CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

Similar documents
ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

5. BID FORMS TABLE OF CONTENTS

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

Invitation To Bid. for

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

BID FORM (Lump Sum or Unit Price)

City of Newnan, Georgia

NOTICE INVITING BIDS

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

PROPOSAL PACKAGE INFORMATION SHEET

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

BID FORM. PROJECT: 2017 Water line replacement

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

Suite 300 Tenant Improvement

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

OAK HILL ELEMENTARY SCHOOL HVAC RENOVATION PROJECT HIGH POINT, NC March 21, Addendum #2

RETIREE HEALTH BENEFITS TRUST

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

Contract Documents. and. Specifications. for. Engler Park Tennis Court Construction

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

BIDDING AND CONSTRUCTION STANDARDS

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

INVITATION TO BID ITB# G FOR. MILLBROOK CIRCLE WATER MAIN REPLACEMENT Schedule of Events

Utility Committee Meeting AGENDA. October 3, 2017

LOUISIANA UNIFORM PUBLIC WORK BID FORM

A. INTRODUCTORY PAGES

BID FOR LUMP SUM CONTRACT

TABLE OF CONTENTS CONTRACT PROVISIONS

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

Demolition of Water Ground Storage Tanks

University of California, Riverside Barn Expansion

TULARE COUNTY OFFICE OF EDUCATION. Router

For Review Only Official Bid Packet available at Athens County Engineer's Office

MIAMI VALLEY COMMUNICATIONS COUNCIL 1195 EAST-ALEX BELL ROAD, CENTERVILLE, OHIO PHONE: / FAX: / INTERNET:

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

Attachment A Required Submission Documents BIDDER INFORMATION

FOR VIEWING ONLY NOT FOR BIDDING PURPOSES

TULARE COUNTY OFFICE OF EDUCATION. Router

QUOTE DOCUMENTS FOR FINDLEY ELEMENTARY CITY STORM SEWER RELOCATION Oxford Street. Des Moines, Iowa QUOTE #7301. Owner

The Housing Authority of the Township of Middletown

Replacement of Existing Carpet at City Hall

BID NO Tennis Court Renovations VOLUME I. Date Due: May 17th, 2018 at 10:30am

INVITATION TO BID. Contract Documents will be available after 8:30 A.M. on July 26, 2018.

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents

PROPOSAL PACKAGE INFORMATION SHEET *Please Read Prior to Submitting Your Bid*

REQUIRED BID FORMS SECTION

PORT OF EVERETT SECTION Insert Project Name in CAPS

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PROPOSAL REQUIREMENTS AND CONDITIONS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

ADVERTISEMENT FOR BIDS

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

NORFOLK AIRPORT AUTHORITY NORFOLK, VIRGINIA MARCH 31, 2017

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

GOLD CREEK FLUME CONCRETE PATCHING

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION

PROJECT MANUAL BID DOCUMENTS, CONTRACT DOCUMENTS. and CONSTRUCTION SPECIFICATIONS. for the construction of NATURAL GAS SYSTEM EXPANSION BENNETT ROAD

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

REQUIRED BID FORMS SECTION

Project Manual. For Glenloch Splash Pad And Pool Renovations

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

Convert Six East/West Tennis Courts to a North/South Orientation

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

Replace Transmission - Bulldozer

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date

Field 6 Fence Phase 1

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

JUNEAU DOUGLAS TREATMENT PLANT VECTOR DUMP IMPROVEMENTS

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015

SHILOH ELEMENTARY SCHOOL FENCING PROJECT FOR SHILOH ELEMENTARY SCHOOL DISTRICT TABLE OF CONTENTS

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

CITY OF LAGUNA NIGUEL PLANS, AND FOR

SUBDIVISION IMPROVEMENTS AGREEMENT

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

performed 9. For provider complaints: MC-7

REQUEST FOR PROPOSALS CONSULTANT SERVICES MOVING TO WORK (MTW) APPLICATION FOR THE HOUSING AUTHORITY OF COLUMBUS, GEORGIA

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid*

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

SALT AND SAND STORAGE FACILITY

Transcription:

