Loading...
HomeMy Public PortalAboutPreferred Materials LMIGAGREEMENT WITH THE CITY OF TYBEE ISLAND, GA FOR THE LIMG ROADWAY RESURFACING PROJECT THIS AGREEMENT, made this eV day of 5 E , 2019, by and between the City ofTybee Island, GA, hereinafter called the "Owner" at P.O. Box 2749, Tybee Island, GA 31323, and Preferred Materials, Inc., hereinafter called the "Contractor", of 47 Tdlfair Place, Savannah, GA 31415. WITNESSETH: WHEREAS, the City of Tybee Island, GA, has heretofore solicited proposals for all material, work and improvements and for the doing of all things included within the hereinafter specified LIMO Roadway Resurfacing Project. WHEREAS, the City of Tybee Island, GA, did find that the Contractor was the lowest responsible, responsive and preferred offeror for the hereinafter specified LIMG Roadway Resurfacing Project (hereinafter "Project"). NOW THEREFORE, for and in consideration of their mutual promises, covenants, undertakings, and agreements, the parties hereto do hereby agree as follows: ARTICLE 1 - WORK TO BE DONE BY CONTRACTOR Contractor agrees, at his own cost and expense, to do all the work and furnish all the labor, materials, equipment, and other property necessary to satisfactorily do, construct, install, and complete all work and improvements for the LIMG Roadway Resurfacing Project for the City of Tybee Island, GA (Project), all in full accordance with, and in compliance with and as required by the hereinafter specified Contract Documents for said Contract, and to do, at his own cost and expense, all other things required of the Contractor by said Contract Documents for said work. SECTION a -a 1 AGREEMENT ARTICLE 11- CONTRACT DOCUMENTS The Contract Documents herein named include all of the following component parts, all of which are as fully a part of this Contract as if herein set out verbatim, subject to all stated exclusions, or, if not attached, as if hereto attached: 1.) Invitation to Bid —1TB No. 2019-737 2.) Instructions, including Specifications and Requirements to Bidders 1) Bid of Preferred Materials, Inc. 4.) Agreement 5.) Technical Requirements 6.) Perrnits and Specifications as Determined by Engineer 7.) Alt Bonds, Insurance Certificates and Insurance Policies mentioned or referred to in the foregoing documents and/or attached hereto 8.) Any and all other documents or papers, including all DOT permits, included or referred to in any of the foregoing documents including all Permits 9.) Any and all Addenda to the foregoing ARTIiCLE I1 CONTRACT AMOUNT The Contractor agrees to receive and accept the unit prices as identified on the Contractor's bid for a total bid of $185,416.15. Such amount will be full compensation for furnishing all materials and equipment and for doing all work contemplated and embraced in this Agreement and for all loss or damage arising out of the nature of the work of the foresaid or from the action of the elements or from any unforeseen difficulties or obstructions which may arise to be accounted in the prosecution of the work until it is accepted by Owner for all risks of every description connected with the work and for well and faithfully completing the whole and entire work, in the manner and according to and in compliance with the Contract Documents as directed by the City or its engineer in accordance with these documents and for any and all other things required by the Contract Documents; See attachments hereto which are incorporated herein. ARTICLE IV- SPECIAL CONDITIONS Contractor is subject to liquidated damages as specified in the Invitation to Bid in the event of any unauthorized delays resulting in a failure to timely complete the project. The Invitation to Bid included a liquidated damage clause in the amount of $2,000 per day. SECTION 8-2 2 AGREEMENT ARTICLE V- STARTING AND COMPLETION The Contractor shall, and agrees to, commence work for the Project within 1 calendar days after the Permitted start date of Oer IL, 2019, and to complete fully all work required by the Contract Documents to the point of Final Acceptance by the Owner within 120 Calendar days. ARTICLE VI- PAYMENT TO CONTRACTOR Owner agrees with said Cont7ractor to employ, and does hereby employ, the said Contractor to provide the material and do all the work and do all other things herein above mentioned according to the terms and conditions hereinafter contained or referred to, for the prices aforesaid, and hereby contracts to pay Contractor at the time, in the manner and upon the conditions set forth or referred to in the Contract Documents; and the Owner and the Contractor for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE VII -INVALIDITY AND SEVERABILITY The invalidity of any provision included in any of the Contract Documents shall not be deemed to impair or affect in any manner the validity and enforceability of the remainder of the Contract Documents, and in such event, all the other provisions of the Contract Documents shall continue in full force and effect as if such invalid provision had never been included therein. Owner and Contractor agree that, in such event, the Contract Documents shall be reformed to replace the stricken provision or part thereof with a valid and enforceable provision that achieves, to the maximum extent possible, the intention of the stricken provision. ARTICLE VIII- CHOICE OF LAW AND FORUM SELECTION The Contract Documents shall be construed and controlled by and under the laws of the State of Georgia without regard to conflicts of laws principles. Further, any dispute arising out of or concerning the Contract Documents, or any action or inaction performed thereunder, shall be adjudicated in either (a) the United States Court for the Southern District of Georgia, Savannah Division; or (b) the State or Superior Courts of Chatham County, Georgia, and the parties waive any defenses of personal and/or subject matter jurisdiction to the aforesaid venues. IN WITNESS WHEREOF, the parties hereto have caused this Instrument to be executed in four original counterparts the day and year first above written. sEcrION B-2 3 AGREEMENT (SEAL) By: It's ed_Mater"sa1s. Tnc. (Contractor) Attest: Title City of Tybee Island. GA It's Attest: _ 4-6"-it- Approved _g 4__' Approved this=='? (' day of Title 4 , 2oz? IMPORTANT NOTE; If the Contractor is a corporation, the 'legal mune of the corporation shall be set forth above together with a signature of the officer or officers authorized to sign Contracts on behalf of the corporation; if Contract is a co -partnership, the true name of the firm shall be set forth above together with the signatures of all the partners; and if Contractor is an individual, his signatures shall be planed above. If signature is by an agent other than an officer of a corporation or a member of a partnership, a power-of-attorney must be attached hereto. Signature of Contractor shall also be acknowledged before a Notary Public or other person authorized by law to execute such acknowledgment. SECTION B-2 4 AGREEMENT INVITATION TO BID ITB NO. 2019-737 LMIG ROADWAY RESURFACING BID DUE: THURSDAY, SEPTEMBER 5, 2019 at 3:OOpm PRE-BID MEETING: WEDNESDAY, AUGUST 7, 2019 at 11:OOam CITY OF TYBEE ISLAND, GEORGIA JASON BUELTERMAN, MAYOR BARRY BROWN, MAYOR PRO TEM SHIRLEY SESSIONS WANDA DOYLE JULIE LIVINGSTON JOHN BRAMGIN MONTY PARKS DOCUMENT CHECK LIST The following documents are contained in and made a part of this Invitation to Bid, or are required to be submitted with the bid. It is the responsibility of the Bidder to read, complete and sign, where indicated, and return these documents with his/her bid. FAILURE TO DO SO MAY BE CAUSE FOR DISQUALIFICATION OF THE BIDDER INTRODUCTION SPECIFICATIONS AND REQUIREMENTS INSTRUCTIONS TO BIDDERS GENERAL INFORMATION TERMS AND CONDITIONS BID AND PERFORMANCE BOND ATTACHMENTS: A. SIGNATURE SHEET; B. CONTRACTOR AFFIDAVIT; C. SUBCONTRACTOR AFFIDAVIT; D. SAVE AFFIDAVIT; E. W-9/VENDOR INFORMATION; K DEBARMENT CERTIFICATION G. BID FORM; H. CHECKLIST SEPARATE ATTACHMENT: 1. PROJECT PLANS INTRODUCTION This is an invitation to bid to supply the City of Tybee Island, Georgia (sometimes hereinafter referred to as "Owner") with products or services as indicated herein. Sealed bids must be received by 3:OOpm local time, on Thursday, September 5, 2019. The City of Tybee Island reserves the right to reject any or all bids. A pre-bid meeting w be held on Wednesday, August 7, 2019 at 11:00am in the City Hall auditorium (403 Butler Ave, Tybee Island). Interested bidders are encouraged to attend, as they will have the opportunity to discuss specifications and ask questions. METHOD OF AWARD: If the City of Tybee Island awards a contract from this ITB, it will be awarded to the responsible bidder with the lowest responsive bid. Bidders must respond completely by filling in all applicable blanks. Bids are subject to the terms and conditions of this Invitation to Bid. Signature of bidder indicates understanding and compliance with attached terms and conditions and all other specifications made a part of this ITB, and any subsequent award or contract. All terms, conditions and representations made within this ITB will become an integral part of the contract. Nothing contained within this ITB is indicative of intent by the City of Tybee Island to reimburse the bidder, in whole or in part, for any costs associated with preparation, submission, or presentation of bids. Instructions for preparation and submission of a bid are contained in this ITS package. Please note that specific forms for submission of a bid are required. The City of Tybee Island has an equal opportunity purchasing policy to assure all procurement procedures are conducted in a manner that provides maximum open and free competition. The City seeks to ensure that all segments of the business community have access to supplying the goods and services needed by the City. The City provides equal opportunity for all businesses and does not discriminate against any persons or businesses regardless of race, color, religion, age, sex, national origin or handicap. The City is seeking a bid package for service or materials equal to or exuding specifications set forth on the attached pages. Bidders not meeting these standards will be rejected. The attached specifications become and remain a part of this ITB. All responses, inquiries, or correspondence relating to, or in reference to, this ITB, and all reports, charts, displays, schedules, exhibits and other documentation by the bidders will become the property of the City when received. The City retains the right to use any or all ideas presented in any response to this ITB, whether amended or not. Selection or rejection of the bid does not affect this riight. SPECIFICATIONS AND REQUIREMENTS The City of Tybee Island proposes to use FY 2018 and FY 2019 Local Maintenance and Improvement Grant funds and local funds to resurface multiple streets. The streets planned for resurfacing using LMIG funds are 5th St from Butler Ave to Jones Ave, 17th St from Butler Ave to Jones Ave, Lovell Ave from 7th St to 9'b St, and Old Hwy 80 from Hwy 80 to end. The streets planned for resurfacing using local funds include Inlet Ave from 17t Street to Chatham Ave. 5t' St, 17th St, and Inlet Ave will receive a 1 '/ inch overlay. Lovell Ave will require milling and a resurfacing overlay of 1 'A inch. Old Hwy 80 will receive a 3 inch overlay. Cumulatively, this list will consist of 0.86 miles of resurfaced streets for the City of Tybee Island. • All furnished materials and work performed shall be in accordance with GDOT specifications. • Pricing should reflect the use of a GDOT 12.5mm TPI mix final surface. • Contractor must apply bituminous tack to existing sure prior to repaving. • Contractor must sweep all road edges prior to paving, and repaint existing striping stop bars where necessary. " Contractor is responsible for all traffic control. Schedule & Special Considerations: Work must be completed within 120 days. Milling and paving for the Lovell Avenue section of work shall take place on weekends only. One lane of traffic shall be maintained on the Old Hwy 80 section in compliance with GDOT traffic control requirements. Contractor is responsible for furnishing and installing all materials, labor, tools, equipment, and related services required to complete the project. Bidder must be qualified to comply with the Georgia Department of Transportation (GDOT) requirements and standards and, if applicable, have received a Certificate of Qualification in accordance with the rules and regulations approved and adopted by the State of Georgia Transportation Board. Bidder must provide evidence of compliance with this requirement. 1. INSTRUCTIONS TO BIDDERS Purpose: The purpose of this document is to provide general and specific information for use in submitting a bid to supply the City of Tybee Island with equipment, supplies, and/or services as described herein. All ITBs are governed by the Code of the City of Tvbee Island, Georgia, 15- 2015 Sec 1. Art VIL Procurement. Sec 2-400, and the laws of the State of Georgia. Bidders must carefully review all provisions of, and attachments to, this document prior to submission. Each bid constitutes an offer and cannot be withdrawn except as provided herein. This ITB and any attachments, plans, and/or other related documents can be found on the City's website at https://www.cityoftybee.org/Bids.aspx. It is incumbent upon the bidder to check the website for additional information and/or addendums. 1.1 How to Prepare Bids: All Bids must he: a. Prepared on the forms enclosed herewith, unless otherwise prescribed, and all documents must be submitted. b. Bids must be signed by the business owner or authorized representative, with all erasures or corrections initialed and dated by the official signing the Bid. ALL SIGNATURE SPACES MUST BE SIGNED. 1.2 How to Submit Bids: One original, and one electronic copy (usb flash drive) must be submitted in a sealed opaque envelope, plainly marked with the ITB number and title, and bidder's company name, to the office of the address below prior to the time specified. Include all required attachments, which can be found at the end of this document. " Include all requested documents, in addition to a W-9 and certificate of insurance. " City/County Occupational Tax Certificate Requirement: Contractor most supply a copy of their Occupational Tax Certificate as proof of payment of the occupational tax where their office is located. In addition, if a contract awarded, contractors that are not located on Tybee Island are required t obtain a Tybee Island contractor registration. Contact Sharon Shaver fo additional information, at 912-472-5072, or in person at Tybee Island City Hall 403 Butler Ave, Tybee island, Ga • MI Bids must be hand delivered, mailed, or sent by courier in sufficient time to ensure receipt by the Purchasing Agent on or before the time and date specified above. • Courier or hand deliver bid package to: MELISSA FREEMAN TYBEE ISLAND CITY HALL 403 BUTLER AVE TYBEE ISLAND, GA. 31328 • Bids may be submitted via US Mail, but bidders choosing this method should allow at least an additional 24 hours for delivery: MELISSA FREEMAN CITY OF TYBEE ISLAND PO BOX 2749 TYBEE ISLAND, GA. 31328 FAXED OR E-MAILED COPIES WILL NOT BE CONSIDERED. BIDS NOT RECEIVED BY THE TIME AND DATE SPECIFIED WILL NOT BE OPENED, 1,3 How to Submit an Objection: Potential bidders must present any written objection to this ITB at least seven (7) days prior to the bid due date. The objections contemplated may pertain to form and/or substance of the ITB documents. Objections must be made in writing to the Purchasing agent, Melissa Freeman ipfreemanQcityoftybee.org. Email subject line: Objection to ITB #2019-737. 1.4 Errors in ITB responses: Bidders are expected to fully inform themselves as to the conditions, requirements, and specifications of this 1T13 before submitting bids. Failure to do so will be at the Bidder's own risk. In case of error in extension of prices in the ITB or bid, the unit price will govern. 1.5 Questions concerning ITB: Questions, inquiries, suggestions, or requests concerning interpretation, clarification or additional information concerning any portion of this ITB must be made by email, sent to the below named individual who will be the official point of contact for this ITB. Questions must be submitted at least seven days before the bid due date. Mark subject line on e-mail "Questions on ITB 2019-731, LNIIG Paving." POINT OF CONTACT: Melissa Freeman mireeman@cityoftybee.org 117 Failure of a Bidder to ask questions, request changes, or submit objections by the dates indicated above shall constitute the Bidder's acceptance of all of the terms, conditions and requirements set forth in this 1T13. 