCONSTRUCTION CONTRACT AGREEMENT WITH THE GEORGIA DEPARTMENT OF TRANSPORTATION FOR THE MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT (PI #0015580)MARVIN GRIFFIN ROAD FROM SR 56 TO DOUG BARNARD PKWY CONSTRUCTION AGREEMENT Between GEORGIA DEPARTMENT OF TRANSPORTATION and AUGUSTA, GEORGIA This Construction Agreement ("Agreement"), made and entered into this 2.1h day of 201$, by and between the GEORGIA DEPARTMENT OF TRANSPORTATION, an agency of the State of Georgia, hereinafter called the "DEPARTMENT", and AUGUSTA, GEORGIA, acting by and through its Mayor and City Council or Board of Commissioners, hereinafter called the "SPONSOR." WHEREAS, the SPONSOR has been approved by the DEPARTMENT to carry out a State-aid Project which consists of the construction of Project, P.I.0015580, hereinafter referred to as the "PROJECT"; and WHEREAS, the PROJECT is expected to positively impact the quality of transportation in the State of Georgia; and WHEREAS, the DEPARTMENT desires to participate with the SPONSOR in the implementation of the PROJECT; and WHEREAS, the SPONSOR has represented to the DEPARTMENT that it has the authority to receive and expend state funds for the purpose of this PROJECT and is qualified and experienced to provide such services necessary for the construction of the PROJECT and the DEPARTMENT has relied upon such representations; and WHEREAS, under Section 32-2-2(a)(7) of the Official Code of Georgia Annotated, the DEPARTMENT is authorized to participate in such an undertaking: NOW, THEREFORE, in consideration of the mutual promises and covenant contained herein, it is agreed by and between the DEPARTMENT and the SPONSOR THAT: ARTICLE I SCOPE AND PROCEDURE The SCOPE AND PROCEDURE for this PROJECT shall be: CR 276/Marvin Griffin Road from SR 56 to Doug Barnard Parkway Widening, as set forth in Exhibit A, WORK PLAN, which is further defined by the PROJECT estimate sheets ("PROJECT PLANS") on file with the DEPARTMENT and the SPONSOR and referenced as if attached hereto and incorporated as if fully set forth herein. The SPONSOR shall be responsible for assuring that the PROJECT will be economically feasible and based upon sound engineering principles, meet American Association of State Highway and -1- Transportation Officials("AASHTO")Guidelines and will be sensitive to ecological, environmental and archaeological issues. The WORK PLAN sets out the scope of work for the PROJECT. It is understood and agreed that the DEPARTMENT shall participate only in the PROJECT as specified in Exhibit A, WORK PLAN. The SPONSOR shall work with the Georgia Department of Transportation District 2 to advise the SPONSOR on the WORK PLAN and provide guidance during implementation of the PROJECT. During the development of the PROJECT the SPONSOR has taken into consideration, as applicable, the DEPARTMENT'S Standard Specifications for the Construction of Roads and Bridges, AASHTO guidelines; FHWA guidelines; compliance with the U.S. Secretary of the Interior "Standards and Guidelines, Archaeology and Historic Preservation"; compliance with Section 106 of the National Historic Preservation Act of 1966 and with Section 4(f) of the US DOT Act of 1966; compliance with the Archaeology and Historic Preservation Act of 1974; compliance with the Archaeological Resources Protection Act of 1979 and with the Native American Graves Protection and Repatriation Act, the Georgia Abandoned Cemeteries and Burial Grounds Act of 1991; compliance with the DEPARTMENT's Scenic Byways Designation and Management Program, and with the American Society of Landscape Architect Guidelines; compliance with the Outdoor Advertising Requirements as outlined in the Official Code of Georgia Annotated, Section 32-6-70 et.seq. and other standards and guidelines as may be applicable to the PROJECT. The SPONSOR has acquired rights of way, if required, and related services for the PROJECT in accordance with State Laws and theDEPARTMENT's Right of Way Procedure Manual,. The SPONSOR further acknowledges that no acquisition of rights of way occurred until all applicable archaeological, environmental and historical preservation clearances were approved. The SPONSOR shall ensure that all contracts as well as any subcontracts for the construction of the PROJECT shall comply with applicable Federal and State legal requirements. The SPONSOR is required and does agree to abide by those provisions governing the DEPARTMENT's authority to contract, specifically, but not limited to Sections 32-2-60 through 32-2-77 of the Official Code of Georgia Annotated; the DEPARTMENT's Rules and Regulations governing the Prequalification of Prospective Bidders, Chapter 672-5; and the DEPARTMENT's "Standard Specifications", Current Edition; "Supplemental Specifications Book", current edition; and any Supplemental Specifications and Special Provisions as applicable for the PROJECT. ARTICLE II COVENANTS AGAINST CONTINGENT FEES The SPONSOR shall comply with all relevant requirements of Federal, State and local laws. The SPONSOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the SPONSOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the -2- SPONSOR,any fee,commission,percentage,brokerage fee,gifts,or any other consideration,contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the DEPARTMENT shall have the right to terminate this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission,percentage, brokerage fee, gift, or contingent fee. ARTICLE III REVIEW OF WORK Authorized representatives of the DEPARTMENT and the, may at all reasonable times review and inspect the activities and data collected under the