CPL 14064.08 BID FORM SECTION 00 300-1 BID FORM BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) PROJECT DESCRIPTION: The project consists of the construction of a sidewalk and associated grading, curbing and drainage. THIS BID IS SUBMITTED TO: City of Chamblee, Georgia (hereinafter called Owner) acting through its City Council. A. Undersigned Bidder offers and agrees to enter into Agreement with Owner, in accordance with the instructions, requirements and forms included in Bid Document Package (including the Invitation to Bid and Instructions to Bidders Package), and to complete all Work for the Bid Price and within required calendar days, all in accordance with the Bid Document Package. Bidder accepts terms and conditions contained in Bid Document Package including without limitation those dealing with Owner s time for accepting Bid and disposition of Bid Security. In submitting this Bid, Bidder makes representations required by Instructions to Bidders and further warrants and represents: Bidder has examined Bid Document Package, including Invitation for Bids and Instructions to Bidders, and following addenda: No. 2-8-19 Bidder has examined site and locality where the Work is to be performed and legal requirements (federal, state, and local laws, ordinances, rules, and regulations) and conditions affecting Work cost, difficulty, progress, or performance and has made independent investigations as Bidder deems necessary. B. Bidder has carefully studied reports and drawings indicating subsurface conditions and drawing depicting physical conditions as identified in General Conditions and accepts determination concerning technical data contained in reports and drawings on which Bidder is entitled to rely. C. Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) examinations, investigations, explorations, tests, and studies (in addition to or to supplement those referred to in B above) pertaining to subsurface or physical conditions at site or otherwise affecting cost, progress, performance, or furnishing Work as Bidder considers necessary for -B1-

CPL 14064.08 BID FORM SECTION 00 300-2 performing or furnishing Work at Contract Price, within Contract Time, and in accordance with terms and conditions contained in Bid Document Package, including specifically provisions stated in General Conditions and no additional examinations, investigations, explorations, tests, reports, or similar information or data are or will be required by Bidder. D. Bidder has reviewed and checked Plans and data shown or indicated on Bid Document Package with respect to existing underground facilities at or contiguous to site and assumes responsibility for accurately locating underground facilities. No additional examinations, investigations, explorations, tests, reports, or similar information or data concerning underground facilities are or will be required by Bidder in order to perform and furnish Work at Contract Price, within Contract Time, and in accordance with terms and conditions contained in Bid Document Package, including specifically provisions stated in General Conditions. E. Bidder has correlated results from observations, examinations, investigations, explorations, tests, reports, and studies with terms and conditions contained in Bid Document Package. F. Bidder has given Owner written notice concerning conflicts, errors, or discrepancies discovered in Bid Document Package and written resolution by Owner is acceptable to Bidder. G. This Bid is genuine and not made in interest of or for any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules produced by any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit false or sham Bid; Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. Bidder submits following lump sum/unit prices identified in Bid Form as part of this Bid: BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) BIDDERS SIGNATURE: BASE BID ITEM CODE ITEM DESCRIPTION QUANTITY UM UNIT PRICE TOTAL 150-1000 TRAFFIC CONTROL - 1 LS 151-1000 MOBILIZATION - 1 LS 163-0232 TEMPORARY GRASSING 1 AC 163-0300 CONSTRUCTION EXIT 3 EA 163-0529 CONSTRUCT AND REMOVE TEMPORARY SEDIMENT BARRIER OR BALED STRAW CHECK DAM 2,000 LF -B2-

CPL 14064.08 BID FORM SECTION 00 300-3 163-0550 CONSTRUCT AND REMOVE INLET SEDIMENT TRAP 9 EA 165-0010 MAINTENANCE OF TEMPORARY SILT FENCE, TP A 2,000 LF 165-0071 MAINTENANCE OF SEDIMENT BARRIER - BALED 2,000 LF STRAW 165-0101 MAINTENANCE OF CONSTRUCTION EXIT 3 EA 165-0105 MAINTENANCE OF INLET SEDIMENT TRAP 9 EA 171-0010 TEMPORARY SILT FENCE, TYPE A C 2,000 LF 0030 210-0100 GRADING COMPLETE 1 LS 310-5020 GR AGGR BASE CRS, 2 INCH, INCL MATL 180 SY 310-5040 5060 GR AGGR BASE CRS, 4 6 INCH, INCL MATL 70 402-3910 11/2 IN RECYCLED ASPH CONC 12.5 MM 70 SUPERPAVE, GP 2 ONLY, INCL BITUM MATL & H LIME 439-0018 PLAIN PC CONC PVMT, CL 3 CONC, 8 INCH THK 70 SY 441-0600 CONC HEADWALLS 1 EA 441-0104 CONC SIDEWALK, 4 IN W/6"X6" 10/10 WWF 180 SY 441-6012 CONC CURB & GUTTER, 6 IN X 24 IN, TP 2 74 LF 444-1000 SAWED JOINTS IN EXIST PAVEMENTS - PCC 480 LF 550-1480 STORM DRAIN PIPE, 48 IN, H 1-10 284 LF 550-1481 STORM DRAIN PIPE, 48 IN, H 10-15 570 LF 550-1360 STORM DRAIN PIPE, 36 IN, H 1-10 126 LF 610-0215 REMOVE CHAIN LINK FENCE, 6 FT W/BARBED WIRE & 110 LF EXT ARMS 610-0300 MAINTAIN EXISTING PERIMETER SECURITY FENCE 1 LS 610-0355 REM CONC CURB & GUTTER ALL SIZES 74 LF 610-2586 REM ASPH PVMT INCL BASE 70 SY 610-2815 REM CONC SIDEWALK 180 SY 610-2705 REM CONC APPROACH SLAB 533 SY 611-3010 RECONSTR DROP INLET, GROUP 1 (CONVERT TO JB 4 TOP OR GRATE INLET TOP) EA 611-8050 ADJUST MANHOLE TO GRADE 4 5 EA 643-2152 CHAIN LINK FENCE W/EXT ARMS & BARBED WIRE, ZC 85 COAT, 6 FT, 9 GA LF 668-2105 DROP INLET, GP 1, SPCL DES JUNCTION BOX 8 5000 EA 681-4361 RESET LIGHT POLE 1 EA REMOVE TREE 8 EA SY SY Dollars Cents (Base Bid Includes all work identified in the contract documents). BID ADD ALTERNATE $ -B3-