1.6 Addendums to ITB: Any changes to the conditions or specifications in this ITB must be in the form of a written addendum to be valid. If the City of Tybee Island issues an addendum to this ITB, it will be posted by the Purchasing Agent on the City's website. The issuance of a written addendum by the Purchasing Agent is the only official method by which interpretation, clarification or additional information will be given. The City of Tybee Island will not be responsible for any oral representation given by any employee, representative or others. Bidder must acknowledge each addendum in the bid. It is solely your responsibility as a bidder to ensure that you have received all addenda and incorporated the changes into your bid response before submission. Unless otherwise specified in an addendum, the due date and time remains as listed above. 2 GENERAL INFORMATION 2.1 Specifications: Any obvious error or omission in specifications will not inure to the benefit of the bidder but will put the bidder on notice to inquire of or identify the same from the City of Tybee Island. Whenever herein mentioned is made of any article, material or workmanship to be in accordance with laws, ordinances, building codes, underwriter's codes, A.S.T.M. regulations or similar expressions, the requirements of these laws, ordinances, etc., will be construed to be the minimum requirements of these specifications. 2.2 Standards for Acceptance of Bid for Contract Award: City of Tybee Island reserves the right to reject any or all bids and to waive any irregularities or technicalities in bids received whenever such rejection or waiver is in the best interest of City of Tybee Island. City of Tybee Island reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid from a bidder whom investigation shows is not in a position to perforin the contract. 2.3 Bidder: Whenever the teen "bidder" is used it will encompass the "person," "business," "supplier," "vendor," or other party submitting a bid (a binding offer) to City of Tybee Island in such capacity before a contract has been entered into between such party and City of Tybee Island. 2.4 Responsible / Responsive bidder: Responsible bidder means a person or entity that has the capability in all respects to perform fully and reliably the contract requirements. Responsive bidder means a person or entity that has submitted a bid that conforms in all material respects to the requirements set forth in this ITB. 2.5 Compliance with Laws: The bidder will obtain and maintain all licenses, permits liability insurance, worker's compensation insurance and comply with any and all other standards or regulations required by federal, state, county or city statute, ordinances and rules during the performance of any contract between the contractor and City of Tybee Island. Any such requirement specifically set forth in any contract document between the contractor and City of Tybee Island will be supplementary to this section and not in substitution thereof. 2.6 Contractor: Contractor or subcontractor means any person or business having a contract with City of Tybee Island. The ContractorNendor of goods, material, equipment or services certifies that they will follow equal employment opportunity practices in connection with the awarded contract as more fully specified in the contract documents. 2.7 State Licensing Board for General Contractors: If applicable, pursuant to Georgia law, any bidder must be a Georgia licensed General Contractor (Contractor work or activity that is unlimited in scope regarding any residential or commercial projects). 2.8 Senility & Immigration Compliance: On 1 July 2007, the Georgia Security and Immigration Compliance Act (SB 529, Section 2) became effective. All contractors and subcontractors entering into a contract or performing work must sign an affidavit that he/she has used the E -Verify System. E -Verify is a no -cost federal employment verification system to insure employment eligibility. No bids will be considered unless a signed E -Verify Affidavit is enclosed with the submittal package. Affidavits are enclosed in this solicitation. You may download M-274 Handbook for Employers at http://www.dol.state.ga.us/spotlightJemployment/rules. You may go to httpl/www.uscis.gov to find the E -Verify information. Systematic Alien Verification for Entitlements (SAVE) Program: O.C.G.A. 50-36-1 required Georgia cities to comply with the federal Systematic Alien Verification for Entitlements (SAVE) Program. SAVE is a federal program used to verify that applicants for certain `public benefits" are Iegally present in the United States. Contracts with the City are considered `public benefits." Responders are required to provide the Affidavit Verifying Status for City of Tybee Benefit Application prior to receiving any City contract The affidavit is included as part of this ITB package. Protection of Resident Workers. City of Tybee island actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers can hire only persons who can legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of any hiree, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor will establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 2.9 Permitting and Approvals; The contractor that is awarded the contract will be responsible for securing all necessary federal, state and local approvals required for the project. 2.10 Prices to be Firm: Bidder warrants that bid prices, terms and conditions quoted in his bid will be firm for acceptance for a period of sixty (60) days from bid opening date, unless otherwise stated in the 1TB. 2.11 Quality: All materials or supplies used for, or the workmanship employed in, an} 119 construction necessary to comply with this bid, will be of the best quality, and adhere to the highest industry standards. 2.12 Guarantee/Warranty: Unless otherwise specified by the City of Tybee Island, the Bidder will unconditionally guarantee the materials and worlship for one (1) year from completion of the project or delivery of goods. If, within the guarantee period, any defects occur which are duce to faulty material and or services, the contractor at his expense, will repair or adjust the condition, or replace the material and/or services to comply with the contract requirements and applicable standards thereof. These repairs, replacements or adjustments will be made only at such time as will be designated by the City of Tybee Island as being least detrimental to the operation of the City. 2.13 Liability Provisions: Where bidders are required to enter or go onto City of Tybee Island property to take measurements or gather other information in order to prepare the Bid as requested by the City, the bidder will be liable for any injury, damage or loss occasioned by negligence of the bidder, its agent, or any person the bidder has designated to prepare the bid and will indemnify and hold harmless City of Tybee Island from any liability arising there from. The contract document specifies the liability provisions required of the successful bidder in order to be awarded a contract with City of Tybee Island. 2.14 Cancellation of Contract: The contract may be canceled or suspended by City of Tybee Island in whole or in part by written notice of default to the Contractor upon non- performance or violation of contract terms. An award may be made to the next lowest bidder, for articles andfor services specified or they may be purchased on the open market. The defaulting Contractor (or its surety) will be liable to City of Tybee Island for costs to the City of Tybee Island in excess of the defaulted contract prices. See the contract documents for complete requirements. 2.15 Certification of Independent Price Determination: By submission of this bid, the Bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, that in connection with this procurement a. The prices in this bid have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor, b. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly to any other bidder or to any competitor; and c. No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. 2.16 Qualification of Business (Responsible Bidder): the Scope of Work, specifications and plans define a responsible Bidder as one who meets, or by the date of the bid acceptance can meet, certifications, all requirements for licensing, insurance, and registrations, or other documentation required. The City bas the right to require any or all bidders to submit documentation of the ability to perform, provide, or carry out the service or provide the product requested. The City has the right to disqualify the bid of any bidde as being unresponsive or un -responsible whenever such Bidder cannot document thl ability to deliver the requested product or service. 120 2.17 Insurance Provisions, General: The selected bidder to whom the contract is awarded will be required to procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property that may arise from, or in connection with, the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance must be included in the bid. a. General information that roust appear on a Certificate of Insurance: 1. Name ofthe Producer (bidder's insurance BrokerfAgent). u. Companies affording coverage (there may be several). iii. Name and Address of the Insured (this is the Company or Parent of the trio the City is contracting with). iv. A Summary of all current insurance for the insured (includes effective dates of coverage). v. A brief description of the operations to be performed, the specific job to be performed, and contract number. vi. Certificate Holder (This is to always include the City of Tybee Island). City of Tybee Island as an Additional Insured: The City of Tybee Island must also be named as an Additional Insured. b. Minimum Limits of Insurance to be maintained for the duration of the contract: Commercial General Liability: Provides protection against bodily injury and property damage claims arising from operations of a Contractor. This policy coverage includes premises and operations, use of independent contractors, products/completet d operations, personal injury, contractual, broad foam property damage, and underground, explosion and collapse hazards. Minimum limits: $2,000,000 bodily injury and property damage per occurrence and annual aggregate. ii. Worker's Compensation and Employer's Liability: Provides statutory protection against bodily injury, sickness or disease sustained by employees of the Contractor while performing within the scope of their duties. Employer's Liability coverage is usually included in Worker's Compensation policies, and insures common law claims of injured employees made in lieu of or in addition to a Worker's Compensation claim. Minimum limits: $500,000 for each accident, disease policy limit, and disease each employee and Statutory Worker's Compensation limit. Business Automobile Liability: Coverage insures against liability claims arising out of the Contractor's use of automobiles. Minimum limit $2,000,000 combined single limit per accident for bodily injury and property damage. Coverage must be written on an Any Auto basis. c. Special Requirements: i. Extended Reporting Periods: The Contractor must provide the City of Tybee Island with a notice of the election to initiate any Supplemental Extended Reporting Period and the reason(s) for invoking this option. ii. Reporting Provisions: Any failure to comply with reporting provisions of the policies will not affect coverage provided in relation to this request. iii. Cancellation: Each insurance policy that applies to this request must be endorsed to state that it will not be suspended, voided, or canceled, except after thirty (30) days prior to written notice by certified mail, return receipt requested, has been given to the City of Tybee Island. iv. Proof of Insurance: City of Tybee Island must be furnished with certificate of insurance and with original endorsements affecting coverage required by this request. The certificates and endorsements are to be signed by a person authorized by the insurer to bind coverage on its behalf All certificates of insurance are to be submitted prior to, and approved by, the City of Tybee Island before services are rendered. The Contractor must ensure Certificate of Insurance is updated for the entire term of the City of Tybee Island contract. v. Insurer Acceptability: Insurance is to be placed with an insurer having an A.M. Best's rating of A and a five (5) year average financial rating of not less than V. If an insurer does not qualify for averaging on a five-year basis, the current total Best's rating will be used to evaluate insurer acceptability, vi. Lapse in Coverage: A lapse in coverage will constitute grounds for contract termination by the City of Tybee Island Mayor and Council. vii. Deductibles and Self Insured Retention: Any deductibles or self-insured retention must be declared to, and approved by, the City of Tybee Island. At the option of the City of Tybee Island, either: the insurer will reduce or eliminate such deductibles or self-insured retention as related to the City of Tybee island, its officials, officers, employees, and volunteers; or the Contractor will procure a bond guaranteeing payment of related suits, losses, claims, and related investigation, claim administration and defense expenses. 2.18 Compliance with Specification - Terms and Conditions: The ITB, Legal Advertisement, General Conditions and Instructions to Bidders, Specifications, Special Conditions, Vendor's Bid, Addendum, and/or any other pertinent documents form a part of the Bid and by reference are made a part hereof. 2.19 Signed Bid Considered Offer: The signed Bid will be considered a binding offer on the part of the Bidder, which offer will be deemed accepted upon approval by the City of Tybee Island Mayor and Council, Purchasing Agent or designee, as may be applicable. In case of a default on the part of the Bidder after such acceptance, the City of Tybee Island may take such action as it deems appropriate, including legal action, for damages or lack of required performance. 2.20 Notice to Proceed: The successfid bidder must not commence work under this ITB until a written contract is awarded and a Notice to Proceed is issued by the Purchasing Agent or his designee, or as specified in the Special Conditions. If the successful Bidder does commence any work or deliver items prior to receiving official notification, it does so at its own risk. 2.21 Protest Policy: Any bidder who is aggrieved in connection with the award of a contract may file a protest with the Purchasing Agent. The protest must be submitted in writing no later than 48 hours after the bid opening. Protests must be made in writing to the Purchasing agent, Melissa Freeman at mficeman@cityoftybee.org, with the subject lin Protest: ITB #2019737, and must include the following information: 122 a. Name, address, email address, and telephone numbers of the protester; b. ITB number; c. Detailed statement of the legal and factual grounds for the protest, including a description af resulting harm to the protester; d. Copies of supporting documents, limy; e. Statement of relief requested; £ All information establishing that the protester is an interested party for the purpose of filing a protest on an award decision; g. All information establishing the timeliness of the protest. 2.22 Payment to Contractors: Instructions for invoicing the City of Tybee Island for products delivered to the City are specified in the contract document. a. Questions regarding payment may be directed to the Accounting Department at 912-472-5024 or City of Tybee Island's Project Manager as specified in the contract documents. b. Contractors will be paid the agreed upon compensation upon satisfactory delivery of the products or completion of the work as more fully described in the contract document. c. Upon completion of the work or delivery of the products, the Contractor will provide the City of Tybee Island with an affidavit certifying all suppliers, persons or businesses employed by the Contractor for the work performed for the City of Tybee Island have been paid in full. d. City of Tybee Island is a tax-exempt entity. Every contractor, vendor, business or person under contract with City of Tybee Island is required by Georgia law to pay Slate sales or use taxes for products purchased in Georgia or transported into Georgia and sold to City of Tybee Island by contract. Please consult the State of Georgia, Department of Revenue, Sales and Use Tax Unit in Atlanta (404) 656- 4065 for additional information. 