terms of this Agreement and amendments thereto, including but not limited to, all reports, drawings, studies, specifications, estimates, maps, and computations, prepared by or for the SPONSOR. The DEPARTMENT reserves the right for reviews and acceptance on the part of effected public agencies, railroads and utilities insofar as the interest of each is concerned. Acceptance shall not relieve the SPONSOR of its professional obligation to correct, at its expense, any of its errors in the work. The DEPARTMENT's review recommendations shall be incorporated into the work activities of the SPONSOR. ARTICLE IV TIME OF PERFORMANCE TIME IS OF THE ESSENCE IN THIS AGREEMENT. The SPONSOR shall perform its responsibilities for the PROJECT, commencing on receipt of written "Notice to Proceed" from the DEPARTMENT, shall complete the Project no later than 610 Calendar Days after receipt of the written "Notice to Proceed"(based on the construction time). The work shall be carried on in accordance with the schedule attached to this Agreement as Exhibit B, WORK SCHEDULE, with that unforeseen events may make necessary some minor variations in that schedule. The work shall be carried on expeditiously, it being understood, however, that this Agreement may be extended or continued in force by mutual consent of the parties and evidenced by a written amendment thereto. ARTICLE V RESPONSIBILITY FOR CLAIMS AND LIABILITY The SPONSOR shall, to the extent permitted by law, be responsible for any and all damages to property or persons and shall save harmless the DEPARTMENT,its officers,agents and employees from all suits, claims, actions or damages of any nature whatsoever resulting from the negligence of the SPONSOR in the performance of the work under this Agreement. It is understood by the SPONSOR that these indemnified claims, damages, losses, and expenses may include monetary claims made by the construction contractor for the PROJECT, and its related facilities,that are a result of the SPONSOR's negligence or improper representation in the plans. -3- The SPONSOR shall ensure that the provisions of this Article are included in all contracts and subcontracts. These indemnities shall not be limited by reason of any insurance coverage held by the SPONSOR or the SPONSOR's contractors or subcontractors. ARTICLE VI INSURANCE A. It is understood that the SPONSPOR (indicate by checking which is applicable): self-insured and all claims against SPONSOR will be handled through OR ❑ Prior to beginning work, the SPONSOR shall obtain and furnish certificates and the endorsement page to the DEPARTMENT for the minimum amounts of insurance indicated below in Artivle VI.C. B. Prior to beginning work,the SPONSOR shall cause its engineering firms, contractors and subcontractors to obtain and furnish certificates and the endorsement page to the DEPARTMENT for the minimum amounts of insurance indicated below. C. MINIMUM INSURANCE A. Workers' Compensation Insurance in accordance with the laws of the State of Georgia. B. Public Liability Insurance in an amount of not less than one hundred thousand dollars ($100,000) for injuries, including those resulting in death to any one person, and in an amount of not less than three hundred thousand dollars ($300,000) on an account of any one occurrence. C. Commercial General Liability Insurance of at least $1,000,000 per occurrence $3,000,000 aggregate, including Automobile Comprehensive Liability Coverage with bodily injury in the minimum amount of$1,000,000 combined single limits each occurrence. GDOT shall be named as an additional insured and a copy of the policy endorsement shall be provided with the insurance certificate. Valuable Papers Insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the PROJECT. D. Where applicable, professional Liability (Errors and Omissions) Insurance with limits not less than the following: -4- • i. For Professionals — $1,000,000 per claim and $1,000,000 in aggregate coverage; ii. For Sub-consultant Engineers and Architects — $1,000,000 per claim and $1,000,000 in aggregate coverage; iii. For Other Consultants—$1,000,000 per claim and$1,000,000 in aggregate coverage. iv. Professional liability insurance that shall be either a practice policy or project-specific coverage. Professional liability insurance shall contain prior acts coverage for services performed for this PROJECT. If project- specific coverage is used, these requirements shall be continued in effect for two years following final completion for the PROJECT. The above listed instrument(s)of insurance shall be maintained in full force and effect during the life of the Agreement and until final completion of the PROJECT. ARTICLE VII COMPENSATION AND PAYMENT It is agreed that the compensation hereinafter specified includes both direct and indirect costs chargeable to the PROJECT under generally accepted accounting principles and as allowed in the Federal Acquisition Regulations Subpart 31.6 and not prohibited by the Laws of the State of Georgia. It is understood and agreed that the total estimated construction cost of the PROJECT as outlined in this Article and as shown in Exhibit C, BUDGET ESTIMATE, attached hereto and incorporated as if fully set out herein, is NINE MILLION FIVE HUNDRED SEVENTY EIGHT THOUSAND FOUR HUNDRED TWENTY NINE DOLLARS AND TWENTY FIVE CENTS ($9,578,429.25). The total estimated cost of the PROJECT to be financed using state funds is ONE MILLION EIGHT HUNDRED THOUSAND DOLLARS AND ZERO CENTS. ($1,800,000.00),which is the total State contribution to the PROJECT,and is the maximum amount of the DEPARTMENT'S obligation. The approved PROJECT