CPL 14064.08 BID FORM SECTION 00 300-4 The items below will be added to the contract pending evaluation of field conditions and ability to save or preserve trees, at the city s discretion. ITEM CODE ITEM DESCRIPTION QUANTITY UM UNIT PRICE TOTAL ALTERNATE 1 ALTERNATE 2 REMOVE TREES, SHEET DM 1.3 REMOVE 32" AND 35" DIA OAK TREES, SHEET DM 1.4 4 1 EA LS Attached prices shall include all labor, materials, balling, shoring, removal, overhead (Direct and Indirect), profit, insurance, bonds, and other costs, to cover all finished Work. Bidder agrees this Bid shall be good and may not be withdrawn for a period of 90 calendar days after scheduled closing time for receiving bids. There is enclosed herewith a certified or cashier s check or a Bid Bond to the order of City of Chamblee, Georgia, in the sum of $ Dollars. Check or Bid Bond shall be equal to, not less than, the amount stipulated in INVITATION TO BID and it is understood and agreed that said check or Bid Bond shall be subject to terms and conditions stipulated in Bid Document Package. Undersigned Bidder hereby agrees to each and every stipulation in Bid Document Package pertaining to the submission of Bids and further, if awarded the Contract, duly agrees to execute and secure the required Contract and Bid Document Package within fifteen (15) days from service of Notice of Award and deliver a surety bond or bonds as required by General Conditions. The name and business address of Bidder to which all formal Notices shall be sent: Company: Address: Undersigned Bidder states the names and addresses of persons interested as principals in this Bid are as follows: (Write first name in full): -B4-

CPL 14064.08 BID FORM SECTION 00 300-5 BID NUMBER: CH2019-001Dev BID DATE: February 14, 2019 SUBMITTAL DATE: BY: (Bidder) BIDDERS SIGNATURE: Bidder shall state on line below, if a corporation, the name of State in which incorporated and the date of said incorporation: Undersigned Bidder states (he/she/they) (is a/are) citizen(s) of the United States and all partners, associates, or principals interested herein are citizens of the United States, except: (Give full names and addresses): Undersigned Bidder submitting this Bid certifies and affirms that such Bid is genuine and not collusive or sham; that said Bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any Bidder or person, to put in a sham Bid, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person to fix the Bid Price of affiant or any other Bidder, or to fix any overhead, profit, or cost element of said Bid Price, or of that of any other Bidder, or to secure any advantage against the City of Chamblee or any person interested in the proposed Contract; and that all statements contained in said Bid are true, and further, that such Bidder has not directly or indirectly submitted this Bid, or the contents thereof, or divulged information or data relative thereto to any association or to any member or agent thereof; and, that no member of Owner or other officers or employees of said Owner is interested directly or indirectly in the Bid or in any portion of the Bid nor the Contract or any part of the Contract which may be awarded the undersigned Bidder on the basis of such Bid. The undersigned bidder acknowledges the requirements of the Plans and Specifications for this project. It is further understood that quantities are approximate, are solely for the purpose of comparing proposals, and are not represented by the Owner as an accurate statement of the actual work to be performed under the Contract. The Bidder agrees to complete the Contract awarded within the allowable calendar days for completion from the date of the Notice to Proceed and he further agrees that the owner may retain from the monies which may become due the amount of five hundred dollars per day for each and every day that the completion of the work may be delayed. NOTE: See paragraph 13 of Instruction to Bidders for requirements in completing signature block below and remainder of this page. -B5-

CPL 14064.08 BID FORM SECTION 00 300-6 SIGNATURE: (President, Vice President or Corporate Office) DATE: PRINTED NAME: TITLE: ATTESTED BY: (Secretary of Corporation must attest) DATE: PRINTED NAME: TITLE: (Corporate Seal Required if Bidder is a Corporation) -B6-