2.23 Owner's Rights Concerning Award: The Owner reserves the right, and sole and complete discretion to waive technicalities and informalities. The Owner further reserves the right, and sole and complete discretion to reject all bids and any bid that is not responsive or that is over the budget, as amended, or that fails to suit the needs of the City as determined by the Owner in its sole discretion. In judging whether the Bidder is responsible, the Owner will consider, but is not limited to consideration of, the following: a. Whether the Bidder or principals are currently ineligible, debarred, suspended, or otherwise excluded from contracting by any state or federal agency, departinent, or authority; b. Whether the Bidder or principals have been terminated for cause or are currently in default on a public works contract c. Whether the Bidder can demonstrate a commitment to safety with regard to Workers' Compensation by having an experience Modification Rate (EMR) over the past three years not having exceeded an average of 1.2; and d. Whether the Bidder's ast work provides evidence of an ability to successfulll P complete public works projects within the established time, quality, or cost, or to comply with the Bidder's contract obligations. 2.24 Debarred or Suspended Subcontractors: Contractor will not subcontract, and will ensure that no subcontracts are awarded at any tier, to any individual, firm, partnership, joint venture, or any other entity regardless of the form of business organization, that is on the Federal Excluded Parties List System (EPLS) at https://www.epls.gov or the State of Georgia, DOAS, State Purchasing Exclusion listing, or other Local government entity. This includes pending litigation or claims with the City or other government entities. Contractor will immediately notify City of Tybee Island in the event any subcontractor is added to a Federal, State or other Government Entity listing after award of the subcontract. 2.25 Cone of Silence: Lobbying of procurement team members, City employees, and elected officials regarding this product or service solicitation, Invitation to Bid (ITB) or contract by any member of a bidder's staff or those people employed by any legal entity affiliated with an organization that is responding to the solicitation is strictly prohibited. Negative campaigning through the mass media about the current service delivery is strictly prohibited. Such actions will render your bid invalid 2.26 Georgia Open Records Act: The responses will become part of the City of Tybee Island's official files without any obligation on the City of Tybee Island's part. Ownership of all data, materials and documentation prepared for and submitted to City of Tybee Island in response to a solicitation, regardless of type, will belong exclusively to City of Tybee Island and will be considered a record prepared and maintained or received in the course of operations of a public office or agency and subject to public inspection in accordance with the Georgia Open Records Act, Official Code of Georgia Annotated, Section 50-18-70, et. Seq., unless otherwise provided by law. It is the responsibility of the Bidder to notify the City of any documents turned over which contain trade secrets or other confidential matters. A Bidder submitting records which the entity or person believes contains trade secrets that wishes to keep such records confidential pursuant to O.C.G.A. § 50-19-72(34) will submit and attach to the records an affidavit affirmatively declaring that specific information in the records constitute trade secrets pursuant to Article 27 of Chapter 1 of Title 10 of the Official Code of Georgia. City of Tybee Island will not be held accountable if material from bids is obtained without the written consent of the bidder by parties other than the City of Tybee Island, at any time during the solicitation and evaluation process. 2.27 Georgia Trade Secret Act of 1990: In the event a Bidder submits trade secret information to the City of Tybee Island, the information must be clearly labeled as a Trade Secret. The City of Tybee Island will maintain the confidentiality of such trade secrets to the extent provided by law. 2.28 Contractor Records: The Georgia Open Records Act is applicable to the records of all contractors and subcontractors under contract with the City of Tybee Island. This applies to those specific contracts currently in effect and those that have been completed or closed for up three (3) years following completion. 2.29 Method of Compensation: The compensation provided for herein will include - claims by the contractor for all costs incurred by the contractor in the conduct of th Project as authorized by the approved Project Compensation Schedule and this amour will be paid to the contractor after receipt of the invoice and approval of the amount by the City of Tybee Island. The City will make payments to the contractor within thirty (30) days from the date of receipt of the contractor's acceptable statement on forms prepared by the contractor and approved by the City of Tybee Island. Should the Project begin within any one month, the first invoice will cover the partial period from the beginning date of the Project through the last day of the month (or on a mutually agreeable time) in which it began. The invoices will be submitted each month until the Project is completed. Invoices will be itemized to reflect actual expenses for each individual task; also refer to the requirements concerning changes, delays and termination of work pursuant to provisions of the contract. Each invoice will be accompanied by a summary progress report, which outlines the work accomplished during the billing period and any problems that may be inhibiting the Project execution. The terms of this contract are intended to supersede all provisions of the Georgia Prompt Pay Act As long as the gross value of completed work is Tess than 50% of the total contract amount, or if the contractor is not maintaining his construction schedule to the satisfaction of the engineer, the City of Tybee Island will retain I0% of the gross value of the completed work as indicated by the current estimate approved by the engineer acting on behalf of the City of Tybee Island. After the gross value of completed work becomes to or exceed 50% of the total contract amount within a time period satisfactory to the City of Tybee Mand, then the total amount to be retained will be reduced to 5% of the gross value of the completed work as indicated by the current estimate approved by the engineer, until all pay items are substantially completed. When all work is completed and time charges have ceased, pending final acceptance and final payment the amount retained will be further reduced at the discretion of the City of Tybee Island. The Contractor may submit a final invoice to the City of Tybee Island for the remaining retainage upon City's acceptance of the Certificate of Substantial Completion. Final payment constituting the entire unpaid balance due will be paid by the City to the Contractor when work has been fully completed and the contract fully performed, except for the responsibilities of the Contractor which survive final payment The making of final payment will constitute a waiver of all claims by the City except those arising from unsettled liens, faulty or defective work appearing after substantial completion, failure of the work to comply with the requirements of the Contract Documents, or terms of any warranties required by the Contractor Documents or those items previously made in writing and identified by the City as unsettled at the time of final application for payment. Acceptance of final payment will constitute a waiver of all claims by the Contractor, except those previously made in writing and identified by the Contractor as unsettled at the time of final application for payment 230 Terms of Contract: a. ONE TIME CONTRACT 2.31 Audits and Inspections: The contractor and his subcontractors will make available to the City of Tybee Island for examination of all its records with respect to all matte covered by this Contract. It will also perrnit the City of Tybee Island and/17 representatives of the Finance Department to audit, inspect, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Contract. All documents to be audited will be available for inspection between 8am and 5pm in the main offices of the City of Tybee Island or during normal business hours at the offices of the Contractor, as requested by the City of Tybee Island. 2.32 Liquidated Damages: Owner and Contractor recognize that time is of the essence of this Agreement and that the owner will suffer financial loss if the work is not completed within the times specified in the contract, plus any extensions thereof allowed. The parties also recognize the damages or loss caused by the failure to complete the work on time is difficult or impossible to accurately estimate, and the parties hereby stipulate that the sum of Two Thousand Dollars ($2,000) per day is a reasonable pre - estimate of the probable damages or Ioss incurred by Owner for delay in completion of construction. Accordingly, Owner and Contractor agree that as liquidated damages for delay, Contractor shall be liable to Owner for the sum of Two Thousand dollars ($2,000.00) for each day that the work is not completed as specified in the contract and thatthis amoumt of liquidated damages is intended to solely provide for damages incurred by Owner and not as a penalty to Contractor. 2.33 Bid Surety: Each bid shall be accompanied by a qualified bid bond/surety, cashier's check or certified check in the minimum amount of 5% of the total bid price. Bidder will forfeit this amount should it be offered a contract by the City and refuse or fail to promptly enter into such contract. 2.34 Performance and Payment Bonds: a. Prior to the Agreement being signed, the Contractor shall furnish to the City of Tybee Island a Performance Bond issued by a surety company licensed to do business under the laws of the State of Georgia and satisfactory to the City of Tybee Island in the amount of one -hundred -percent (100%) of the total contract amount to ensure the Contractor's satisfactory performance. b. Also prior to the Agreement being signed, the Contractor shall furnish to the City of Tybee Island a Payment Bond issued by a surety company licensed to do business under the laws of the State of Georgia and satisfaeetory to the City of Tybee Island in the amount of one -hundred -percent (100%) of the total contract amount to ensure the Contractor's satisfactory payment of subcontractors and material suppliers. c. The Contractor shall be solely responsible for keeping the surety informed as to the total contract price, significant changes in project scope, and overall progress and completion of project for the entire life of the contract. d. If the surety on the bonds famished by the Contractor is declared bankrupt or becomes insolvent, or it's right to do business in the State of Georgia is terminated, the Contractor shall within five (5) calendar days thereafter substitute other bonds and surety acceptable to the City of Tybee Island. If the Contactor does not furnish the replacement bonds to the City of Tybee Island within the five (5) days, the City of Tybee Island. may consider the Contractor in material breach of contract and take appropriate actions. 126 City of Tybee Island TERMS AND CONDrONS DEFINITIONS. As used herein, the following terms will have the meanings set forth below, whether or not capitalized. (a) "Purchase Order" or "Order" means this purchase order. (b) "Buyer" means The City of Tybee Island. (c) "Seller" or "Vendor" means the party furnishing the supplies under this order. (d) "Supplies" means what the Seller furnishes the Buyer under this onder and includes with limitation, the following; (1) the work; materials; articles; deliverable items, items, data and services, whether tangible or imanggible or any combination thereof and (2) what is leased or licensed, pursuant to the lease(s) or license(s) signed by both the Buyer and the lessor or licensor if attached to and made a part of this order. (e) "Loss" means any or all the following: claims, liabilities, damages, losses, costs, or expenses (including reasonable attorneys' fees and expenses and other legal costs). ACCEPTANCE. This order constitutes an offer that will become a binding contract upon the terms and conditions herein set forth upon acceptance by Seller either by ackmowledgement of this order or commencement of performance. Buyer objects to any difference, conflicting or additional terms proposed by Seller in the acceptance of this order, and no such terms will be effective unless expressly accepted by Buyer in writing. Each shipment received by Buyer from Seller will be deemed to be only upon the terms and conditions contained in this order, except by such written instrument modifying the order, signed by Buyer, notwithstanding any terms and conditions that may be contained in any acknowledgment, invoice, or other form issued by Seller and notwithstanding Buyer's act of accepting or paying for any shipment, or similar act by Buyer. PRICES. Seller represents that the prices, terms, warranties, and benefits confined in this order are comparable to or better than those offered to any other customer of Seller for items which are the same or substantially similar. Buyer will receive the benefit prospectively or retrospectively if Seller offers any item or service included in this order to any other customer at a lower price, more favorable terms, more favorable warranties, or more favorable benefits up to one year after completion of this order. PACKilNG AND SHIPPING All items will be suitable packed and prepared for shipment to insure their safe transportation, to secure the lowest transportation cost, and to comply with the requirements of carriers. Buyer's order number will appear on all documents and correspondence relating to these items. Packing lists will accompany the items and will include the order number, Buyer's part number, Seller model number, description of items shipped and any other information called for in the order. Buyer's count or weight will be final and conclusive on shipments not accompanied by a packing list. Seller will be liable for all excess transportation or other charges resulting from Seller's failure to comply with Buyer's packing, shipping, routing and delivery instructions. DELIVERY. Any delivery schedule made a part of this order is an important, material condition; time is of the essence of the order. Unless otherwise agreed to in writing. Seller will not make material commitments or production arrangements in excess of the amount or in advance of the time necessary to meet Buyer's delivery schedule. It is Seller's responsibility to comply with this schedule, but not to anticipate Buyer's requirements. In addition to any other rights or remedies, Buyer may cancel all or any part of this order for Seller's failure to deliver in strict accordance with the delivery terms set forth herein. Seller will promptly notify Buyer of any anticipated delay in the delivery date and Buyer may require Seller to ship by alternat means in order to expedite delivery. Seller will pay additional costs and Seller will be liable fo all resulting damages to Buyer occasioned by the delay. Delivery will not be deemed cornple until the items have been received and accepted by Buyer. Advance and excess shipments may at Buyer's option be rejected and returned to Seller at Seller's expense. TRANSPORTATION. Except as otherwise provided on the face of this order, transportation charges on Supplies will be f.o.b. destination, at Seller's sole cost and expense. Risk of loss from any casualty to supplies ordered hereunder, regardless of cause, will be Seller's responsibility until goods have been delivered to Buyer's designated delivery post. No insurance or premium transportation costs beyond the price listed in this order will be allowed unless authorized by Buyer in writing. If Seller does not comply with Buyer's delivery schedule, Buyer may, in addition to any other rights that Buyer