budget shall include any claims by the SPONSOR for all costs incurred by the SPONSOR in the conduct of the entire scope of work for the PROJECT. The SPONSOR shall be solely responsible for any and all amounts in excess of the state contribution. In no event shall the state contribution of the project exceed the ONE MILLION EIGHT HUNDRED THOUSAND DOLLARS AND ZERO CENTS. ($1,800,000.00), which is the DEPARTMENT'S maximum obligation. It is understood and agreed that nothing in the foregoing shall prevent an adjustment of the estimate of the PROJECT costs, provided that the DEPARTMENT's maximum obligation under this Agreement is not exceeded and that the original intent of the PROJECT is not substantially altered from the approved PROJECT. In order to adjust said budget estimate,it is also understood that the SPONSOR shall request any and all budget changes in writing and that the DEPARTMENT shall approve or disapprove the requested budget estimate change in writing. -5- The SPONSOR shall submit to the DEPARTMENT monthly reports of the PROJECT's progress to include a report on what was accomplished during the month, anticipated work to be done during the next month and any problems encountered or anticipated. Payment on account of the above fee will be made monthly on the basis of calendar months, in proportion to the percentage of the work completed for each phase of work. Payments shall be made after approval of a certified voucher from the SPONSOR. Upon the basis of its review of such vouchers, the DEPARTMENT shall, at the request of the SPONSOR,make payment to the SPONSOR as the work progresses, but not more often than once a month. Should the work for the PROJECT begin within any one month,the first voucher shall cover the partial period from the beginning date of the work through the last date of the month in which it began. The vouchers shall be numbered consecutively and subsequent vouchers submitted each month until the work is completed. Payment will be made in the amount of sums earned less previous partial payments. The final invoice shall reflect the actual cost of work accomplished by the SPONSOR under the terms of this Agreement, and shall be the basis for final payment. No expense for travel shall be an allowable expense for the SPONSOR under this Agreement unless such travel is listed in the approved PROJECT budget submitted by the SPONSOR to the DEPARTMENT. In addition, budgeted costs for travel shall be limited to the amount included in the approved PROJECT budget, unless prior DEPARTMENT approval is obtained for increasing such amount. Should the work under this Agreement be terminated by the DEPARTMENT, pursuant to the provisions of ARTICLE XIV,the SPONSOR shall be paid based upon the percentage of work completed at the point of termination, notwithstanding any just claims by the SPONSOR. ARTICLE VIII FINAL PAYMENT IT IS FURTHER AGREED that upon completion of the work by the SPONSOR and acceptance by the DEPARTMENT of the work, including the receipt of any final written submission by the SPONSOR and a final statement of costs, the DEPARTMENT shall pay to the SPONSOR a sum equal to one hundred percent (100%) of the total compensation as set forth in all approved invoices, less the total of all previous partial payments, paid or in the process of payment. The SPONSOR agrees that acceptance of this final payment shall be in full and final settlement of all claims arising against the DEPARTMENT for work done, materials furnished, costs incurred, or otherwise arising out of this Agreement and shall release the DEPARTMENT from any and all further claims of whatever nature, whether known or unknown, for and on account of said Agreement, and for any and all work done, and labor and materials furnished, in connection with the same. The SPONSOR will allow examination and verification of costs by the DEPARTMENT's representatives before final payment is made, in accordance with the provisions of Article XII, herein. If the DEPARTMENT'S examination of the contract cost records, as provided for in Article XII, results in unallowable expenses, the SPONSOR shall immediately be responsible for reimbursing the DEPARTMENT the full amount of such disallowed expenses. ARTICLE IX -6- RESERVED ARTICLE X RIGHT OF FIRST REFUSAL A determination by the SPONSOR to sell or dispose of the PROJECT shall entitle the DEPARTMENT to the right of first refusal to purchase or lease the PROJECT at net liquidation value. Such right of first refusal shall be retained for five (5) years. Should the DEPARTMENT elect to purchase or lease the PROJECT at any time after completion of the PROJECT no compensation shall be provided for the value added as a result of the PROJECT. ARTICLE XI SUBSTANTIAL CHANGES No material changes in the scope, character, complexity, or duration of the PROJECT from those required under the Agreement shall be allowed without the execution of a Supplemental Agreement between the DEPARTMENT and SPONSOR. ARTICLE XII MAINTENANCE OF CONTRACT COST RECORDS The SPONSOR shall maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred on the PROJECT and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement,and for three(3)years from the date of final payment under the Agreement, for inspection by the DEPARTMENT and any reviewing agencies, and copies thereof shall be furnished upon request. The SPONSOR agrees that the provisions of this Article shall be included in any Agreement it may make with any subcontractor, assignee, or transferee. ARTICLE XIII SUBLETTING, ASSIGNMENT, OR TRANSFER It is understood by the parties to this Agreement that the work