CPL 14064.08 BID FORM SECTION 00 300-7 BIDDER S AFFIDAVIT BID NUMBER: CH2019-001Dev PROJECT DESCRIPTION: : STATE OF ) COUNTY OF ) (Name Printed) being duly sworn, deposes and says that he resides at that he is the (Title) (Name of Bidder) who signed the above Bid Form, that he was duly authorized to sign and that the Bid is the true offer of the Bidder, that the seal attached is the seal of the Bidder and that all the declarations and statements contained in the Bid are true to the best of his knowledge and belief. (Affiant) Sworn to and subscribed before me this day of, 2018. (Notary Public in and for County My Commission expires. (SEAL) -B7-

CPL 14064.08 BID FORM SECTION 00 300-8 FORM OF NON-COLLUSION AFFIDAVIT (This Non-Collusion Affidavit is Part of the Bid Documents) BID NUMBER: CH2019-001Dev PROJECT DESCRIPTION: : STATE OF ) COUNTY OF ) ) SS (Name Printed) being duly sworn, deposes and says that he is (sole owner, partner, president, secretary, etc.) the party making the foregoing Proposal or Bid; that such Bid is genuine and not collusive or sham; that said Bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any Bidder or person, to put in a sham Bid, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person to fix the Bid Price of affiant or any other Bidder, or to fix any overhead, profit, or cost element of said Bid Price, or of that of any other Bidder, or to secure any advantage against the City of Chamblee, or any person interested in the proposed Contract; and that all statements contained in said Proposal or Bid are true, and further, that such Bidder has not, directly or indirectly submitted this Bid, or the contents thereof, or divulged information or data relative thereto to any association or to any member or agent thereof; and, that no member of Owner or other officers or employees of said Owner is interested directly or indirectly in the Bid or in any portion of the Bid nor the Contract or any part of the Contract which may be awarded the undersigned Bidder on the basis of such Bid. (Affiant) Sworn to and subscribed before me this day of, 2018. (Notary Public in and for County My Commission expires (SEAL) -B8-

CPL 14064.08 BID FORM SECTION 00 300-9 BID BOND (This Bid Bond is part of the Bid Documents) BID NUMBER: CH2019-001Dev PROJECT DESCRIPTION: KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contract) a (Corporation, Partnership or individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of, and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto City of Chamblee (Name of Obligee) 5468 Peachtree Road Chamblee, Georgia 30341 (Address of Obligee) hereinafter referred to as Obligee, in the penal sum of: Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. -B9-

CPL 14064.08 BID FORM SECTION 00 300-10 Page 2 BID NUMBER: CH2019-001Dev SUBMITTAL DATE: BY: (Bidder) BIDDERS SIGNATURE: WHEREAS, the Principal is about to submit, or has submitted, to the City of Chamblee, Georgia, a proposal for furnishing materials, labor, and equipment for: PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT _ WHEREAS, the Principal desires to file this Bond in accordance with law in lieu of a certified Bidder s check otherwise required to accompany this Proposal. NOW, THEREFORE, the conditions of this obligation are such that if the proposal be accepted, the Principal shall within ten days after receipt of notification of the acceptance, execute a Contract in accordance with the Proposal and upon the terms, conditions, and prices set forth in the form and manner required by the City of Chamblee, Georgia, and execute a sufficient and satisfactory Performance Bond and Payment Bond payable to the City of Chamblee, Georgia, each in the amount of 100% of the total Contract Price, in form and with security satisfactory to said City of Chamblee, Georgia, and otherwise, to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to the City of Chamblee, Georgia, upon demand, the amount hereof in good and lawful money of the United States of America, not as a penalty, but as liquidated damages. PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A. 13-10-1, et. sea. And 36-86-101, et. seg. and is intended to be and shall be constructed as a bond in compliance with the requirements thereof. (SIGNATURES NEXT PAGE) Page 3 -B10-

CPL 14064.08 BID FORM SECTION 00 300-11 Signed, sealed, and dated this day of A.D.,. ATTEST: (Principal Secretary) (SEAL) (Witness as to Principal) (Address) ATTEST: (Attorney-in-fact) (SEAL) (Witness as to Surety) (Address) (Principal) By: (Address) (Surety) By: (Attorney-in-Fact and Resident Agent) (Address) NOTE: Date of Bond must not be prior to date of Contract. If Contractor is Partnership, all partners should execute Bond. IMPORTANT: Surety companies executing Bonds must appear on the Treasury Department s most current list (Circular 570 as amended) and be authorized to transact business in the State where the project is located. -B11-