may have under this order, require delivery by fastest way, and charges resulting from the premium transportation must be fully prepaid and absorbed by Seller. WARRANTY. Seller warrants that all supplies delivered pursuant to this order will strictly conform to the applicable specifications (including without limitation information or functional performance, material content, size, appearance, response time, etc.), will be free from all defects and workmanship in materials including latent defects, will be free from defects in design and suitable for their intended purpose, and will be free from all claims, encumbrances, and lions. Seller agrees to indemnify, defend and hold Buyer, Buyer's employees, and those for whom Buyer may act as agent, harmless from all damages, including consequential and incidental damages, incurred or sustained by Buyer by mason of any breach deny warranty with respect to the supplies purchased. Buyer will be promptly reimbursed for all expenses incurred in the handling, inspection and return of defective items, and Seller will bear the risk of loss on all such items. If any of the supplies are found at any time prior to acceptance to be defective in material or workmanship, or otherwise not in conformity with the requirements of Ibis order, Buyer (in addition to any other rights which it may have under warranties or otherwise) may at its option (1) correct or have corrected the nonconformity at Seller's expense, or (2) reject and return such supplies or other deliverable items at Seller's expense, such supplies or other deliverable items not to be replaced without suitable written authorization from Buyer. CHANGES. Buyer may at any time request in writing changes to this order in the specifications, packing, shipment, quantities, delivery schedules, and other matters. If any such change causes an increase or decrease in the costs of or the time required for performance, Seller will immediately notify Buyer. Any request for an equitable adjustment must be made in writing with 30 days from the date of the written request for the change. No additional charge or change in the specifications, packing, shipment, quantities, delivery schedules, and other matters will be allowed unless authorized by Buyer in writing. TAXES. The Buyer, a m uicipality in the State of Georgia, is exempt from Georgia Sales Tax under the Sales and Use Tax ID # 302 526178. All sales and ease tax due on materials purchased by the city for installation by the seller under this contract are the responsibility of the contractor. ASSIGNMENT. Neither this order nor any interest herein may be assigned, in whole or in part, by Seller without the prior written consent of Buyer. Notwithstanding the above, Seller may assign any monies due or to become due to him hereunder, provided that such assigument will not be binding upon Buyer until receipt of a copy of the assignment agreement is acknowledged and approved by Buyer in writing. SUBCONTRACTING. Seller will not enter into a subcontract for any part of this order, including completed or substantially completed items or major components thereof, with Buyer's written consent Nothing in this order will be seen as prohibiting Seller's purchase of standard commercial articles, raw materials, or other supplies specified in this order if these are typicall purchased by Seller in the normal course of business 128 TERMINATION. Buyer may terminate or suspend performance under this order in w1wIe or in part from time to time by sending written notice to Seller. Upon receiving notice of such action by Buyer, Seller will immediately comply with its terms and take all reasonable steps to avoid incurring any additional costs under this order. Buyer's sole liability to Seller will be for items completed and delivered to Buyer in accordance with this order and for Sellers reasonable costs to the date of termination, such costs being solely attributable to this order and not being recoverable from other sources. INDEMNIFICATION. Seller agrees to indeamnify, defend and hold Buyer,Buyer's and those for whom Buyer may act as agent harmless from (1) any and all claims and bili ties for injuries or death of persons or damages to or destruction of caused by or resulting from the acts or omissions of Seller, itsproperty; anyother Loss or employees in the i agents,subcontractors, suppliers performance of this order; (3) any Loss caused by or resulting from the supplies purchased under this order, (4) any intended use of products or materials provided by Seller; (S) any defective products or materials provided by Seller, including without limitation the use or disposal of hazardous and/or toxic materials, such materials to include at minimum all materials recognized by the Environmental Protection Agency as hazardous; or (6) any breach by Seller of any express or implied warranties. If Seller's work heretmder involves operations by Seller's agents, subcontractors, suppliers or employees on Buyer's Buyer conducts operations, Seller will take all recce P or any place where any injury or damage to�Y Precautions to prevent the occurrence of will indemnify, persons or property during the progress of such work. Further, Seller ify, defend and bold Buyer, Buyer's employees, and those for whom Buyer may act as agent harmless for any injuries occurring to Seller's agents, subcontractors, suppliers or employees and Seller will maintain public liability, property damage and employee's liability and compensation insurance sufficient to protect Buyer from any claims under any applicable law, statute, or regulation. MODIFICATION; WAIVER. No waiver or modification of this order will be effective unless in writing and signed by both of the parties hereto. Failure of either party to enforce its rights under this order will not constitute a waiver of such rights or any other rights. ENTIRE AGREEMENT. The parties intend this order as a final expression of their agreement and as a complete and exclusive statement of the terms thereo± any prior or contemporaneous oral or written agreements as to the same subject matter notwithstanding. INVALIDITY. In the event that any provision of this order is declared invalid, illegal, or otherwise unenforceable by any tribunal or law, the remainder of the provisions will not be affected thereby, and each term and provision not declared invalid, illegal or unenforceable will be valid and will be enforced to the fullest extent permitted by law. DRUG FREE WORKPLACE. By accepting this order, the Seller certifies that he will provide a drug free workplace for his employees in accordance with the laws of the State of Georgia. SPECIFICATIONS, BIDS, ITB DOCUMENTS. The documents that form the basis for this order will include the plans, specifications, and bid documents as attached hereto, together with any other documents so listed and enumerated, if any, and it is expressly understood that any special conditions listed and attached hereto are specifically made a part ofthis contract. APPLICABLE LAW. The provisions and performance of this purchase order will be governed by the laws of the State of Georgia and applicable federal law. Seller agrees to bring all actions relating to this purchase order only in the state and federal courts located within rlatham County in the State of Georgia. 129 APPROPRIATION. Notwithstanding, any other provision hereof, this agreement will terminate at the end of each calendar year without liability or obligation on the part of the City in any calendar year where the City has not appropriated funds for the obligations hereunder for the next calendar year. INSURANCE REQUIREMENTS. Contractor will provide a Certificate of Insurance yawning the City of Tybee Island as also insured, a 30 day cancellation notice, indicating the following minimum coverage: Comprehensive General Liability $2,000,000.00 Automobile Public Liability $2,000,000.00 Workman's Compensation Insurance equal to the statutory requirements. TAXES. The City of Tybee Island, Georgia is not subject to any State or Federal taxes. Documentation will be provided with the invoice at the time of payment, if requested. DELIVERY: I.O.B. DESTINATION. 403 Butler Ave, Tybee Island, Georgia 31328 unless otherwise stated. TERMINATION OF CONTRACT. The City reserves the right to terminate the contract for reasons of violations by the successful bidder of any term or condition of the contract by giving thirty (30) days written notice, unless otherwise stated herein, stating the reasons therefore and giving the party ample time to remedy the deficiency. 130 CITY OF TYBEE ISLAND August 812019 PROJECT': Tybee Island Roadway Resurfacing Project ADDENDUM: One (1) THIS ADDENDUM IS FOR THE PURPOSE OF MAKING THE FOLLOWING CLARIFICATIONS BASED ON QUESTIONS RAISED AT THE PRE-BID MEETING OR RECEIVED TO DATE: 1. QUESTION: The bid form states using 9.5mm Tp 2 on four out of the %e roads. Page two under specifications and requirements std that pricing should r+ the use of GDOT 12.5mm Tp 1 mix. Would the city please clarity what mix will be required? ANSWER: Based on questions at the pre-bid meeting, there are several modifications to the specifications. • 9.5 mm Superpave Type 2 mix shall be used for 58 Street and Lovell Avenue. These two street shall be milled 1.25' and than resurfaced. • Inlet Avenue and 17r" Street will use 12.5 mm Superpave. These two streets are currently undergoing utility construction and will include a base of 8 -Inches of GABC (by others). Contractor shall Prime Cost and Install 2° of asphelt on these two meets. • Old Highway 80 we naw be installed in two Itfts uta two 12.55 nim Superpave rifts for a total of 3' asphalt. 2. QUESTION: Page two under speaficattons and requirements states that the contractor Is required to repaint mdating striping. Would the dly consider adding striping pay items to the roads this applies to? ANSWER: A separate line item has been added to a revised Bid Form for skiping. Striping shall be rare paint tbr'striping. Stop bars and tum arrows shall be thermoplastic. 3. QUESTION: What is the city's expected notice to proceed date? ANSWER: Upon a bid being accepted. IL is expected that work can begin within 30 4. QUESTION: We there be any work restrictions or lane cite time restrictions? Page / 1 Tybee Island Roadway Resurfacing Project ADDENDUM NO. 1 132 ANSWER: Typical work hours we fid. Work on the Lovell Avenue sewn is expected 10 take place only on the weekend due to a nearby serol. Night-time wodt must be approved by Council however, it is envisioned that construction on OId Highway hd section may be best -suited for Off-houre and approval ofthls section is eapected. 5. QUESTION: Can the contractor assume using portable advanced warning signs, or will the car require post mounted signs? ANSWER: Portable signage is acceptable. S. QUESTION: Is the city's intent fortes codirector to pave back the driseways? ANSWER: Contractor shall'e'tion onto driveways. 7. QUESTION: Is the city's Intent for the contractor to pave back the sideroads? ANSWER: Contractor shag plan to pave entire radius of side roads. Note, this is different than what was &cussed at the pre-bid. Quarles have been adjusted on the Bid Form for affected line Servs. 8. 5TH STREET FROM BUTLER AVENUE TO JONES AVENUE a. QUESTION: C&G Is on one side of the road, would the city want edge nrillbrg to mow for a ffush transition? ANSWER: Flan to mill entire section of road and re -surface. b. QUESTION: lithe contractor is placing 1.25" of 9.5mm over the sedating road, wel the contractor be required to build up the shoulder on the other side? ANSWER: With milting Included now, there will not be a need to build up shoulder. 9. 17TH STREER FROM BUTLER AVENUE TO JONES AVENUE a. QUESTION: This road is currently tom up under canstructlon, la thls work anticipated to be finished by the time fids contract Is to be performed? ANSWER: Yes. b. QUESTION: Infra road is beim reconstructed, will resurfacing need to be performed? ANSWER: The existing uttilty contractor will prepare subbase and a base of O4nch GABC. Bidder cif #rls project shall plan to place 2" of 12.5mm pavement with prime coat over existing GABC. Bid form has been modfied for the new thickness of pavement c. QUESTION: if the contractor is placing 7.25" of 9.5mm over the adding road, wlll the contractor be required to build up the shoulders? ANSWER GABC will be 2' below existing pavement. No need to build up shoulders. Page /2 ?Alta Woad Roadway Resnciag Project ADDENDUMN0.1 133 10. OLD HIGHWAY 80 FROM HIGHWAY 80 TO END a. QUESTION: This road has sand shoulders, if the contractor Is placing 8.0' of 25.Otm over t#ie existing mad, wOl the contractor be required to bulla up the shoulders? ANSWER: Yes. A separate line item for grading is now included. b. QUESTION: is the city anticipating riving the connected parking lot as well? ANSWER: Construction will stop at the gate/fence. peeatherltransition neer asphalt to existing. c. QUESTION: There are areas of failed pavement, do these need to be addressed? ANSWER: Areas will be overlaid smear to remainder of street. 11. INLET AVENUE FROM HIGHWAY 80 TQ CHATHAM AVENUE a. QUESTION: This road is currently tom up under construction. Is this work anticipated to be finished by the time this contract Is to be performed? ANSWER: See answers in 9 above. b. QUESTION: Itthe reed le being reconstructed, will resurfacing need to be performed? ANSWER: See answers ire 9 c. QUESTION litre contractor is placing 1.25" of 9.5mm over the existing road, will the contractor be required to bwid up the shoulders? ANSWER: See answers in 9 above. d. QUESTION: Is the city anticipating r pavtig the connected parking spaces as well? ANSWER: Rarldrrg areas will remain dirVunpaved. Page l3 T1teIsland Potect ADDENDUM NO. 1 CI CITY OF TYBEE ISLAND August 29, 2019 PROJECT: Tybee Island Roadway Resurfacing Project ADDENDUM: Two a2] THIS ADDENDUM IS FOR THE PURPOSE OF MAKING THE FOLLOWING CLARIFICATIONS BASED ON QUESTIONS RAISED SINCE ADDENDUM NO. 1. A REVISED BID FORM IS INCLUDED REFLECTING CHANGES: 1. QUESTION: The bid form states a 10% bid bond is required. The Contract Documents state 5%. Which is correct? ANSWER: Bid Bond is 5% 2. QUESTION Can you please confirm that the scope of the lump sum grading complete item on Old Highway 80 is limited to placing borrow material to back up shoulders after 3" of asphalt is placed? ANSWER: That is correct. There will be a 3 inch high, 2 feet wide slope placed on both sides of Old HWY 80 after the 3 inches of asphalt are placed. 3. QUESTION: From the bid form I am assuming to put 23 CY of borrow material for Old Hwy 80 in my lump sum grading complete item. How will contractor get paid for additional borrow if the need arises during construction? ANSWER: There will be a 3 inch high, 2 feet wide slope placed on both sides of Old HVVY 80 after the 3 inches of asphalt are placed. There should be no need for additional borrow. 4. QUESTION: Can you please specify the limits of 3" milling on Old Hwy 80? The bid form says "from US Hwy 80 to" and stops. The area given does not encompass the entire road. Page / 1 ANSWER: The limits of the 3" milling on Old Highway 80 were both incorrect and referencing the incorrect road. The bid from has been corrected. and is now a 1.5" milting and reads °From US HWY 80 through Lovell Ave. intersection." The milling will take place on Inlet Avenue from Highway 80 to Chatham Avenue. The milling Tybee island Roadway Resurfacing Project ADDENDUM NO. 135 will not be on Old HWY 80. 5. QUESTION: Is the intent of the 3" milling on Old Hwy 80 to start at a 3" deep mill against US Hwy 80 and then feather milling to zero to create a tie in? if this is not the intent and the whole milling area is to be mated 3" deep, then what is to be placed in the 3" milled area before resurfacing? ANSWER: As stated above, the intent is to mill 1.5" on Inlet Ave. The 1.5" milling will start against HWY 80 through Lovell Ave and then be repaved with 1.5" of 9.5 mm Superpave to tie into HWY 80. The remaining portion of Inlet Ave., (from Lovell Ave. to Chatham Ave.) will be paved up 2° with 12.5 mm Superpave from the existing base and will tie into the 1.5" portion of Inlet Ave. 8, QUESTION: Can you confirm there is no patching to be done on Old Hwy 80? ANSWER: There will be no patching on Old Hwy 80. 7. QUESTTION: Per Amendment 1, 5th street has 1234 LF of Wet Reflective Preformed Markings (657). The Q&A states that Paint will be used (652). Is the intention to use "652-5452 SOLID TRAFFIC STRIPE, 5 IN, YELLOW' or Tape as currently listed? ANSWER: We have revised our bid form and now call out for "6522 Solid traffic stripe, Sin, yellow.' 