of the SPONSOR is considered personal by the DEPARTMENT. The SPONSOR agrees not to assign, sublet, or transfer any or all of its interest in this Agreement without prior written approval of the DEPARTMENT. The DEPARTMENT reserves the right to review all subcontracts prepared in connection with the Agreement, and the SPONSOR agrees that it shall submit to the DEPARTMENT proposed subcontract documents together with sub-contractor cost estimates for the DEPARTMENT's review and written concurrence in advance of their execution. -7- All subcontracts in the amount of$10,000.00 or more shall include the provisions set forth in this Agreement. ARTICLE XIV TERMINATION The DEPARTMENT reserves the right to terminate this Agreement at any time for just cause, or for any cause upon thirty (30) days written notice to the SPONSOR, notwithstanding any just claims by the SPONSOR for payment of services rendered prior to the date of termination. It is understood by the parties hereto that should the DEPARTMENT terminate this Agreement prior to the completion of an element of work the SPONSOR shall be reimbursed for such work element based upon the percentage of work completed. Failure to meet the time set for completion of an approved work authorization,may be considered just cause for termination of the Agreement. ARTICLE XV OWNERSHIP OF DOCUMENTS The SPONSOR agrees that all reports, drawings, studies, specifications, survey notes, estimates, maps,computations,computer diskettes and printouts and other data prepared by of for it under the terms of this Agreement shall remain the property of the SPONSOR upon termination or completion of the work. The DEPARTMENT shall have the right to use the same without restriction or limitation and without additional compensation to the SPONSOR other than that provided for in this Agreement. ARTICLE XVI CONTRACT DISPUTES This Agreement shall be deemed to have been executed in Fulton County, Georgia, and all questions of interpretation and construction shall be governed by the Laws of the State of Georgia. ARTICLE XVII COMPLIANCE WITH APPLICABLE LAWS A. The undersigned,on behalf of the SPONSOR,certify that the provisions of Section 45-10-20 through 45-10-28 of the Official Code of Georgia Annotated relating to Conflict of Interest and State employees and officials trading with the State have been complied with in full. B. The provisions of Section 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated relating to the "Drug-Free Workplace Act" have been complied with in full, as stated in Appendix A of this Agreement. -8- • C. The SPONSOR has read and understands the regulations for STATE AUDIT REQUIREMENT as stated in Appendix B of this Agreement and will comply in full with said provisions of O.C.G.A. § 36-81-7. D. By execution of this Agreement, I, on behalf of the SPONSOR, certify under penalty of law that the SPONSOR is in compliance with the service delivery strategy law (O.C.G.A. Sec. 36-701 et seq.) and is not debarred from receiving financial assistance from the State of Georgia. E. The SPONSOR hereby agrees that it shall comply, and shall require its subcontractors to, comply with all applicable requirements of the American with Disabilities Act of 1990(ADA),42 U.S.C. 12101, et seq. and 49 U.S.C. 322; Section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. 791; and regulations and amendments thereto. F. Pursuant to O.C.G.A. § 13-10-91, the SPONSOR and all contractors and subcontractors performing work under this Agreement are, and shall be at all times, in compliance with the Federal Work Authorization Program. Prime contractors and subcontractors may participate in any of the electronic verification work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United State Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986 ("IRCA"), Appendix C. G. The SPONSOR hereby agrees that neither it nor its subcontractors shall discrimination on the basis of age,race,color, sex,national origin,religion or disability and that it and its subcontractors shall comply, at a minimum, with the following Georgia laws: the Georgia Age Discrimination Act (O.C.G.A. § 34-1-2 et seq.); the Georgia Equal Employment for Persons with Disabilities Code (O.C.G.A. 34-6A-1 et seq.); Sex Discrimination in Employment (O.C.G.A. 34-5-1 et seq.) and the Georgia Fair Employment Practices Act(O.C.G.A. § 45-19-20 et seq.) H. IT IS FURTHER AGREED that the SPONSOR shall certify that the appropriate research, field investigation, design considerations and coordination with the Utility/Railroad Owners on this project, have been performed, and further certify that all known utility related issues have been identified and resolved. All necessary arrangements have been made for resolution to be undertaken and completed as required for proper coordination with the project' s physical construction schedule. The DEPARTMENT shall bear no cost in the Utility or Railroad relocation reimbursement for this project. Any Utility or Railroad Reimbursement Agreement required for construction of this project shall be between the SPONSOR and the respective Utility or Railroad Owner. If a previously unknown conflict arises during construction that requires reimbursement, then the SPONSOR shall be responsible for all such costs . -9- I. IT IS FURTHER AGREED that the SPONSOR shall, and shall require its contractors and subcontractors to, comply with GA Code Title 25, Section 9, Georgia Utility Facility Protection Act, CALL BEFORE YOU DIG 811 . J. SPONSOR acknowledges and agrees that failure to complete appropriate certifications or the submission of a false certification shall result in the termination of this Agreement pursuant to the provisions of Article XIV. ARTICLE XVIII DBE, SMALL BUSINESS AND VETERAN OWNED BUSINESS The DEPARTMENT encourages the use of Disadvantaged Business Enterprises (including minority and woman owned businesses), small businesses, and veteran owned businesses in any project that is funded in whole or in part by State funds. While there is no DBE, small businesses or veteran owned businesses Goal required, the LOCAL GOVERNMENT is required to provide the following information monthly to the DEPARTMENT,on a form to be provided by the DEPARTMENT,regarding whether it utilized any DBE (as defined in 49 CFR Part 26), small business (as defined in 13, CRR Part 121)or veteran owned, along with the following information: (1)the names and addresses of DBE firms, small businesses or veteran owned businesses committed to participate in the Contract; (2)a description of the work each DBE firm, small business or veteran owned business will perform; and (3) the dollar amount of the participation of each DBE firm, small business or veteran owned business participating. -10- The covenants herein contained shall, except as otherwise provided, accrue to the benefit of and be binding upon the successors and assigns of the parties hereto. -11- IN WITNESS WHEREOF, said parties have hereunto set their hands and affixed their seals the day and year above first written. Recommended: Georgia Department of Transportation Augusta, Georgia .4011. By: 61 /" (Seal) By: (Seal) Commissioner 441 Mayor Signed, sealed and delivered This Q ' day of Vpr, , Attest: �� ` ` 2017, in the presence of: hl i E, e MIS /77kWaze,,Cit Trea i er �� Witness (/ ��.+�• 4aAP--y- toosse.„_ � ,,,„ Notary Public C 4.e.e+Rq 4 b• My CoMMlsslon Expires May 25,2019 • :41 "i' IAA). ® r =a,zIhis Agreement, approved by�.�✓ r SZ i ` s ) ;0:AUGUSTA, GEORGIA, the 1 s PUP' /,..4.;:r.. �~�day of 140040(, 2017 5:�� �N.N��.t O �`, -9•I,,.,NN` �ttest:i **. , it y //; vii ,/ 4 i �Z 0. 1 f 7 i '40-*, ,, : 1 ! tro% -4- tit: i 0YisiAji.elt .s. , tl ''r. ederal '', Von F umber: ' %woo. i -12- EXHIBITS Exhibit A Work Plan Exhibit B Work Schedule Exhibit C Budget Estimate -13- EXHIBIT A WORK PLAN AUGUSTA, GEORGIA Project Number: 323-04-29823603 P.I. No. 0015580 GENERAL DESCRIPTION OF WORK TO BE PERFORMED SC-01 SCOPE OF THE WORK: Phase II, consist of widening of Marvin Griffin Road from a 2-lane roadway to a 4-lane roadway with an underground storm drainage system, curb & gutter, signal upgrades, and sidewalks. Complete Project Plans and Bid Items can be found at these locations: https://augustaga.sharefile.com/d-s540ff8cdba747ceb Or ProjectWise: Correspondence (ProjectWise/ 0015580 Richmond widening-CR276 to Doug Barnard Pkwy/ PE (Preconstruction) / Program Delivery/ Correspondence) -14- • ,t TO 1-90 K SNE PERKINS OP Rs"Fpm CIDER � Y� 0 1 J ROP° kP oo N �6) GRIFFIN ss _ MppliN oo sA 0 14� g F` Dc 13 0 70X cn CREEK gUT° O/L. 04, 9jR//1,., 'Po 90 LOCATION MAP NOT TO Sats -15- EXHIBIT B WORK SCHEDULE AUGUSTA, GEORGIA PROJECT NUMBER: 323-04-29823603 P.I. No. 0015580 Project work to begin within six months of receiving the approved signed contract and Notice to Proceed. Construction will be completed by date stated in the contract,Article IV, Time of Performance. Utility Permits Approved DATE: 11/8/2012 (Relocation Complete) Award contract DATE: 2/21/2017 Construction NTP DATE: 8/14/2017 Substantial Completion DATE: 4/14/2019 Final inspection DATE: 4/30/2019 Punch List Complete DATE: 5/31/2019 -16- EXHIBIT C CONSTRUCTION COST AUGUSTA, GEORGIA PROJECT NUMBER: 323-04-29823603 P.I.No. 0015580 SEE AWARDED BID ITEM, AND COST ESTIMATE ATTACHED. -17- -18- 66;e/ewe/nerdc ''.---------14, G E'. U" `R' G [ A t , esti Amo, ai too February 24,2017 Mailed& Emailed(bcooper@reevescc.com) Reeves Construction Co. Dallas B.Suggs 1 APAC Industrial Way Augusta,GA 30907 Ref: Bid Item#16-222 Marvin Griffin Road Improvements—Phase II for Augusta,Georgia-Engineering Department Bid Date:Thursday,October 13, 2016 @ 3:00 p.m. Dear Mr.Suggs, Thank you for your submittal in response to the above reference Bid Item#16-222. We are pleased to inform you that in the Augusta, Georgia Commission meeting, held on February 21, 2017, your company Reeves Construction, was awarded Bid Item #16-222, contingent upon receipt of signed contracts and proper bonds. A member of the Engineering Department will be in contact with you in reference to this award. We sincerely appreciate your interest in doing business with Augusta, Georgia and look forward to your continued participation in future business opportunities. Any correspondence concerning this matter or questions concerning future procurements must be submitted via mail, fax or email as follows: Augusta Procurement Department Attn: Geri A.Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta,GA 30901 or Fax: 706-821-2811 Email: procbidandcontract@augustaga.gov Sincerely, Geri A.Sams, Director Procurement Department GAS/sr cc: Janice Allen Jackson,Administrator Abie Ladson,Engineering Department Hameed Malik,Engineering Department Room 605- 535 Telfair Street,Augusta Georgia 30901 ❑ ,:$, El Scan this QR code with your (706)821-2422-Fax(706)821-2811 ...�';. t smartphone or camera equipped NywNA.aumustaua.zov sr : . Register at www.demandstar.com/supplier for automatic bid notification ,_, d4 a tablet to visit the Augusta,Georgia MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 PROPOSAL DATE: /D1/3% GENTLEMEN: In compliance with your invitation for bids dated "6'1 , 2016, the undersigned hereby proposed to furnish all labor, equipment, and materials, and to perform all work for the installation of roadway improvements,and appurtenances referred to herein as: MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 In strict accordance with the Contract Documents and in consideration of the amounts shown on the Bid Schedule attached hereto and totaling: N.e N t (!