8. QUESTION: Per Amendment 1, Lovell Ave has 0.21 GLM of 10" Wet Reflective Preformed Markings (657). The Q&A states that Paint will be used (652). Is the intention to use °652-6502 SKIP TRAFFIC STRIPE, 51N, YELLOW or 10" Tape as currently listed? ANSWER: We have revised our bid form and now call out for "652-6502 Skip traffic stripe, Sin, yellow." Page / 2 END ADDENDUM NO.2. Tybee Island Roadway Resurfacing Project ADDENDUM NO. 2 136 CITY OF TYBEE ISLAND August 29, 2019 PROJECT: Tybee Island Roadway Resurfacing Project ADDENDUM: Three (3) THIS ADDENDUM IS FOR THE PURPOSE OF MAKING THE FOLLOWING CLARIFICATIONS BASED ON QUESTIONS RAISED SINCE ADDENDUM NO. 2. A REVISED BID FORM IS INCLUDED REFLECTING CHANGES: Concerning Inlet Avenue, there was an inadvertent line item for 2" of milling shown. This is removed in the attached bid form. Concerning Inlet Avenue, plan to utilize all 12.5mm Superpave on this street. 1.5" on the milled section and 2" on the graveled section. Page / 1 END ADDENDUM NO.3. Tybee Island Roadway Resurfacing Project ADDENDUM NO. 3 137 CITY OF TYBEE ISLAND August 29, 2019 PROJECT: Tybee Island Roadway Resurfacing Project ADDENDUM: Four (4) Due to Hurricane Dorian, the bid opening has been rescheduled for Tuesday, September 10, 2019 at 1:00 p.m. Page / 1 END ADDENDUM NO.4. Tybee Island Roadway Resurfacing Project ADDENDUM NO. 4 El ATTACHMENT A CITY OF TYBEE - INSTRUCTIONS TO BIDDER SIGNATURE war The Bidder citifies that he/she has mainlined all documents stained in this ITB package, and is familiar with all aspects of the ITB and understands fully all that is required of the successful Bidder. The Bidder fiuther certifies that his/her Bid will not be withdrawn for sixty (60) days from the date on which his bid is submitted to the City. The Bidder agrees, if awarded this Contract, he/she will: A. Futnisb, upon receipt of an authorized City of Tybee Island Purchase Order, all items indicated thereon as specified in this Tis for the bid amount; or, B. Enter a contract with City of Tybee Island to do endiar famish everything necessary to provide the service; and/or accomplish the work as stated and/or specified in this 1TB for the bid amount, and; 1 P- L : (6'2 Iia • Is a r COMPANY DATE SiONATI.RE. rr7 sY 4il i f1'i TITLE TELEPHONE NUMBER r MINORITY/FEMALE BUS DEVELOPMENT PROGRAM aty of Tyke Island �y Oath established godaadioincrease offline* and ism* co medbt es,loon* MBE/WBE awnaid developing. InWert) ydocianeatpe ictoting,bta eases sinking bidscars or ;togs* at encasing/A to repcst owinrshipsteam Aryce mom busing; edtatedasa business that is Aleut 51%o dandmamRedbyminornyerwomm. A responder that iscertified by try agency orbs Faint Goverment or Stare ofGdorgiamaystb,* aaolyof heir anilicatisr valittheir bid as proofofgcmlidcatifxs. Bidder that intends to engage Waist es mutate mutat submit a report of Mmarity/Wanien Business Epteapcise pamckadon to Melissa Reagan, P.O Box 2749, and City oflybeeIsland, GA 31328. AllimnAmedaufalack Adan American Bspa nic NadveAmetican Mikan Indian Pend& 139 ATTACHMENT B CONTRACTOR AFFIDAVIT under O.C.G.A. § 13-10.91(b) (1) By executing this affidavit, the undersigned contractor verifies its compliance with O.0 G.A. § 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of CITY OF TYBEE ISLAND has registered with, is authorized to use and uses The federal work authorization program commonly known as E - Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned contractor will continua to use the federal work authorization program throughout the contract period and the undersigned contractor will contract for the physical performance of services in motion of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.GA. § 13-14-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: - Federal WorkAuthorization User Identifca1ioaiNumber Date 4Authorization fr4^?t (1 71,4 Name of Contractor t 1 I S _.i.►- flq Name of Project I'v Name of Public Emplo3,er I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on t �* ,1,2,,, 201„1 Iry 2 (city), I (state). lr Signature of Authorized Officer or Agent 1. f'; #. H 44ii-tY1 k l th2 Y1..U-/ Y' Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS T I3LDAPL4,'Y 20 ..r oTA ntJ,�_ R� " , ' t NOTARYlPUBLIC - Debbie A. Rios My Commission Exices: NOTARY PUBLIC F\ State of Georgia My Comm. Expires 05!Z /2022 «III Ir'•i'�i 1,11,,, 140 ATTACHMENT C Subcontractor Affidavit under O.C.G.A. § 13.1Q -91(b)(3) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services unser a contract with on behalf of •Tvbee Island has registered with, is authorized touse and uses h federal work authorization program commonly known as E -Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout the contract period and the undersigned subcontractor will contract for the physical pert orniance of services in satisfaction of such contract only with sub -subcontractors who present an affidavit to the subcontractor wink the information required by O.C.G.A.§ 1340-910). Additionally, the undersigned subcontractor will Forward notice of the receipt of an affidavit from a sub -subcontractor to the contractor within five business days of receipt If the undersigned subcontractor rives notice that a sub-_sem has received an affidavit from any other contracted sub subcontractor, the undersigned subcontractor must forward, within five business days of receipt, a copy of the notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal WorkAuthorization User Identiication Number 3 - I g, Date of Authorization ?ea.tc. C' ,d- t�rit..+�•+ i.t.c, Name of Subcontractor LMIG Roadway Resurfacing Name of Project City of Tybee Island Name pf Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on , 4 •20 ilin 0-414" Aility),t (state). Signature of Authorized Officer or Agent }+'6--) 1-kcu.t. Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 4-. DAY OF ;•5� NOTARY PUBLIC GEORGIA ,a• to MI My Commission Expires: 2.4r,ici..2 ( "%'•:;9 +, , a ATTACHMENT D U.C.G.A. § S0 -36-1(e)(2) Affidavit By executing this affidavit tender oath, as an applicant for a(n) contract for a public benefit as referenced in O.C_O.A. § 50-36-1, from the CITY OF TYBEE ISLAND, Georgia, the w idersigned applicant verifies one of the fallowing with respect to my application for a public I) V lam a United States c t zen. 2) 3) I am a legal permanent resident ofthe United States. 1 am a qualified alien or non-immigrant under the Federal Immigration and Nationality Act with an alien mamba issued by the Dunt of Homeland Security or other federal immigration agency. My alien number issued by the Department of Homeland. Security or other federal immigration agency is: The undersigned applicant also hereby verifies that he or she is 18 years of age or older and has provided at least one sem and verifiable as required by O.C.G A. § 50-36-1(eXl), with Ibis affidavit. The secure and verifiable docurrumt provided with this affidavit' can best be classified as: In making the above representation under oath, I understand that any person who knowingly and willfully makes a fie, fictitious, or fraudulent statement or representation in an affidavit will be guilty of a violation of O.C.G.A. § 16-10.20, and face criminal penalties as allowed by such criminal statute. Executed in (city/ ` i (state). Signitu e of;Applicant Printed Name of Applicant 1 0,m1.4 r�,n SUBSCRIBED AND SWORN BEFORE ME ON +�' ' ek '' . iV__ I a piAir? 1 1 71 `cif it. Debbie A. Rios l e 4.�». r ' C7 ssion Expitt> ARY PUBLIC rs' `• - UB1.1141G 41 Chatham County q' . State of Georgia 4 " v* a My Comm. Expires 05123/2022 N'+,+ �r"•" NOTARY My Comm ATTACHMENT E CITYQUXI S Arun _SitillOINFORMATIgai Vendor Name:" J%t /t t ate: d Malt, Product or Services Provided: /41 ha i / ,, J Sales Contact Information Contact: (10r t igfii; . B;;11176( Email: tifilirrirla, , Cl/ ,,rr4ayiinaferiek,er" Fax: 94).--: tri (: , Phone: M Address: Accounts Receiraloie Information Contact: 7;', s: Phone: Email: y.i�1s'�,8� }► ;'F�, fir: Ls Fax: Y/? Remittance Address: 7 I/:art /3 . cSGr4 iii# r 1 u 3/595 Federal Tax Id #: Attach Copy of W.9 and Current Business Incense Provide Copy of Worker's Comp Coverage when proviring any service involving labor on City property. Our terms are net 30 143 ATTACHMENT F CERTJFICATION REGARDING DEBARMENT INSTRUCTIONS FOR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, TNELYOIBJLT Y AND VOLUNTARY EXCLUSION: By signing and submitting this bid, the prospedive lower tier participant is providing the signed certification set out below. 1. The certification referred to in this paragraph is a material Mian afflict upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the City of Tybee bland may pursue available remedies, including suspe naion and/or debarment. 2. The prospective lower tier participant shall provide immediate written notice to the City if at any time the prospective lower tier participant learn that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3. The teens `covered transaction," "debarred,! "suspended," {, ga" "lower tier covered participant," " "persons," "loweram 4e. covered (ion," i ,�" "bid," and ` vo mtariIyyeexcluded," as used inis paragraph, have the meanings set out in the Definifions and Coverage sections dudes impleaenting Executive Order 12549, 49 GTR' part 29. 4. The prospective lower tier participant agrees by submitting this bid that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared mak, or voluntarily excluded fi m participation in this covered transaction, unless authorized in writing by the City. 5. The prospective lower tier participant further agrees by submitting this bid that it will include the clause titled "Certdfication Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tiercovered transactions. 6. A pot in a covered transaction may rely upon of a prospective paw in a lower tier covered transaction that it is not dcbamred, suspended, ine.figaile, or voluntarily excluded from the covered tomsaction, unless k brows that the certification is erroneous. A participant may decide the method aid frequency by which it determines theeliglbiliity of its principles. Bach participant may, but is not required to, dmck theNonprocurement List issuedby U.S. General Service Admion. 7. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the mon required by this paragraph. The knowledge ander of a participant isnot required to exceed that which is normally possessed by a prudent person in the ordinary course of business 8. Except for moons authorized under pategraph 4 of theseinstructions, if a participant in a covered transaction knowingly into a lower tats covered ed tram with a person who is amended, debarred, ineligible, avohmtarily excluded from pahficipation in this transaction, in addition to other remedies available to the Federal Government, the City may pursue available remedies, including suspension audlordebam ent. NAME OF COMPANY: COMPANY TAX ID: NAME OF AUTHORIZED REPRESENTATIVE 'r.• ; ' .=, :}+ TITLE OF AUTHORIZED REPRESENTATIVE.. t i 1 ° 4'-'41,1,-,1 - ,f SIGNATURE: � _� - f DOCUMINT 00313 PROJECT IDENTIRCATION: CONTRACT IDi*NTlFICATION AND NUMBER: THIS BID IS SUBMi1TED TO: 00313-1 BID FORM TYBEE I iIAND ROADWAY RESURFACING PROJECT J -27e810000 The City of Tybee Island proposes to use FY 2018 and FY 2019 EMIG funds and local funds to resurface malfiple streets. The streets planned for resurfacing using LMIG funds are 5th St from Buller Ave to Jones Ave, 17th St from Buller Ave to Jones Ave, Lovell Ave from St to 9t+ St, and Old Hwy 80 from Hwy 80 to end. The streets planned for resurfacing using load funds include inlet Ave from 17th Street to Chatham Ave. 5ttr St, 17th St. and Intel Ave will receive a 1 Woverlay. Lovell Ave wit require miring and a resurfacing overlay of 1 W'. ad Hwy 80 will receive a 3" overlay. hely. this lid veld consist of 0.86 miles of resurfaced streets for the City of Tybee island. Schedule & Special Considerations: Work is to be completed within 120 days. Wing and paving for the Lovell Avenue section of work shall need to take place on weekends only. One lane of traffic will need to maintained on the Old Hwy 80 section with appropriate traffic conlral. 1, The undersigned BIDDER proposes and agrees, If this Bid is accepted, to enter into an agreement with OWNER in the form Included in the Contract Documents to perform and furnish al Work as specfied or indicated in the Contract Documents for the Bid Hee and within the Bid limes indicated in this Bid and in accordance whir the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or invitation to Bid and Ingructions to Bidders, including without imitation those clearing with the disposition of Bid security. This Bid will remain subject to acceptance for 10 days after the day of Bid opening. or for such long period of fame BIDDER may agree to in swirl' upon request of OWNER. 3. In submitting this Bid, BIDDER represeenfs. as more fully set forth in The Agreement, that: a. BIDDER has examined and carefully studied the Plans and Specifications for the wodc and contractual documents relative thereto, and has read all Technical Provisions, Supplementary Condtions, and General Condition, furnished prior to 2:\27581\27881AOOmKDocun nils\Cons*ucfon\Spedfoaibn&\00313-Bid Form -updated &25.19 (Addlandoc 146 00313-2 the opening Of Bids and can fun the dements of the walk to be performed. b. BIDDER further ackriowledges hereby receipt 01 the foiowing Addenda: ADDENDUM NO. 't DATE c. BIDDER has visited the site and become familiar with and is satisfied as to the general, local and site conditions possibly affecting cost, pry performance and furnishing of the Wart d. BIDDER is familiar with and is satisfied as to all federal, state, and local Laws and Regulations possibly affecting cat progress, performance and furnishing of the e. BIDDER has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and ail drawings of physical conditions in or relating to existing surface or subsuface structure at or contiguous to the site (except underground facilities) have been Identified in the Supplementary Conditions. BIDDER acknowledges such reports and drawings are not Contract Documents and may not be complete tor BIDDER's purposes. BIDDER acknowledges OWNER and Engineer do not assume responsbitity for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or mus to the site. BIDDER has obtained and carefully studied for assumes responty for having done so) all such additional or supplementary examinations, invesiigatonL explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the work ar which relate to any aspect of the means. methods, techniques. sequences and Procedures of construction to be employed by BIDDER and safety Pr cors and programa incident thereto. BIDDER does not consider any adddional exams. invesflgotiore, explorations. tests. studies, or data are necessary for the determination of this Bid for performance and furnishing of the Work In accordance with the times, price and other terms and conditions of the Bidding Documents. f. BIDDER is aware of the general nature of Work to be performed by Owner and others at the site ruing to Work for which 'this Bid is submitted as indicated in the Bidding Documents. g. BIDDER has correlated the inforrnatfon known to BIDDER, Information and observations obtained from vises to the site. reports and drawings Identified In the Bing Documents and all additional exarrinations, mss. exploroltons, tests, studies. and data with the Bidding Documents. h. BIDDER has given ENGINEER written notice of all =chiefs. errors, ambiguities. or discrepancies BIDDER has discovered In the Bidding Documents and the wriften resolution thereof by ENGINEER h acceptable to BIDDER. The BkIding Documents are generaly sufficient to indicate and convey understanding of all terms and ZA27e8r \278111 40000\r umenb\Corrrrucrra,t\ oattanA0013l3 - end Forms -updated 8049 tAddi 4ot 00313-3 conditions for performing and furnishing the work for which this Bid Is submitted. I. This bid is genuine and not mode In the interest of or an behatt of any undisclosed person, firm or corporation and is not submitted In conformity with any agreement or riles of any group, association, organization or corporalion; BIDDER hos not &ec ty or indIrectly induced or socited any other Bidder to submit a false or sham Bid: BIDDER has not solicited or Induced any person. ontor or =paragon to refrain self any from bidding; and B1DDER has not sought byo collusion advantage over any other Bidder or over OWNER. 