�iLLt JrJ T t �t 1�1►--394¢40 Se, -ft s1 #-f air ruois 0 r ‹ I L'J9Aap 7"Ww7y-Nwt ((c`P DOLLARS($ , 57g, 471. ) The undersigned hereby agrees that, upon written acceptance of this bid, he will within 10 days of receipt of such notice execute a formal contract agreement with the OWNER, and that he will provide the bond or guarantees required by the Contract Documents. The undersigned hereby agrees that, if awarded the contract, he will commence the work within 10 calendar days after the date of written notice to proceed, and that he will complete the work within 610 CALENDAR DAYS. The undersigned acknowledges receipt of the following addenda: Addendum Number: Addendum 'at : 9 — / . 2 9 2i 3 /0/5/IG Re pectfully submitted: e-t u S Gwv STA c.t_T tor, 6naPar7 (Name of Firm) r Ati:x /tvg•S1 'Lt(c tmY /14,..15‘ Aa Jn$1i (Busine A ress)„ �3� By: Title: At,� MANIAb-e'L fassr f#ctteravi Page 1 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 ROADWAY cont. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 441-4030 CONCRETE VALLEY GUTTER,8 IN SY 1,620 As7,o 49 Z tlito,u v 441-5002 CONCRETE HEADER CURB,6 IN,TP 2 LF 150 $2,2_,0 0 3,3(.)0,o 0 441-6222 CONCRETE CURB AND GUTTER,8 IN X 30 IN,TP 2 LF 17,000 A i i,50 A331 ,goo,ov 446-1100 PVMT REINF FABRIC STRIPS,TP 2,18 INCH WIDTH LF 14,000 4s-00 479,t oo.Oo 446-1200 PVMT REINF FABRIC FULL WIDTH,TYPE 2 SY 2,500 4(„o 0 4 Is,000 00 500-3800 CLASS A CONCRETE INCL REINF STEEL CY 3 AI,SS00,0 0 4 1-I',J00,00 500-9999 CLASS B CONCRETE BASE OR PAVEMENT WIDENING CY 200 A zsG..0 447, 00o, c o 550-1150 STORM DRAIN PIPE, 15 IN,H 1-10 LF 100 3`(,7 0 A.V1To,00 550-1180 STORM DRAIN PIPE,.18 IN,H 1-10 LF 9,000 A3&,7) 4-1S7130),00 550-1240 STORM DRAIN PIPE,24 IN,H 1-10 LF 1,910 191,0 0 17t,3I o,Ou 550-1300 STORM DRAIN PIPE,30 IN,H 1-10 LF 4,700 iffl,4 0Z�''1,,o,va 550-1360 STORM DRAIN PIPE,36 IN,H 1-10 LF 40 (e 0,0 L A 1,- DD,Do 550-1480 STORM DRAIN PIPE,36 IN,HDPE(N-12 ST-1B) LF 2,300 157%15 .$131,14tiE,00 550-4218 FLARED END SECTION,18 IN,STORM DRAIN EA 2 46t0,00 4(,3(U t)o 550-4224 FLARED END SECTION,30 IN,STORM DRAIN EA 1 tMav 0 .)''75 ov 550-4242 FLARED END SECTION,36 IN,STORM DRAIN EA 3 11,300,0u i3,106,0o UNDERDRAIN PIPE INCLUDING DRAINAGE AGGREGATE, 573-2006 6 IN LF 2,200 1IS•00 A33, 0,0,00 610-0100 REMOVE BARBED WIRE FENCE IF 20 IS,v 0 I w,CJD 610-0200 REMOVE CHAIN LINK FENCE,ALL SIZES&TYPES LF 1,620 3-...,00 $,I(7J,oO Page 3of13 Addendum 3 8id Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 ROADWAY cont PAY PAY ITEM PAY ITEM PAY ITEM ITEM PAY ITEM PAY ITEM 668-6106 TRENCH DRAIN,6 INCH LF 40 431S,v0 41Z,C„0.vo 670-7000 STEEL CASING—42 INCH LF 90 3 i(,S,o 0 i H X55-0,0v 670-7000 STEEL CASING—52 INCH IF 85 1250, ,o 12,I 1 150.vv BOLLARD EA 7 k1v,o 0 As/ 7v,,,, ROADWAY SUBTOTAL 1 co,43v)I3o oh TEMPORARY EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 163-0232 TEMPORARY GRASSING AC 10 1 r cxv,(70 'k 000..bo 163-0240 MULCH TON 350 43©,n d A10,5-00,0(} 163-0300 CONSTRUCTION EXIT EA 6 Aa ,&50, o o _A q q coo,Oo 163-0501 CONSTRUCT AND REMOVE SILT CONTROL GATE,TYPE 1 EA 4 4175-,a0 3. c1 oa e 0 CONSTRUCT AND REMOVE BALED STRAW EROSION 163-0529 CHECK IF 250 44,50 1,1 Z-5,0 t) 163-0550 CONSTRUCT AND REMOVE INLET SEDIMENT TRAP EA 180 417 0 ,5 o,60 MAINTENANCE OF TEMPORARY SILT FENCE, 165-0010 TPA IF 10,500 1 0.25— 1L C2,5 v0 , MAINTENANCE OF TEMPORARY SILT FENCE, 165-0030 TPC IF 200 0,2 S 4 5(2,o0 165-0071 MAINTAIN BALED STRAW EROSION CHECK IF 125 (}, l' • I.7,S. 165-0085 MAINTENANCE OF SILT CONTROL GATE,TYPE 1 EA 4 437,00 ,A z.00,pU 165-0101 MAINTENANCE OF CONSTRUCTION EXIT EA 6 .5(20,DU ,Doo 00 Page 5 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT#: 323-04-29823603 TRAFFIC SIGNALS,SIGNING AND STRIPING cant. PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 636-2080 GALVANIZED STEEL POSTS,TYPE 8 LF 500 461,00 Ali i56o,o0 639-3004 STRAIN POLE,TYPE IV WITH 65/65 FOOT MAST ARMS EA 1 .2-7,(p o,(,0 . 2-7,c so,c,v 639-3004 STRAIN POLE,TYPE IV WITH 65 FOOT MAST ARMS EA 2 19,ovo,d0 .43$,pOo,rw 639-3004 STRAIN POLE,TYPE IV WITH 60/65 FOOT MAST ARMS EA 1 24,°00,0 0 4 LCr,Coo,pL 639-3004 STRAIN POLE,TYPE IV WITH 50 FOOT MAST ARMS EA 1 A 1ST(050.0 .15, (.,A0,o o 647-1000 TRAFFIC SIGNAL INSTALLATION NO.1 LS 1 I1 ,I t Zoo.vo .\14),7 00,0o 647-1000 TRAFFIC SIGNAL INSTALLATION NO.2 LS 1 _ IS 1 ((so,oo 'ISI,450,vu 647-2150 PULL BOX,TYPE 5 EA 2 -1ziLluo.bo -A 'J,`t oo W 647-3000 INTERNAL ILLUMINATED STREET SIGN EA 7 4,9,400,0o 430,1 00,0,2 652-5451 SOLID TRAFFIC STRIPE,5 IN,WHITE LF 36,000 1,(7,2 s 39,000 (,6 f 652-5452 SOLID TRAFFIC STRIPE,5 IN,YELLOW LF 33,000 0.2...c $,250,,,,THERMOPLASTIC PAVEMENT MARKING,RR-HWY 653-0100 CROSSING SYMBOL EA 4 ASc9o,v v lZ,pp,,I,fie 653-0120 THERMOPLASTIC PAVEMENT MARKING,ARROW TP 2 EA 40 415.06 3,6Uo,ao THERMOPLASTIC PAVEMENT MARKING,ARROW 653-0130 TYP 3 EA 8 150,Ot? 411 100,0o 653-0210 THERMOPLASTIC PAVEMENT MARKING,WORD TP 1 EA 15 -k.ISO,L20 Z;2-45C7,0o 653-0220 THERMOPLASTIC PAVEMENT MARKING,WORD TP 2 EA 3 -05 (2o j1-t50,o o 653-1501 THERMOPLASTIC SOLID TRAFFIC STRIPE,5 IN,WHITE LF 20,000 -3O,Lt5 11,0(20,6 r) 653-1502 THERMOPLASTIC SOLID TRAFFIC STRIPE,5 IN,YELLOW LF 21,000 A,o,1-1`j Ac1,1450,60 THERMOPLASTIC SOLID TRAFFIC STRIPE, 653-1704 24 IN,WHITE IF 700 4l r_5() 4 5-,2,50,00 Page 7 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE H PROJECT#: 323-04-29823603 PERMANENT EROSION CONTROL: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT 700-8100 FERTILIZER NITROGEN CONTENT LB 250 3. 