4. BIDDER will comate the Work in accordance with the Contract Documents far the following th(s): 1:\27861\27887 AC Docvmnenis\Consbuction\5peacarions' Q03l3-aid Fonr.rpdated 8.2949 (Add#31 clot COOT Pay Item Number Deser[plan CLEARING, GRADING. AND UIOSION CONTROL 150.000! TRAFPTC CONTROL. NON-REFUNDABLE DEDUCTIONS 11LS Subaalat CLEARING, GRADING. AND EROSION CONTROL STFI STREET FROM RUILER AVENUE TO JONES AVENUE 432-0205 402.3103 4130750 653-1704 MILL ASPH CONC PVMT, 1 1/4 IN DEPTH RECYCLED ASPH CONC 9.5 MM SUPERPAVE, TTPE 0, GP 2 ONLY, INCL BI1UM MAIL 11111 LINE TACK COAT THERMOPLASTIC SOLID 'RAF STRIPE, 241N. WHITE (STOPBARS.2) 652-5452 SOLID TRAFFIC STRIPE, 5 IN, YELLOW 1,950 161 795 24 12;34 00313-4 ToIII w SY Tl'N LF :.-t • C (.. Sub-Tolak STH STREET FROM BUTLER AVENUE 70 JONES AVENUE LOVELL AVENUE FROM 7TH STREET TO YIN STREET 432-0205 x,3103 413.0750 6526502 MM. MPH CONC PVMT, 7 7/41N DEPTH RECYCLED ASPH CONC 9.5 MI PAVE, TYPE D. GP 2 ONLY, INCL MUM MAIL & H LIME TACK COAT SKIP TRAFFIC STRIPE. 5 IN, YELLOW 653.1704 THERMOPLASTIC SOLID TRAF STRIPE, 24IN, WH11E ISTOP13AR5, 4) 2.793 231 290 0.21 48 SY IN GL GLM LF Sub -Talar LOVELL AVENUE FROM 7171 57REETTQ 91H STREET 17fif STREET 9it0M PUTEER AVaENUE TO 409155 AVENUE 4134 (RECYCLED ASPM CONC 12.5 MM SUPERPAV9, GP 2 ONLY. INCL BillJM MAIL & H LUu1E (PRIME COAT INCL E IN PRICE) 4130750 TACK COAT 653-1704 ITHERMoPLASTIC SOLID TRAF STRIPE 241N. WHITE 1STOPS3ARS, 2) ..r' .. 2 •t/..2f 'f.77;'.ia 41, o A . uC • •Lt 'avri� 153 171 148 GL 24 J LF Sub salol: 171H SRREER FROM BIALER AVENUE70 JONES AVENUE r OLD HIGHWAY SO PROM HIGINtAY ROTO END 210-0100 402-3130 413-0750 GRADING COMPLETE- 23 CY FILL 1 LS RECYCLED ASPH CONC 12.5 Whi SUPERPAVET, GP 2 ONLY. INCL BF1UM MAIL & H LIME 12 LIFTS) 651 TN TACK COAT {2 LIFTS)5,2 GL a , 653-1704 THERMOPLASTIC SOLID TRAP STRIPE. 241N. WHITE [STOPBARS. 11 [ 12 1 LF . ;- 47 Sub-Totat OLD HIGHWAY SP FRAM HIGHWAY EOM END --;3", L." 7'.7 0 INLET AVENUE FROM HIGHWAY ROTO CHATHAM AVENUE i5; 7Y.s 3C 4024130 4024130 MILL ASPH CONC PVMT, 1.51N DEPTH (FROM US HWY BO THROUGH LOVER AVE INTERSECTION)SY RECYCLED ASPH CONC 125 MM SUPERPAVE, TYPE fl. GP 2 ONLY, INCL BRUM MAIL >L H LBIE (FROM Le HWYE0 THROUGH LOV13L AVE IN115 C1ION) (1.5 IN DEPTH) RECYCLED ASPH CONC 12.5 MMSUPETtPAVEI. GP 2 ONLY, INCL BRTUM MAIL rl< H UNE DIME COAT INCLUDED IN Pim (#ROM LOVELL AVE 10 CHATHAM AVE.) {2 IN DEPTH) 1.897 157 132 -4 TN IN 413.0750 TACK COAT 6530110 453-0730 THERMOPLASTIC PVMT MARKING, ARROW, 1P1 269 GL EA THERMOPLASTIC PVMT MARKING ARROW TP3 1 EA Sub -Total: SNLETAVENRIE FROM HIGHWAY S010 CHATHAM AVENUE TOTAL t: Z 427881\278111.0000\DocumentS\Consleudlort' Spe dons 0313- Bid Form -updated M29-19 (Add#3).doa 149 00313-5 TOTAL 81D FOR All. ESTIMATED PRICES • 1 ; '` jlJse wards) ; 4- 4 ' -ROD ($rr 15114I b, �,j t (F+gurosJ Unit Prim have been computed in accordance with paragraph 11.03.0 of the General Conditions. BIDDER acknowledges estimated quantities we not guaranteed and ore solely for the purpose of carmansan of rids. and final payment for all unit Price BTd items ail! be iced on actual quantifies determined as provided. determined as provided in the Contract Documents. 5. BIDDER agrees the Work v4411 be substantially complete within 120 calendar days atter the date when the Contract Times commence to run as provided In paragraph 2.03 of the General Condfians. and completed and ready for final payment in accordance with paragraph 14.07 of the General Conations within 150 calendar days after the date when the Contract limes commence tis run. Prior to beginning construction. BIDDER shall submit a detailed schedule to OWNER and ENGINEER including, but not Rrnited to start/finish of cleaning by section. start/finish of lining by section, and start/tinish of manhole repairs by section. M railroad sites will require a delayed start until appropdate Permits are required. BIDDER shall acknowledge this and make accommodations within the detailed schedule submitted to OWNER and ENGINEER. 6. BIDDER accepts provisions of the Ageement as to liquidated damages in the event of failure to complete the Work within times specified In the Agreement. 7. The following documents are attached to and made a condition of this Bid: a. Required Bid Security in the form of 5 oercer]iof the Bidtot0PPice b. A tabulation of Subcontractors, Suppbrs and other persons and organizations required to be identified in this Bid. c. Required BIDDER's Qualification Statement with supporting data. 8. The undersigned further agrees in case of failure on his/her part to execute the said contract and the Bond within 15 consecutive calendar days after written notice being given of the award of the contract the check or bid bond accompanying this bid, and the monies payable thereon shad be paid into the funds of the Owner as liquidated damages for such failure, otherwise. the check or bid bond accompanying this proposal shall be returned to the undersigned. 9. Communieotiors concerning this Bid shall be addressed to: A. Christopher Stavds. P.E. Thomas admiral) 50 Parkpf Commerce Wav Savannah, GA 31405 (912L721-41555 .1�,y L•\2713Bt\WM.000O ocuments\Constmucfar+\5pe ar5ans\OG313-Bid Form.updaled B49-39 (Add#t3iA0c 150 00313-6 10. Temps used in this Bid which are deiinned in the General Condiffons or thstnictions wN have the meanings indicated in the General Conditions of Imo. SUBMITTED on 1 L 2019. ADDRESS: State Contractor License No. BY: Y S CONTRACTOR'S NAME OitZt L +1 GA 2:127881 \27881 his\Construction\SPecftioffortA00313 - 9id Fdmwpdated 5-29-19 (Add#31s10C i ATTACHMENT H CHECKLIST FOR SUBM1T1 TG BID Sian below and submit this sheet with BID NOTE: All of the following items must be submitted with your bid to be considered "rmponstve". Remember to follow the Instructions in the ITB Documents. ACKNOWLEDGMENT OF ANY/ALL ADDENDUMS W-9 OCCUPATIONAL TAX CERTIFICATE CERTIFICATE OF INSURANCE BID BOND PROOF OF GDOT PRE -QUALIFICATION COMPLETE AND SUBMIT ALL ATTAR TO THE BID; A. SIGNATURE SHEET B. CONTRACTOR AFFIDAVIT C. SUBCONTRACTOR AFFIDAVIT D. SAVE AFFIDAVIT E. VENDOR INFORMATION F. DEBARMENT CERTIFICATION G.BID SHEET H. CHECKLIST NAME/TILE COMPANY NAME t 1P_ ADDRESS nna 1-+ 60 51441_5 CITY/STATE/ZIP • t 3 3H00 PHONE NUMBER EMAIL SIGNATI iFEE— F ,.) ore% BID BOND KNOW ALL BY THESE PRESENTS. That we, of NIA Preferred Meted*Is Inc 47 Titbit Plate. Sevennah, GA 3t415 (hereinafter called the Principal), as Principal. and Federal lneuretceCamPanY (bereinafter called the Surety), as Surety are held and firmly bound unto City of Tybee blend (hereinafter called the Obligee) in the penal sum of Five Pageant of Amount Sid Dollars ( 5% ) for the payment of which the Principal and the Surety bind themselves. their heirs, executors, administrators. successors and assigns,, jointly and severally. firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract far Latae Roadway ReaurfacIng - City of Tybee latent, a laargla • 201111•737 NOW. THEREFORE, if the said Contract be timely awarded to the Principal and the Principal shall. within such time as may be specified, anter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract. then this obligation shall be void; otherwise to remain in fliU force and effect. Signed and sealed this 5th day of septerntrar 2019 „),A9eft-- Witness Lisa Hal Witness -- v. Pre 1N rfc r� (ittA4eta. Irtrifbieu (Seal) Principal Federal tnsurrneo Company Title `~ �cY-in-Fact LMS-160S3101ea 153 State of UT County of Salt Lake ss: On September 5, 2018 , before me, a Notary Public in and for said County and State, tr"siding therein, duly commissioned atdsworn, personally appy Tina Davis known to me to be Attorney-in-fact of Federal Insurance Company the corporation described in and that executed the within and %rasping instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereantto set my hand and affixed my official seal, the day and year stated in this certificate above. lUiy Commission Expires 3/1312023 Lisa Hall Nosy Public Ja Power of Attorney Federal Insurance Company ( Vigilant Insurance Company I Pacific Indemnity Company Knew AU by Then PMau t&. Thu FOAL MOM= COMPANY, an Dam corps n, VIGILANT UiPANCII COMIMOL a New Yank anyratErin. tied PACIFIC INE COMPANY. a %oortan mepi raton. do each hereby (xotsdrae and appoint Tina Davi Lba Aad. Ueda Lee Nipper and Lindsey Purer of Salt Lake aty, each as their true and awns' anortarswshet toeceenteundersudt shiesution althea. moo and mantbefreurponse seals to and deliver Ow and on dcelrbeltalfasso thereon or otherwise, herds and widen:dim mot tins whims altiyamay in the native thereat (other than balt 6rndIU v i orate In the mune orNevins. tow am instruments attiendinguraltertlgiUlesame,2nd mums Us modifkononalliteration ;tilmUtimentreferred Ininaddhmrdsan rdra IaVelmns VY4ened said FEDERAL INSURANCE COMPANY. VIOCIA INSORANC E COMPANY. and PACING NIDININTITOINMSMIT here each executed and alteeed these presenia and affixed !heir organ= sea ist n this 27ae day orJaly, 2019. EINI. &21C Ix1411 til 01111n3.4 A.V$'atntNuaittirs ij STATEOP NEWj@1tSCY County ofIlunterdon ss, ytcllhtI) hanky, ir.cPn.mdlmt Or dds 22" day of JuIy, 2019. before ms a Nn4ary Public of New jersey, perwn:MBy came Dawn M. Mums, to me known mien And es wry uIPWOERAL INStrUNCE COMPANY. VIOILA T INSURANCE COMPANY, and PACIFIC INDEMM Y COMPANY. the aosnpanfen which et ed the lhredohrt Power of Aalmrney. And the add thane M. Chhmtn. being by me duly aware. did rk@oae and soy that tete Ls AssL¢rnt Secretary of FEDERAL INSURANCE COMPANY. 47CI AAT RiSURANCE COMPANY. And PACIFIC i sninneTY COMPANY :Ind know the corm= nests thereof. that the els anted ru the nrregoing Power of Mom!, are such eurpmrueswab and were ttercm anbtekt by authority ttfsuedi>un mnlewacrdthusheAi0%edwillPnwerif,WorneyasA3La rstSecretarydrsaidCampank 6f tike uutbc*y, and that she isaccniaimedwith Stephen Pt tIrony. nnd know% him tobe Yate pweid srtofeektCumpantt3; and that thrure of Stephen M. Haney. suhscribcd to&gel Power al %struts*, 11 In the genuine bultderrltieof Stephen 41.1 Imp and ma thereto sidenothed byanthorliyolsthl Cu mpardes and in dolionent's presence. Notarial Soil • 'x is WPM ROSE aJernS RAM cal IIIIIIA7110 tormspatsiroTivererstaxec Ma SWUM 44.1. 1I ! .i 1,a, CERTIPTCAITON tseaainadni:lthtlasdbythe Bnirdsoft onnorxefFWERALINFURANCECOMP/WLVERA TINSURAM2CCAMANY,antIP CUSCRIDEMNIIYCOMPANY on August30.20IIE ' d TJsD.thatt4eltdhn am enhaitmsMawbetheexceolawtlbrmdturamtrl'oltheCoattrany.d'6onde.rari +e�G alherwtt enet ounmensurlhe[badeny erased len inileettheatgawtaedindhit sdzatita-WridenC4ma e in £ad, deer Qtiiam4 die Pro/dm and tiny VW Areh$nls d't ollempnweibereby ambushed tnemonetruin irrarCurweltment *rased atbe atfartheoomtolr uadertbr statin heComi nyoritliee eine. CJI Red) dtdyappointed anoimg4nriaoldieCaropcorxishinnyaudenieodm elevate nnyMhoIimieammmRdaidoml>ddfdlheOwopaey.wardieatvlattheC,om(pador uherteismoiheeeton emsudtaolrmbunthlrbedbydtegaOtdpoti'aspenkindlurhunchoesombWdl®apeuipmemlasepcLam itayin1 ! t8s Itach or the tlhaltina. the Fread la and she Yh4 PrEth rras nr tsx O ntrany sbretyauibnenCtl.rurtedan laalfaribeCompirraosproSsitletrahhig ay perm ehc=awe Was or we Eurepony with fat paws and (whin*lu.d xabe, fur and en telulforibeCompmy'. order the>mIdBCC000erroradiee isnsuc twlitlenthen brined w Cfl peri _rag he spetillerlio suet) minor appoinunmtwhichhu naeui=Theft Rcna'calmem dammrMont Otanane>trurbyr lknoworat crawlypniuoder Comminnereu (4) Rad) of the Cbdomn. the Maiden( ad the Vine Mathews ofnbefpnnlpe yolewdlyaudio//omit rnndentrd eirmrlheimuper . Wdeleipaehtadihltrmalt!'oNer dnoerdslte mummy thenWbsowouwarie inrtmdunWWI(orWe Company. tinder Ute Company's noel nr teltetwbe sloth Witten G initecmtpanyaewraPaiedG awn wibleadrRAtme eddetry Madwi reap be *Wm' Meer dotal Mien Cupandlmcsrr br lyapermkamema[mienreriirpaemcdetrduenomi nli mnur. era MANN= tenni' ii l ieu rmemtmiexetalrgany%tenCammkmrenorappohmmattunehdtdonpunsion ddseendadon. and drmai aitheCampaoy.moyhealadby rrri&tetrads wtatm erturban apputramentor m. PIXIIIIMMOOLYU!. dm the groomg lieiniode n Audi on he deemed wheausalu hesenoneruardretxmtssta1aelemkyoraaieexwroloisesmdmiiierpersonsNaarorardamhdagee theithnonnyamdeudiNasnfuabeguntli turwlnm alaretdremciseafanfa ponsruramhuthytehewimwilidbparre misenoi Lawn M.Chime. Meisel ntSecr yofFk31EAALINSURANCECOMPANY.VICIiMffINSURANCE=PA!NS:arniPACIPICINOESIBTYCOlPANYRhetkimpane)dohereby certify that II) the foraying ItatnludraaadegteedhytheBoanlafthreatenaftheCompmt[eswetsue.cottsrsendinfmlifotaeardt 00 the romping Powerorattorney btom correct and InWiliam enddfcc. Men touter myhmmdand eedimofm[doai tmleaatWhletdrtnoe NIA& September 5, 2019 hien 31(Itkasis!Litettt mit 5sntaix LNTHEEVINTYOtitFERT°MOT 111EMTI N11(41 OPTIISOONDORNO IMuSairASYOnianWATrar.RF_ CONTACrU$ teleiiaret9mtintiSIM resismat903.3458 envoi annereslotboun FED- WGat (env. 611-t5) 155 PERFORMANCE BOND BOND NO. 825615.87 KNOW AU. BY THESE PRESENTS, That we, Preferred MaterleIs, Inc. (hereinafter called the Principal). as principal, andred erat InsMECO Ccmpany a corporation Duly organized tinder the laws of the State of Indiana (hereinafter called the Surety), as Surety, are held end firmly hound unto City ofTybee Island (hereinafter sailed the Obilgee), in the sum of One Hundred Eighty-five Thousand Four Hundred 5fsteen And 151100 $185,e1e,15 l Delors, for the payment of which sum well and truly to be made. we, the sold Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and sealed this 12th day of September 2019 WHEREAS, said Principal has entered into a written Contract with said Obligee, dated comma for Tybse island Roadway Reserfacing Project - 2010.737 in accordance with the terms and conditions of said Contract, which is hereby referred to and made a part hereof as if fully set forth herein: NOW, THEREFORE. THE CONDmON OP THIS OBLIGATION 1S SMII, That lithe above bounden principal shall well and truly keep, de and perform each and every, all and singular, the matters and things in said contract set forth and specified to be by said Principal kept, done and performed, at the times and in the manner In said contract specified, or shag pay over, make good and reimburse to the above named Obligee, all toss and damage which said Obligee may sustain by reason of failure or default an the part of said Principal so to do, then this obligation snail be null and void; otherwise shall remain in full force and effect. NO SUIT, ACTION OR PROCEEDING by the Obligee to recover on this bond shall be sustained unless the same be tom need within (2) years following the date on which Pdnclpai ceased work on said Contract. Preferred Matt PhimL(hna itlanct,t 156 PAYMENT BOND BOND NO- 82594547 KNOW ALL BY THESE PRESENTS, That we Preferred Materials, be. as Principal, hereinafter called Prfndpal, and Federal Inanee Company a Indiana . Corporation, as surety, hereinafter Called Surety, are held and firmly bound unto City of Tybee island as Obligee hereinafter railed Owner. for the use and benefit of Claimants as herein defined. in the amount of One Hundred dred Eighty -free Thousand Fora Hundred Sbdean And 151100 Dollars b 9185.416.15 j, for the payment whereof Principal and Surety bind themselves, their heirs, executors. adminlstratars, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated 9/11/2016 entered into a contract with Owner for tybee island Roadway Resurfacing Project - 2019-73T Now. THEREFORE, THE ODNDITION OF THIS OBLIGATION IS SUCH, That lithe Principal shall promptly make payment to all Claimants as hereinafter defined, for ail labor and material used or reasonably required for use in the performance of the Contract,.then this obligation shall be with otherwise it shall remain in full force and effect, subject, however. to the following conditions: 1. A Claimant is defined as one having a direct Contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract. 2, The above named Principal and Surety hereby jointly and severally egree with the Owner that every Claimant as herein defined, who has not been paid in full before the expiration of the period of ninety (ere days after the date on which the last of such Claimants work or iaborwas done or Performed, or materials where furnished by such Claimant may sue on this bond for the use of such Claimant prosecute the suit to final judgment for such sum or sums as my be justly due Claimant, and have execution thereon. 3. No suit or action shall be commenced hereunder by any Claimant. al Unless Claimant, other than ane having* direct Contract with the Prindpai,shal€ have given notice to any two oldie following; The Principal, the Owner, or the Surety above named, within ninety (90) days after such Claimant did or performed the bst of the work or labor, or furnished the fast of the materials for which said claim is made. bj After the expiration of one 11J year following the date on which Principal ceased work on said Contract. If the provisions of paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the stet shall be applicable. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the united States District Court for the district In which the Project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. Signed and seated this 12Ih day of . September 2019 Pattdpal By tat, Lnf 1012. Federal Inauran 1 By �a i.e kkep er Attorney - 157 State of UT County of Balt Lake On September 12.2019 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Linda Lee Nipper known to me to be Attomey-n-Fact of Federal Insurance Company the corporation descibed in and that executed the within and fad instrument, and known to me to be the peri who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,1 have hereunto set my hand andaffixedmy official seal, the day and year stated in this ce,tijcate above. My Conirnission Exphes 3113/2023 4. vn44. • USA HALL ;'. Homy Public State of Uiah My Commis ion r M ch 13, 2023 •-` Ccatricaion Nonhertd4231 158 Power of Attorney Federal Insurance Company! 1 tInsurance Company 1 Pacific lndemnnityCompany Eaow AN by Mile Relent ThatFA, INSOIANCE COMPANY. an Wino corparutan, VIGILANT INSURANCE COMPANY. a New Year mrpnetttlert, and PACBMC INDEMNITY COMPANY. a Macomb comondat, da each herby continue and appoint Tina Davis, Oa Halt, Linda Lee Nipper and Lindsey Plattner Salt Lake City, Utah. —__- each oath* Into and WM Autatney4ttit oxeCute under each c hin their names Vol w aRitt their CompormeNab toand deliver ear and an their Moffat s net then= or uthertvist hands and undulating; and teller whinge ahliparny In the name thereof (oda' don LaittiOgIven ore9recutetl in the teener/badness, and any ittnumentannomdivoraReringthentrimaadconsents tethe rnad40cadonabeadoacrarytnnwneltretorted to timid banekooddrpdims. InMoen Wh ecenald annintAneNataNcis COMPANY. mown MIMI==S APtyandNAa 1C INDINENTYCOPPANYhovetadhexeatedandmimed dam preenteandatl1cedMelt coMotatese laantdt V tby oFinly.21119. i.'`. etC Darn AL Chinn*. AAf tasltStatuary bIL (514LNd MLrhut 11 Ikohl.1'nrl'ei ado It STATEOFi4EWjERSEY Can*oiliuntordah Oa Ng 2344 day doJid X19, berate tae. a Nom Public of New jexsh; personal, carne Daiwa ?.t Morn to me known to beAt Remaly orPEDERAr. fiTRANCE COMPANY, VIGILANT Yd4URANCEUDfJPANY.and PACIFIC INDEMNIFY C06WANY, the atmgmtim twitch moaned the Tortscing Fares or Mornay, and Sr saki Dawn hi Odom behty by me duly nano. did demo and my liar the Jm Atom= Spumy or6EDF&.L, INSURANCE COMPANY. VIGILANT IP& AME C MP iW. and PACIFIC INDEMNITY COMPANY and knows lee mpmane stela thereof. that the matt aka to do ramming Power tf Anomer gar peat =pointmolt and rue IMMO alibied by authority Maid Colorado; end Magian atypted add Patter orAttaaney rs Mar= Secretary amid Compatkat by Ito =haft and that the h omnabdnd WI Stephan it Haney. and knows Mk tribe Wee Prshlesteforitt compantat 27KI dud therhtharge ((StephenM.Haw. s torrid row afamuneyisInthe fOrrtnelsmdt grd Replies M. Haney. and was therans ribedUY authorityofoldCampanksoxlIn(Waren worm. NotarfalSeal ROSS CURTIS r+awreaembew Cwreearat Die e012 err: CERTIPICATION Mouluttmsadapted hythetomb animators orFEDERAL INSURANCB issuRANCECOMPANY.and PACARCD 1rP1FdDtew/anAegt rs0,20 e Irtfri.VEr, du the thBoologanhoratboontstetatth eseertkokforandotarthercttheComithef.ofbrade.underrithem terththrlymozolishatiodurtedtterthretturthtthrthertrephi tracedhttattthe anihmyeutte :et eolneat fthe'V rpree;Crmtder erft 10 Ea& or me annum di *tont[ mar the ►Tae Noble= or Nxtteepegritbelay wombed tootettaatottontericomeament ferardmnhdrefortheOrth uey.aoderrhe salrfrheexproyceadreote t7J h�rdloyappapirj sgionpmbibradoecowpox to &ray outboard Es roaeole anyWetunt]mtrdtilentnredanlele#dmeCompry.udeethesrnloftieCtmogmpar rthrhear,totheetlmtrhrtwdtaatlmtcmuhread*dieypamarparampn»9Aee5riasuleImamonit>tttttensppoimrentrer drerrege Cdr Each or antro& the modem and the Vko iterideros eleariapeny keen birwdtntted,Ovoid on bekur. ofdeeOttttt weppetntatettt e6 mem the smtmtr 111fkrx or tete cowry rot stn amt acme a iib Icy beware, Er area an bdmrd[hear rs, elder toe eederibeComporproolostrbotedtwiltiotOmetdantartorlo WCompany ae enter bmitwtpxnuppahm utidr t reetmhohypos ore lodestar wtuertr ren or by ammo or owaaepredadc ritten HI Peet or the haunt. the MAW. mop the falai PnrWnds of thoCo oprrr uher y eutrorxbel. tweed ontidnretfineCommp mddegrteimeam3woa yotherodierder: Centronet emtahorhyw mnrG9orsWar Whiff d the company. order for Go:earrre pat or etherw,lre: srh Whirl Ciownwmreammofdrtteapegyaam mdt wrinandeloast o Duct repemhathm may be by great avow am d Ptistan carr imteea ar UywedecaHon afore more lmuo brUtteenron eimmis W The etpgWevotarcrefikeeorahormoon peyningtmYWemeaC rapgmhamauurdel anent Malin eltar.AeginCi.andt4estaiOrUxtlargnmr:emy'hrrlamedty kitsiediertkeethWrIteraCosmallteserworrIttotiappoktimettiardeiripther. FinttIP IICSI LVW. the rhe towing Aidettrie doe tat be deemed to toanerebiiergeonmlafthepoor%andaehrr dahkescmrh} mtlrdrcrp rooth ri rardmtplhlief thecooptor,aotoob thomokeirollthotRothoetehentitedimthoortthedsoysrhyorlcuaet6oetopnttnrfma tpeatedorerated I,Cam M.Mom. A Socnony atiVDERAL INSIMANC,E COM PANT. MUM' INSURANCE COMPANY. andPACIPrCMENEMC]MPANYOhoI.Umpariortdob,sdly =Iffy that W the Arregotag Remind= adoptedhy the BtanierDIrt aftheCrmpanlepaetrueaorteetaadBrlWllbroeandefrect. Sib theSvrelapingPowerniAatrapeyistraatWetmatitrtdInREforeeaptrertect. Oven under myhand and neat% sdid CpmMesa! WhitehomeS p ?adds September 12, 2019 hewn M.Chkxar, As>+Catattt w.ne Erne Row Youwisumav urtT1'LAmmetricorarrinsocontmum y" is ormyaniut hiarrettaear@TrAt.'nzA11 tonbmerdlatt1900-9+1h Flettka9CMGSS etrsa orsterthrIbron ego-Vmt.Pe pee. 01 6111) 159 roars Wma Irisv.Oct0ber2210) Deporiment of the am IntertService" Request for Taxpayer Identification Number and Certification b Go to www.li .goo/FornlW9for Inabuations and the Intent Information. Give Form to the requester. Do not send to the 1Rt3. 1 Name (u Shawn on your income tax return). Name la required on this inn; do not lava rho line blank. Preferred Materials, Inc. 2 Business name/disregarded entty mane, ff different from soave Preferred Materials, Inc. a Cheek rpproprtrte bat fix Wind let dmddfbdlon of the poem hefrooeneons is entered miss t. Chadkorllyfglom ler 4 E,an dans (codes apply cnty 10 following seven balms. when entries, not hrdlvtdue,'s; ata Inst minters on pegs 31: © i chit ire soisprhapmorer Fa OCorpordlhot 0 sCowden 0 Paatr&p 0 ram drgdaanetldlrr LLC o Limited Rebid cornomy&lrtish(daaellb en(C+Ceara.atfon.Si,8earvoraiten.PoPertnerehtp)► War Check the approprive box in the tine above for the toot aboulionton of the aln .-member ower. Da not clock LLC awe LLC u clsxdfied o e Birt LLC that k ta>tii the owner tads* the sword die LLC iaf arrotoe LLC that is not dw+eps�ded i it wrier r« U.S. federal tax purppsr3. Otherwise, a Ogle -mentor Mettle! 1 to dlwre>Zetded from the awnwebo k1 check the atppromiaee box fart. cul otasorfisauJon of its moor. ❑ Other (Sae Insauctiare) ► 5 Address (number, skeet, and apt. ar nolle no.) See Instructions. 47 Telfair Place e city, state, and Woods Savannah GA 31415 hong protea coda df eery) humph* FAMCA reporting codeff miasmaerweee,sr,staa a,dr8rrwe Requester's name ant address (optlorhal) 7 List account number(s) nee (optfono Lau Taxpayer Identification Number (TIN) Enter your 11N in the appropriate box. The TIN provided must match the name given an dna 1 to avald backup withholding. For individuals. this fs genereay your socks/ security number (SSS). However. for e resident alien, sole proprtetor, Or titled entity, see the Instructions for Part I, later. Far ether armee, it fa your employer Ideuttf'Iaation number (EIN). tryou do net have a mentor. aft HOto toasted WM, later. Notes If the account is b1 mem that ens carne, see the itstuctior.s for tine 1. Alec ekes 1W atAlbries sold Number TO WM the kfegrhuetsrfor guidelines On whose number sneer. Sand security number er Broom, Iderreft anon number 4 hi1T4 6 a Law Certification Under peneltse of perlu ry, I certtty that t. 71m L11Rnbar ammo on ego form Is ray corset taxpayer tdarrlilca eon number (tort am waggle fora natterto be issued to Met and 2.1am fiat subject to bedarp aiehliddkrp became 091 am aeKeLrrptImbeds, withholding, ar (b)1 have not bean rxieled by rite hd Mal Revenue Smoke (1S)that Iem subject tolatm vAditoldIng aearesult ofateliers* newt WIInfest orkhlMnd%or(djt1mligFasriotlfiedmet at1em no longer subject to backup sidetaltinw and 3.1 stn aU.S. citizen Or other U.S. person (defined below); end 4.The MCA code(ej entered anthis fano Reny) I1ellcalblgthat Iamexempt flan FATOArepeettrg la a e% C.rllleilie , battalions. You mud aces out Item 2 above it you have been notified bytes IRS that yore ars titled ta beclalpimtlhoking because you two faded to report wrong renes acrd d[irddands at your fa return. Ferrell *mate bins. Item 2 does not apply. For MIAMI Montero paid, aocttfatlton ar ■bendavasrrtof moms' mopedy neon of debt, carthlbutionte to an Individual retirement aeer+yeareetalretand generally, payloads otter then interest end dividends. you are not teauired to sigh the certification, but Syau mUat prstVids war cor ect1INl.8ss dmegstructlone for Part 11, lamer. Sign Hera Signature of U.S. persona• Dote I* General Instructions Section *emcee auto the Internal Revel= Code unites oth rwiee rutted. Future deastapmaide. Far the latestinforrrratton about developments raided to Pomo WS and lest hlsIuclorts. ouch as legielatIon enacted after trey was published, go to rrrwwaagoviramilla Purpose of Form An irtditirdu I or entlEy (dorm W-9 eegueseer}vlato Is required to las an roust OW your Mint *payer neer ALL rumba ( Muni wIth1N v� it maybe yaw social security number (99N). Whisked tearer (don an number(ITIN), adoption enamor rdenflltaa Ion number (ASV}, or employer Identification number Mbar ▪ ukt reporto report table onan InformaSon eha n a fOnna ion ESa npksreturn Um amountsoof tntar+nto you.�tat rectums include, butes not heed to. ills • Form 1090 -mor (interest eared orPoikg 1099-0W (dMderde, rtltlerwapthose flan stocks or mutat • Pam 11199-MISC (vadatosifpesat kiooane, praise, awards, or gross • Farm 1 999-6 [otock or mutts) fund oaks and ori other bansaalione • Faun 1099.9 am ssds from rad caste transactions) • Forte 1099-K (memI aatcerd ernd third party network tratsactipnej • Form 1095 game modgege lydereat.1059-E nt loan Intersafj, 1099-T (lWtlatn • Farm 109943 (centeled dotal} • Ran 1059A(sogtialtionaa6aedanmontetsecured property) Use Fan W-9 only if yaeersaik8. person fooluding a resident algin), to provide your otimsotllN. 1?you donot :slum Fenneel sssolsragrsaterwith a77N.you aright be watt to backup isahhaideig. See What le backup withholding, later_ cat. roto 10231X Faint W-8attev. wane 160 PO Boot 880900 Blrmh,ghem, AL 38283000 PREFERRED MATERIALSD EVINGNI Didet DaI7lmber31,2019 11492 COLUMBIA PARK ORM WEST Gun 3 Llama 155600011 JACKSONOLLE, FL 3221E Ostl boetied Aped 13.2019 2019 BUSINESS OCCUPATIONAL TAX CERTIFICATE SNOT TRANSFERAei.E) VALID ONLY FOR THIS LOCATION 47T'EIJWRPI. GARDEN CITY, GA 314tS ACDOUHy HAIM TYPE OF sussask 334332 257811!. BIONNAY. STREET. AND 8RIDI* CONSTRUCTION Pd� CLA_SS= 2 This Badness License Is issued to the badness nerved herein at the specific Icc atian tar the ipecac badness occupWbns named Korean tar this calendars year only, arid Is Issued n eacarde n ce wtih the ord!nenc e cI Garden City, Georg2s,100 Central Avenue, Garden City. GA 31405. THIS LICENSE 18 NOT TRANSFERABLE WITHOUT APPROVAL OF THE CITY MANAGER, 11D !8 NOT TRANSFERABLE TO ANY OTHER LOCATION W rT44OUT APPROVAL OF 111E PUU4NING & I CONOMIC' DEVELOPMENT DIRECTOR. IZ8UED BY el DAWN ill AUGIANDER FGR THE CITY *IAAN4A Et POST THIS CERTIFICATE IN A CONSPICUOUS LOCATION latedashilhadtclem Quostious regliding Irk Oconee should beaddesmd ffi AvNw at ($013)669-7214 161 CERTIFICATE OF LIABILITY INSURANCE aATr<plruonrrYYri 0/1112019 THIS CERTIFICATE IS ISSUED AS A NIA1TER OF INFORMATION ONLY AM) CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. MOS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES asi.ow. THIS mamma OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED ' REPRESENTATIVE OR PRODUCER, ANDTHE CERT}FICATE HOLDER. IMP0RTM t f the certificate holder Is an ADDITIONAL INSURED, rho pollcy(lea) roust have ADDITIONAL INSURED provisions or 4e endorsed. -1 If SUBROGATION IS WAIVED, subject to the telrlls and conditions of the policy, certain policies may require an endorsement. A statement an Nile certificate doer not confer rights to the certificate balder In lieu of such ondereernent(s). PRODUCER LibertY Mutual Insurance Co National Insurance East I i `r Valerie Reece 2000 Westwood Dr. Wausau, WI 54401 ww W. U beltyM ut uai.com amass Preferred Matar'sls, Inc. 47 Telfalr Place Savannah GA 31415 PMC Fall: 513-657452w2� a reap ADORES$: Oidcastie.ce is LlberttMutuat.ccm RISURERM AFFOROltifiCOVERAGE 11180RERA: Liberty Mutual F e Insurance 0:n n®ny I MINER a: Liberty Insurance Corporation MISrSSIRe: INSURERO: IMEURER E: INSURERF: NAICO 23035 42404 COVERAGES CERTIFICATE NUMBER: 59759454 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD IINDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF MW CONTRACT OR OTHER Doman WWII RESPECT 70 WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PIEtTANN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CCNDMONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. MUM= mum EFF POLICY VOA} Iia TYPE OF INaYRI1rCG �.e�n yr b POLICY MUMMER ,.rirMIOUM'rYI romicorYYYn A if COWS ERC1AtGENom L ULITY TB2-081-004095-119 9/112019 9/1/2020 C1.A2l0.MA4E a] r OCCUR t0sv ,/ Se�B1Oti011 II kJsurad GE?TLAGGRE GATEi.MTAPPLi0SPEI POLICY 0 dECT L___I LOC OTHER: XCU Coverage Included of J LIMITS EACHOCCURRENCE DANAGE TO RENTED PRBMIES rEa acewoelml MED E xP Var aria peasnt P ALBADV /NARY GENERAL AGGREGATE PRODUCIB-COMNOPPAD A A AI TOMOur: A LIABILITY ANY AUTO ammo AUT08ONLY HIRED • ONLY LMOLLA LIAO E XCESS LIM SCUMMED AUTOS NON.OtsNED AUTOSONLY A52 -C61-004095-129 9/1 /2019 9/1/2020 A52 -C81-054502-529 Physical Damage only: Comprehensive Ded $111000 Collision Ded 510 000 OCCUR • G,A+s� irRDE OED RETENTION$ - --- 911!2019 91112020 52 000000 $250,000 s50000 52,000000 32.000.000 s 2.000 00D $ dokotitNNEDi sTNGLE LIMIT $2.000 cap asti B ODILY INJURY (Per pawn) S BODILY INJURY (Pier =Ment) $ PRCPERTYOAMAGE Per abider*. E.AGH0CGURI1ENCE AGGREGATE s $ $ s 9 WORKERS COMPENSATION ANO EMPLOYERS' UABIUTV ANYPROPRI ETORlPARTIYERIEXECtQTIVE CFFICER/MEMBEREXCLUDED? WA7-CBD-004095-029 YIN All except 011, ND, WA, WY ® NI* if 13 [ryes,daseIn wo WC7-C84-004095.019 DE SCRIP-T.01/410F OPERAT1CNSbef w /VIII. MN 9/1/2019 9/1(2020 iNER 9747107E ER ELEACNAtX30ENT $1,000 .000 EL. DISEASE- EAEMPLOYEE 111 11((}.00) EJ DISEASE -POLICY LIMIT f 1 000 000 91112019 911/2020 0ESCRITRIONOFOPERAT10NaiLOCAT10Nsivoneila WORD 167. Additional liarrorpsededaa.aluybeattached dame spare earaear Project City of Tybee LMIG Roadway Resurfaarlp -2010. 19-73T. PMi *7850s1 The Cay of Tybee Island its allfilates and auto:diaries are doted as additional Insured ear regards to Me general UMW for wand andccapleled apsralons Oar Ca, 301aGana & CO 2037 04x13}, and automobile Agog paada%, an 0 Ornery andnon-contn'brdmy basis, whirs raquised by voided contract. tlllblvvafslbra 091* is Inducted 'neater clew AddU=0 insured, where requlled by atelier Tensa*. and where applicable by kir Certificate balder shall be provided withal 30 dm' Noime elCancellellan as related to general Iisbfllty and sororioblle policies CERTIFICATE HOLDER CANCELLATION City ofTybee Island 403 Biu11er Hall Tybee Island, GA 31328 L SHOULD ANYOP THE ABOVE D(SC30BED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WU.L BE Daimler, 51 AcioNteArreEWm TRIM= AUTRORIEE0 REPRESENTATIVE ACDF 23 (2016/03) Valerie Reece 01988-2015 ACORD CORPORATION. Alt rig The ACOR0 mune and logo are registered marks of ACORD ig.4 ? d Hulas* I T_ss 1 glia -Wee Deend.r2 2/2, Simms I Dona 9airxia 1 •123/Ia19 3:54:50 9N (WTI 1 PABA 3 ce POLICY NLJMfEftT82-C11-004095.119 1231 COMMERCIAL. GENERAL LIABILITY CG 201004/3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance pmvlded under the fallowing: COMMERCIAL GENERAL UABIUTY COVERAGE PART A. Section 11— Who Is An insured is arreertded to Include as an addition Insured the person(s) cr can(s) shaven in the Schedule, but anti v�u respect to Debility fOr 'bod}yy infer. 