00 7.5O. �`) PERMANENT EROSION CONTROL SUBTOTAL 1-Pgb/-54r4'_10 LUTILITY—WATER AND SEWER: MUTILITY—WATER: PAY ITEM DESCRIPTION UNIT , QTY UNIT PRICE 1 AMOUNT 4"DIAMETER DUCTILE IRON WATER TRANSMISSION W-1A MAIN CLASS 350,STANDARD JOINT IF 110 .$36.so $ (vs w 16" DIAMETER DUCTILE IRON WATER TRANSMISSION / W-1B MAIN CLASS 350,STANDARD JOINT LF 5163 $6 . a o 3.?o, /o o0 6"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2A MAIN CLASS 350,RESTRAINED JOINT LF 155 `$ 34.50 15: 34,7 $Q 8"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2B MAIN CLASS 350,RESTRAINED JOINT IF 715 4/1, bQ - 315..., 10"DIAMETER DUCTILE IRON WATER TRANSMISSION W-2C MAIN CLASS 350,RESTRAINED JOINT LF 53 $ il/. w ; 517, 12"DIAMETER DUCTILE IRON WATER TRANSMISSION 1 W-2D MAIN CLASS 350,RESTRAINED JOINT LF 121 11'6 0• s ,i.(y 0 16"DIAMETER DUCTILE IRON WATER TRANSMISSION !t S 5 `N S W-2E 1 MAIN CLASS 350, RESTRAINED JOINT LF 3080 ; 4e,1 r I JACK AND BORE 12"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 6" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, �+ W-3A END SEALS,CLASS 350 INCLUDED LF 107 Q�k.°z /'27 O JACK AND BORE 12"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 8" DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, W-38 END SEALS,CLASS 350 INCLUDED { IF 180 -.74)a St) 4 117.25(1a JACK AND BORE 18" DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.219 INCH,WITH 12" + I DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, Y�� g_./ } W-3C END SEALS,CLASS 350 INCLUDED IF I 95 k c^^'7 S. O s g�0 25.00 JACK AND BORE 24"DIAMETER STEEL CASING. MINIMUM WALL THICKNESS 0.375 INCH,WITH 16" I' DIAMETER,FIELD LOK DUCTILE IRON CARRIER PIPE, W-3E END SEALS,CLASS 350 INCLUDED L LF , 350 I$V.10 4 Ng/ Da IV Page 9 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE H PROJECT#: 323-04-29823603 UTILITY-WATER cant. PAY ITEM DESCRIPTION UNIT QTY /UNIT PRICE J AMOUNT W-5C REMOVE FIRE HYDRANT EA 10 $ (10 00. u. ' to UCO• vu 1 6"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7A INSTALLED,COMPLETE,OPEN LEFT EA 7 & ���•�6 �( 775;x' 8"IN LINE GATE VALVE, INCLUDING VALVE BOX, I W-7B — INSTALLED,COMPLETE,OPEN LEFT EA 4 ' t� ti-A.•t3 �f,S64r OD 1 10"IN-LINE GATE VALVE,INCLUDING VALVE BOX, 1! W-7C INSTALLED,COMPLETE,OPEN LEFT EA 1 '/ Toa, 16j 704. 0, 12"IN-LINE GATE VALVE,INCLUDING VALVE BOX, W-7D INSTALLED,COMPLETE,OPEN LEFT EA 4 Set So I5 , 2u0, 16"IN-LINE GATE VALVE,INCLUDING VALVE BOX, i [p� c W-7E INSTALLED,COMPLETE,OPEN LEFT EA 9 S�I500, mi 0 ,,,1 O JOe�v} 4"IN-LINE GATE VALVE,INCLUDING VALVE BOX, I W-7F INSTALLED,COMPLETE,OPEN LEFT EA 1 $Irl O$O, Oa II6 OSO, otl W-9A 2"AIR RELEASE VALVE,IN 4'DIAMETER MH EA 8 $51350. '2i ,g80.0 W-10A TAPPING SLEEVE AND VALVES 14"X 14" EA 1 $(3/G00„ u$t-3�4o4.QO W-13A LONG SIDE WATER SERVICE LINE 1” EA 5 .I 3, loo, ,1, 19 /.5;5.A. Go W-13B LONG SIDE WATER SERVICE LINE 1.5" EA 1 $3t 710, to + 3t'70b, U:k W-13C LONG SIDE WATER SERVICE LINE 2" EA 1 $5, 15 4,w 14 5( 60,W W-13D LONG SIDE WATER SERVICE LINE $ao2 ()all,4 3a2 Oe aOd 4" EA 1 t t . 1 W-13E LONG SIDE WATER SERVICE LINE 6" EA 2 $d_3.(w0 un 11 `T�, buy . oZ 1 W-13F LONG SIDE WATER SERVICE LINE 8" EA I 1 ��5( ow' $.2.4400. 00 W-14A SHORT SIDE WATER SERVICE LINE 1"�_,-- EA 3 $(TOO. 1/410 -"I/ AO 00 W-148 SHORT SIDE WATER SERVICE LINE 2" EA 7 4. l tQD, ep 45' ( 3db.�b W-14C SHORT SIDE WATER SERVICE LINE 3" EA 1 451575 uO 1 S(57S,cTJ 1 W-14D SHORT SIDE WATER SERVICE LINE 4" EA 1 s5,L '0,u7 r 5t q-sx(13 Page 11 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements,Phase II • MARVIN GRIFFIN ROAD IMPROVEMENTS PROJECT, PHASE II PROJECT #: 323-04-29823603 UTILITY—SEWER: PAY ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT PRE-CAST SANITARY MANHOLE,GA DOT STD 1011A, 330 v° g 5-6 TYPE 1,DEPTH 0'TO 6'(48"DIAMETER) EA 12 �f .M0 ADDITIONAL SANITARY MANHOLE DEPTH,TYPE 1, -7 5-7A DEPTH CLASS 1(48" DIA.) VF 13 i (O• 00 ar ata, ADDITIONAL SANITARY MANHOLE DEPTH,TYPE 1, 'I S-7B DEPTH CLASS 2(48"DIA) VF i 51 $ I "f�70 5-10 OUTSIDE DROP PIPING EA 1 "'r 1 00.to 9 61/06. DOGHOUSE/CONNECTOR MANHOLE,INCLUDING BASE, $5 Ste• s 'r S-11 CONE,AND RING AND COVER(48"DIAMETER) EA 2 !40�, I CUT AND ABANDON EXISITNG SANITARY SEWER, 5-17 DIAMETER VARIES CY 4 -IS t0 $3/600.G0 5-18 ABANDON MANHOLE EA 3 l�0 �� �! `J� ALTERNATE#1 I MICRODUCT M-7 APPROVED EQUALLF MMX4 CONDUIT BY DURA-LINE OR LF 11035 `7� t 7 ! tigc tS t• —id 77 UTILITY-WATER&SEWER SUBTOTAL ' / **GRADING COMPLETE: —� Includes any work without a specific pay item such as:cut and fill,constructing shoulder and subgrade,finish grading,removal and disposal of roadway items,demolition,construction layout,removal resetting values,meter boxes,saw cut asphalt edges,valve boxes and meter boxes,remove or reset existing storm,drain&sanitary structures&pipe,fine grading,bonds and insurance.Also includes:Mob/Demob;Bonds/Insurance. LS(Lump Sum)—Attach itemized break of lump sum amount on a separate sheet. FORCE ACCOUNT: $ / 400,000,00 ROADWAY: $ C.j(! 45D, r3 b. c)o TEMPORARY EROSION CONTROL: $ f7 a7 (3/. Zs RETAINING WALL: $ /6? 4DO , t� TRAFFIC SIGNALS,SIGNING AND STRIPING: $ 55 ct OS!. P5 PERMANENT EROSION CONTROL: $ ai� 5140, n UTILITY-WATER&SEWER: $ 'g 33, 71/‘. 75 PROJECT GRAND TOTAL: $ 57f -? / 't . 