'property ohmage or 'personal and Wanking Infurys caused. In !hats or In port; by 1. Your acts or ; or 2. The acts or antes of those act ore your In the the � fors�tacaicr(s)design�e. Howes: 1. The insurance afforded to such addirsmal Insured tray applies to the orient pernsiled by ism and 2. if coverage provided to the additional insured is required Int a contract or agreement. the Instate afforded to such ac lanai framed Intl not be ixoader ter that whichyou tie required by the crmlnIc t d agreement to provide for such additionalB. With respect to the insurance aided to these additional Insureds. a rite following addr7ior>ai This insurance does not apply to 'barfly 'srey er 'property dame occurring after: 1. All work, 10dudig materiels. paw o< equipment furnished in connection efth such wont: co the project (d her than service. maintenance or repairs) to be parcelled by en behalf of the addltiorrrd insured:0 at the compietectioratian of cowedoparettorts has blast or 2. That portion of your work" out of which the Indy or dolma arises has been put mils intended use Ley any person cr natation other than another contractor cr sukordractor engagedprincipal as a p dr the sane perfect inn a C. With respect to the insurance afforded to these additional sedlon12110—UniteOf the foie:ring is added to If coverage provided to the adononal insured is required by a =new err agreement the most we wit NY an behalf Elbe addittarwl Insured Is the amount of Insurance: 1. Required bytheaaoraotar agreernere or 2. Available trader the appicable Lints of Insurance shown In the Dectaraions; atichaver is less. This endorsemett stern not inose the � urawn Limits of Insurance shoin the Name Of Additional insured Parma(*) tea}eOperations Of Cod Organization(s): Ary omen lessee. orcontractor-kr whamyou have Any location listed in such agreernerc agreed in ewdtfng prior Loa loss to provide Nab* insurancInformation required to complete this Schedule. ff not shown above. wilt be short in the Derurations. CO 2010 0413 0 Insurance Sevials Office. ce, Inc.. 2012 Page 1 of 1 163 POLICY NUMBER TB2 1.004095-11s COMMERCIAL GENERAL UABILTFY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS Thio endorsement modem Insurance provided under the fold: COMMERCIAL. GENERAL LIABUUTY COVERAGE PART IMOD OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Pervon(e) OrOrganization(s) Location And Description Of Completed Operations Any owner, leasee, or cararsctor for whom you Any location Ruled In such agreement have agreed in writing prior to a loss to provide liability insurance 1 Information required to complete this Schedule, E not shover above, will be sheen in the Da ors. A. Section II — Who b An Mewed is amended ba include as an adddiorial Insured the person(s) or orgenimdion(s) shown in the Schedule, but only with reaped to liability ter 'bodilyinjury" or *property damage° caused, in whole cr In pert try 'your world" at the loon donated and described in the Schedule of this ertdarusment performed for that addSarral hrsuied and included in the 'predv .completed operations ham However: 1. me intamence afforded to such additional Insured only soles to the went perondlted by law; and 2. If coverage provided to the add nal Inserted la rewired by a corned or agreement, ea insurance afforded to such additional insured will not be broader than that which you are required by the conte or agreement to provide fix such additional insured. S. With respect to the 108411eno0 afforded to these additional ineurede, the following Is added to Section 01— Unlit Oyu ff coverage provided to the additional Insured is required by a conned or agreements the mord we will � amountof Insurance behalf of the array insured is the 1. Required by the contract at agreement or 2. Avatiaible under the applicable Litnts of Insurance shown in the Declarations; whichever le less. ibis endorsement shell not increase the applicable Limits of Insurance shown in the Declarations. CA 20 37 ee 13 ® Insurance Services Once, Inc., 2012 Page 1 of POLICY NUMBEEtTB2-cB9-004095-119 09 COMMERCIAL GENERAL LIABILITY CO 7.4 DS0909 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This emdorsementmodifies insurance provided under t efdtawing: COTS ERCW. GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The Mowing is added b Paragraph a Transfix W Rights Of section Par Recovery Against More To Us of eWOO right �ainst thepa an ham in the Schedule below because o€ payments we make for filmy cr damage arising cot of your ongoing operations or 'your mak' done ender a carrract Mth that game ororgar>Izatlonand cededInthenInducts- cornpleted operations 1d". This waiver Boobs Schedule .cor sheen kr the Name If ParSen Of fin: SCHEDULE As re4uired Bywater, contactor agreement entered irdo prior to Ices. Informa%rl regrind tiotiontolete this Sottedcie, if int shoot above. MI be shown imine ons. CG ? 1040509 0Insurance Services Office. Inc.. 2008 Page 1 of 1 165 POUCY NUMBEAB2481-054502 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided aider the following: AUTO DEALERS CARE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER RAGE FORM VIMh respect to coverage provided by this endorsement the provisions of the Coverage Form apply amass modified by this endorsement. This endorsement identifies person(a) or or dzetion(a) who me "insureds" for Covered Autos Liability Coverage under the Who Ie An lniamed provision of the Coverage Farm. This endorsement does not alter coverage wedded In the Covemge Form. SCHEDULE Mune Of Person(s) Or Organiutlon(s): Any person or organkatkm whom you have sgleed fo writing to add as an addtional insured, but only to coverage and minimum limits af irsuranos byes written in no event to ear the of coverage or the l insurance in this policy. Information required 10 complete this Schedule, if not shoYrn above, will be shown in the Declarations. Each person or organization shown In the Schedule Is en 'bower for Coveted Autos debility CousrIMe, but only to the Went that person or oroanixd on qualifies as an 'Insured" urrder the Who Is An insured prevision contained In Parageph AA. of Sad%n 8 — Covered Autos Liability Coverage Auto and Motor Coverage Forthe ma Paragraph D.2. of Sacdon 1 -- Covered Autos Coverages of tlheAuto Deders Coverage Fars. CA 1'0481013 0 Insurance Services Mee. Inc.. 2011 Page 1 of 1 166 POLICY NUMBER: A$2 1.084502.529 COMMERCIAL AUTO CA 04441013 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies kimonos prodded tinderthe following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM ltlflth respect to memo provided by tits eedomement, the provision of the Coverage Foam ex* inters modified by the SCHEDULE Nam*) Of Peisongs) Or orosniratIon(a): Any person or organts:Mbn for whom you parkin wost meter a written corbact lithe contract reqs you to obtain this agreement Bram us, but only 0 the contract is executed prior to the Injury or damage oocurdngg. Premium:0 INCL Infnmation required to complete this Schedule, If not shown above, wig be shown in the Declarations. The Transfer Of Rights OF Against To Us =Moe does riot apply to the person(s) or orgenix h(s) shown in the Schedtde, but only tc the eldest that subrogation Is waived prior to the "accident" or the loss" wider a contract with that mew or Con. CA 04441013 0Instance Services Mice, Inc,. 2011 Page 1 of 167 Poky Number: A824131.545Q2429 Mewled by: City Mutual Fire Ines Company TIES ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATE) INURED -NQNCONTIRWUTDiG ThI$ endorsement modifies Insumnco provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS O03E FORM TRUCKERS COVERAGE FORM Web reefed to coverage provided by this elldsMsolonti filo Profusions of the Cowage Form apply unless modified bythe endorsement. This anderismard Identities person(e) or mss) who am "Insuladrl" oder the Who Is An Insured Provision of the Com Foran. This endorsement ease not alter coverage pmv dad In the Coverage form. mule Name of Pimento) or Orgardzationoter Any perm or organization for which such amperage is required by written contract with the Named Insured Regarding Did Contract or Prefect Each person or orlon dawn in the Schodute afthie endorsement is an Insreed" for hilly Coverage, but only to the extent that person or aeganlation qualifies as an 'ensured" under the Who le An Insured Provision contained In Seotion 11 of Ere Coverage Farm. Thefallo>r<ing N added to the Other inseam= Condition N you have agreed the this policy will be primary and without rigid of contribution from any insurance In force for an Additional Insured for liability artery out of your ogerafrons and the agracinent was =muted prior to the "bodily hr+ry1" or "propyl damage, sten the Insurance will be primary mrd we will not seek contribution from such Insueansfh. AC 1142308 11 02010, Liberty Mutual Group of Companies. Ad rights reserved. Page 1 of 1 includes copyrighted metert l of Insurance Services ORA Inc. with its permission. CI Policy Number Issued LIBERTY �INSURAN E COMPANY THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CARERILLY. NOTICE OF CANCIM.ATION TO THS PARTIES Ws endorsement modifies Miumncs provIded Birder the Mowing: BUSINESS AUTO Cpm PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUToII ,E LIABILITY INDEMNITYCOVERAGE PART SEMINSURED TRUCKER EXCESS LIABILITY CAGE PART COMART EXCESSCOMMCIAL GENERAL P VERAGE PART PROOUCT5/C0MPLETEa OPERATIONS LIABILITY PART LIQUOR LIABILITY COVERAGE PART COMMERCIIE. LIABILITY — U ABREILA COVERAGE FORM Schedule Name of Other Person(s) ! Email Address or mailing address: Number Organ Ixation{ai: Where required by written contract Days Notice: required by written contract 30 A. if we cancel this poll for any reason other than nonpayment of premium, we will notify the persons or organkations shower in the Schedule above. We wsii send notice to the email or mating address listed above at�ertt does #henotlae to number thirof drys Iced above, if any, amore the c oeilsl'ion becomes effective. In no party exceed the notice to the first named insured. 8. This advance notification of a pending mon of coverage is intended as a courtesy only. Our failure b provide such advance nolllicatnon vdg not extend the pow cancelled n dale oar negate cancellation of tie policy. Ale otter terms and conditions of thls poky tomb unchanged. ulie lig 010011 *2011 Uheity %,tel Group of Companies. All rights raeerved includes copyrighted Services Office, Inc.. with ffs permission. Page 1 of 1 169 t: • PROFESSIONAL LICENSING GEORGIA SECRETARY OF STATE BRIAN P. KEMP Licensee informtriOn Mime: Robert Byrom Royal Address: 457 STARR CREEK ROAD Richmond HB GA 313M P in i ry Scarce license Inforanation Reeldentlidlesnaral tic *lypE General Contractor Qualifying Need Contractor N Ssoandsry: Yalhed: Examination lifer Adtve Loft Issued: W10/2011 6/30/2020 Rwrsi 611812018 Dabs: b ' e iated LIWISas Relationship: Supervhor Licensee AMC-Southeabt Inc Licensee OW0003070 retablbheck 2110201f 'type: Prerequisite Public sera Ord Other Domaine Limn" General Contractor Comm 7=P•: Manse Active lhsoatWat wawa Please sae Documents seer below for arty Public Board Order No Outer Documents EaVu Date =et as ah Mr* 2(1818:18.'19 This website Is to be used aaa primary sours verification for licenses Issued by the Professions! Ltoensl Boards. Paper verilfons are available for a fel. Pleas contact the Prabeselonal Mewing awing Beds at 471-207- 2440. 1n 170 Georgia Department*, Transportation Russell R. McMurry, P.E.; Commissioner One Georgia Center 600 west Peachtree Sit, NW Atlanta, GA 30308 (404) 631-1000 Main Office June 27, 2019 SPECIAL CERTIFICATE OF QUALIFICATION Vendor ID # 13306 Preferred Materials, Inc. 47 TeifafrPiace Savannah, GA 31415 In accordance with The Rides and Regulations Governing the Prequalrfication of Prove Bidders, you are hereby notified duet the Georgia Department of Transportation hes assigned itx%llowing Ratite This Certificate is effective on the date iasued and cancels and supersedes any Cis) previously issued: "Spec*rl provisions of this ee tfflea1e provides that there will be "No easpeling bUs Wallet* South Paving, Inc. and APAC Atlmhtic, Inc, due to COMMON ownership." MAXIMUM CAPACITY RATING: S4;274,200,808 CERTIFICATE EXPIRES: October 31, 2019 PRIMARY WORK CLASSICODE. 400 SECONDARY WORK CLA S(ESKODE(g); 150, 163, 204 205, 310, 424, 441, 668 The total amount oflncomplete work; regardless ails location and with whom it is contracted, whether in progress or awarded bit not yet begun, shall notexceed the Maxirnusn Capacity Rating. If dissatisfied with the Rating, we direct you to the Appeals Procedures in §672-5-.08 (l) & (2) and §672-1-.05, Rules ofthe State Department of Transportation. In order to be continuously eligible to bid with this Departmen% your next application for prequaliUakicm must be submitted before the expiration date. If you desire to submit an applies some is termediate period before the expiration date, your Rasing will be reviewed on the basis ofthe new application. This Prequalifica#an Certificate is issued for moors to be eligible for work with the Georgia Department of Transportation (MOT) only. GDOT does not certify contractors as able to do business with entities other than GDOT. Sincerely, Marc Mastronardi, P.E. Chairman, Prequalification Conneiu&contractors MM:ASB 171 Control Number • 1912356 STATE OF GEORGIA Secretary of State Corporations Division 313 West Tower 2 Martin Luther King, Jr. Dr. Atlanta, Georgia 30334-1530 CERTIFICATE OF EX STENCE 1, Brad Raf ensperger, the Secretary of State of the State of Georgia, do hereby certify under the seal of my office that PREFERRED MATERIALS, INC. a Domes& Profit Corporation was formed in the jurisdiction stated below or was authorized to transact business in Georgia on the below date. Said entity is in compliance with the applicable filing and annual registration provisions of Title 14 of the Official Code of Georgia Armed and has not filed articles of dissolution, certificate of cancellation or any other similar document with the office of the Secretary of State. This certificate rues only to the legal existence of the above-named entity as ante date issued. It does not certify whether or not a notice of intent to dissolve, an applicant= for withdrawal, a statement of commencement of winding up or any other simfiar document has been filed or is pending with the Secretary of State. This certificate is issued pursuant to Title 14 of the Official Code of Georgia Annotated and is prima-facie evidence that said entity is in existence or is authorized to transact business in this state. Docket Number : 16772687 Date 1alAuthLPilod: 06/20/1989 7urieaon . Georgia Print Date :02127/2019 Form Number : 211 z3- .e Wittio� grad Raffenspetfier Secretary of State 172 All applicants under this Invitation for Bid are kindly requested to fledge receipt of this Addendum in original only. ACKNOWLEDGEMENT ADDENDUM: ONE (1) DATE: g f7 — i q The above Addendum is hereby acknowledged: +� feseec nri. ate Sign-juke Page 14 (NAME OF BIDDER) Tine l,t04- }a. tent(K Tybee bland Roadway Resurfiwing Project ADDENDUM NO 1 173 All applicants under this Invitation for Bid are kindly requested to acknowledge receipt of this Addendum in original only. ACKNOWLEDGEMENT ADDENDUM: TWO (2) DATE: 9q —1 The above Addendum is hereby acknowledged: f i c7t... S Page/3 ()NAME OF BIDDER) Title i1A/1f:418)i 1metsf Tia island Roadway Resurfacing Project ADDENDUM NO. 2 174 Ali applicants under this Invitation for Bid are kindly requested to acknowledge receipt of this Addendum in original only. ACKNOWLEDGEMENT ADDENDUM: THREE (3) DATE: The above Addendum is hereby acknowledged: Q15 E OF BIDDER) () Signat+ rte=--= --� �- Page / 2 Title.ua-nki.a.14ari Tgbee Mend Roadway Reamtheing Project ADDENDUM NO. 3 All applicants under this Invitation for Bid are kindly requested to acknowledge receipt of this Addendum in original only. ACKNOWLEDGEMENT ADDENDUM: FOUR (4) DATE: L .. `1 The above Addendum is hereby acknowledged: (ME OF BIDDER) Signature -_�- - : -nue @riurdi 4 Jtava ( Page /2 Tybee Island Roadway Retanflogng Project ADDENDUM NO. 4 176