125 Page 13 of 13 Addendum 3 Bid Item 16-222,Marvin Griffin Rd Improvements, Phase II APPENDICES Appendix A Drug-Free Work Place Appendix B Certification of Complainces Appendix C E-verify Affidavit -19- APPENDIX A CERTIFICATION OF SPONSOR DRUG-FREE WORKPLACE I hereby certify that I am a principle and duly authorized representative of City of Augusta, whose address is 535 Telfair Street, Building 4000, Augusta Ga. 30901, and it is also that: 1. The provisions of Section 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated,relating to the "Drug-Free Workplace Act" have been complied with in full; and, 2. A drug-free workplace will be provided for the sponsor's employees during the performance of the contract; and, 3. Each subcontractor hired by the SPONSOR shall be required to ensure that the subcontractor's employees are provided a drug-free workplace. The SPONSOR shall secure from that subcontractor the following written certification: "As part of the subcontracting agreement with NJ o-t-- App I j t-ab)e_ certifies to the SPONSOR that a drug-free workplace will be provided for the subcontractor's employees during the performance of this contract pursuant to paragraph (7) of subsection (b) of the Official Code of Georgia Annotated Section 50-24-3"; and, 4. It is certified that the undersigned will not engage in unlawful manufacture,sale,distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the contract. il1al ��oi? =- Date 46*M Signature -20- -21- -22- i• • APPENDIX B CERTIFICATION OF COMPLIANCES I hereby certify that I am a principal and duly authorized representative of City of Augusta,whose address is 535 Telfair Street, Building 4000,Augusta,Ga. 30901, and it is also certified that: I. PROCUREMENT REQUIREMENTS The below listed provisions of State Procurement requirements shall be complied with throughout the contract period: (a) Provisions of Section Chapters 2 and Chapters 4 of the Title 32 of the Official Code of Georgia Annotated. Specifically as to the County the provisions of O.C.G.A. § 32-4-40 et seq. and as to the Municipality the provisions of O.C.G.A. § 32-4-92 et seq. II. STATE AUDIT REQUIREMENT The provisions of Section 36-81-7 of the Official Code of Georgia Annotated, relating to the"Requirement of Audits" shall be complied with throughout the contract period in full, including but not limited to the follwoing provisions: (a) Each unit of local government having a population in excess of 1,500 persons or expenditures of$ 300,000.00 or more shall provide for and cause to be made an annual audit of the financial affairs and transactions of all funds and activities of the local government for each fiscal year of the local government. (b) The governing authority of each local unit of government not included above shall provide for and cause to be made the audit required not less often than once every two fiscal years. (c) The governing authority of each local unit of government having expenditures of less than $ 300,000.00 in that government's most recently ended fiscal year may elect to provide for and cause to be made, in lieu of the biennial audit, an annual report of agreed upon procedures for that fiscal year. (d) A copy of the report and any comments made by the state auditor shall be maintained as a public record for public inspection during the regular working hours at the principal office of the local government. Those units of local government not having a principal office shall provide a notification to the public as to the location of and times during which the public may inspect the report. (e) The audits of each local government shall be conducted in accordance with generally accepted government auditing standards. III.SERVICE DELIVERY STRATEGY REQUIREMENT The provisions of Section 36-70-20 et seq. of the Official Code of Georgia,relating to the "Coordinated And Comprehensive Planning And Service Delivery By Counti - a : unicipalities",as amended,has been complied with throughout the contract period. ti/0/0 Date Signature -23- APPENDIX A r-- Georgia Georgia Department of Transportation GEORGIA SECURITY AND IMMIGRATION COMITrANCE ACT AFFIDAVIT C.afractor'sNaae: AUGUSTA-RICHMOND COUNTY CONSOLIDATED GOVT Salicitdiaa,Cartrsctl~orc aN&. PI#0015580, CR 276/Marvin Griffin Road from SR 56 to Doug at'Project Desaipeer: Barnard PKWY CONTRACTOR AFF DAVU By executing this affidavit, the umdersigeed contactor veshes its camplianice with O.C.GA § 13-1041. statins affiometh'dy that the imdividtaL entity or component whirr is engaged is the physical warm=of services en behalf of the Gemp'a Depat®nt of 1Yaaspmtutim has mesitaud wig is authorized is use and uses the federal weak athas anon pap= commonly human as E-Verify or my subsegseea npla—"program is accotdnace wild appkable provisions and deadlines established in O.C.GA§13-1041. the=dangled esmraaar wiri i.—.—to use the fedora wank anintimion pogrom throughout the contract period tad die undersigned contractor will cants for the physical lodestones of services in soman of such contact only with subcontractors who present an affidavit to the camases with the infefmnion supra by O.C.GA§13-10- 910). Caotacoor baby Masts that its federal wait ah ion user ids ilicat:an muter and date of aan6eoratite ate as follows: 46923 07/09/2007 Federal Welk Authorisation User'damnification Nimble Den of Authorisation (EEVE-Verity Ca paaYldmdtiCation Numbs) AUGUSTA/RICHMOND COUNTY CONSOLIDATED GOVT Name of Contacts I Meshy declare ads ley of perjury that the far is tree and caned Hardie Davis, Jr. Mayor Primed Name(of Authorized Office or Agent of Contras) lee(of Anew:bed Officer or Agent atContaaot) 4111110 /44,Sigamose(, Officer orAgent) Date Sped LIMO)SUBSCRIBED AND SWORN BEFORE Mai ON TRIS THE DAY OP v ,20J3 [NOTWffirigfa, ary 12w -414uhlic ,�aei�Qe� �q� My Cammmissian Expires: �•k71 My �' `t< C.amthlon Expires May 25.2019 i imamz • Q eR. I- % . h Rev.I1i0145 aid i 11