Loading...
3.08 3.8 BIDS\\AWARD Bid–Garrison Road Storm Sewer SlipLining – Kenyon Pipeline - Recommended by Chazen – 6-1-2020 RESOLUTION AUTHORIZING AWARD OF BID FOR GARRISON ROAD SEWER SLIPLINING PROJECT TO KENYON PIPELINE INSPECTIONS, LLC RESOLUTION NO. ______________________________________________________, 2020 INTRODUCED BY: ______________________________________________________ WHO MOVED ITS ADOPTION SECONDED BY: ________________________________________________________ WHEREAS, by Resolution No.: 234,2019, the Queensbury Town Board authorized establishment of the Garrison Road Drainage Project and the Garrison Road Drainage Capital Project Fund No.: 229 and engagement of Kenyon Pipeline Inspections, LLC (KPI) for CCTV investigation of the storm sewer on Garrison Road, and WHEREAS, by Resolution No.: 83, 2020, the Town Board authorized engagement of The Chazen Companies (Chazen) for engineering services related to the Garrison Road Storm Sewer Slip- Lining Project (Project) and Chazen accordingly prepared contract documents for bidding of the Project, and WHEREAS, General Municipal Law §103 requires that the Town advertise for bids and award the bid to the lowest responsible bidder meeting New York State statutory requirements and the requirements set forth in the Town’s bid documents and specifications, and nd WHEREAS, on May 22, 2020, the Purchasing Agent duly received and opened all received bids for the Project, and WHEREAS, the Purchasing Agent and Chazen have reviewed the bids and recommended that the Town Board authorize the bid award to the lowest responsible bidder, Kenyon Pipeline Inspections, LLC (KPI), for the lowest base bid of $115,155, and WHEREAS, there may be times when Change Orders may become necessary for such Project and therefore the Town Board wishes to provide authorization to the Town Highway Superintendent to approve and sign certain Change Orders up to a ten-percent (10%) contingency for Change Orders that he deems necessary or appropriate, and WHEREAS, the Town Board wishes to authorize a withdrawal and expenditure in the amount of $126,671 from Capital Reserve No. 64 toward this Capital Project, and WHEREAS, in accordance with New York State General Municipal Law §6(c), the Town Board is authorized to withdraw and expend funds from Reserve #64 subject to permissive referendum, NOW, THEREFORE, BE IT RESOLVED, that the Queensbury Town Board hereby awards the bid for the Garrison Road Storm Sewer Slip-Lining Project (Project) to the lowest, responsible bidder, Kenyon Pipeline Inspections, LLC (KPI) for the lowest base bid of $115,155, to be paid for from Capital Construction Account No.: 229-8540-2899, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes the Town Highway Superintendent to approve and sign Change Orders pertaining to such Project up to a ten-percent (10%) contingency or in the total amount not exceeding $11,515 that he deems necessary or appropriate, and BE IT FURTHER, RESOLVED, that the Town Board hereby finds that the withdrawal and expenditure for such Project are expenditures for a specific capital project for which the Capital Reserve Fund #64 was established, and BE IT FURTHER, RESOLVED, that the Town Board authorizes and directs that funding for such Capital Project shall be by a transfer from Capital Reserve Fund #64 in the amount of $126,671 to Capital Construction Account No.: 229-8540-2899, and BE IT FURTHER, RESOLVED that the Town Board authorizes and directs the Town Budget Officer to take all action necessary to establish the following accounts for such appropriations and revenues as necessary:  Revenue Acct No. – 229-0000-55031 (Interfund Revenue) $126,671;  Expense Acct. No. – 229-8540-2899 (Capital Construction) $126,671; and  Increase Appr 001-9950-69030-0064 Transfer to Cap Project $126,671; and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Supervisor to execute any necessary documentation, including any needed Agreement between the Town and KPI in form acceptable to the Town Supervisor, Budget Officer and/or Town Counsel, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Supervisor, Purchasing Agent, Budget Officer and/or Town Counsel to take any and all action necessary to effectuate the terms of this Resolution, and BE IT FURTHER, RESOLVED, that this Resolution is subject to a permissive referendum in accordance with the provisions of Town Law Article 7 and the Town Board hereby authorizes and directs the Town Clerk to publish and post such notices and take such other actions as may be required by law. th Duly adopted this 15 day of June, 2020, by the following vote: AYES : NOES : ABSENT: THE NORTH COUNTRY OFFICE Civil Engineers20 Elm Street, Suite 110 ChaKeP Land Surveyors Planners Glens Falls, NY 12801 C OM PA N I ES Environmental&Safety Professionals P:518.812.0513 or 888.539.9073 Landscape Architects Proud to be Employee Owned Transportation Planners&Engineers www.chazencompanies.com May 29, 2020 Town Supervisor John Strough Town of Queensbury 742 Bay Road Queensbury, New York 12804 Delivered via email only(johns@queensbury.net) Re: Contractor Bid Analysis—(Bids Collected on May 22,2020) Garrison Road Storm Sewer Sliplining Project Town of Queensbury, Warren County, New York Chazen Project#92000.07 Dear Supervisor Strough: On Friday, May 22, 2020,the Garrison Road Storm Sewer Sliplining Project bid opening was held. Five(5) bids were received and they included the following price ranges: • Base Bid: $115,155.00 to$161,700.00; The Chazen Companies(Chazen)has reviewed the submitted bid provided by Kenyon Pipeline Inspections, LLC. (KPI)for completion of the documents to be submitted with the bid,which represents"The Bid." KPI submitted the lowest base bid of$115,155.00. Chazen has completed a background verification of KPI which included confirming adequacy of the bid bond, and a reference check. Chazen has worked with KPI many times previously and all projects were completed satisfactorily. KPI's bid (including Bidder's Qualifications, Bid Bond and other data) is attached and was also reviewed during the background verification. Based on the information presented herein,Chazen, would not take exception to the Town awarding the project to KPI as a unit price contract, pending attorney review and acceptance. Thank you for your time and consideration of this matter. Please feel free to contact me at 518-824-1926 if you have any questions or require additional information.We are also available to meet with the Town and to discuss the award further should the Town desire. Once the Town Board awards the construction contract, Chazen will forward the Notice of Award to the Town for review and execution. Chazen Engineering, Land Surveying&Landscape Architecture Co.. P.C. Chazen Environmental Services, Inc. The Chazen Companies. Inc. Supervisor Strough May 29,2020 Page 2 Sincerely, Sean M. Doty, P.E., LEED AP, CPMSM Principal Director, Municipal Engineering Services Encl.: Kenyon Pipeline Inspection, LLC Bid cc: Supervisor John Strough—Town of Queensbury Joanne Watkins—Town of Queensbury Accountant Dave Duell-Town Highway Department Superintendent File Z:\projects\92000-92099\92000.00-Town of Queensbury\92000.07-T.Queensbury Garrison Road Storm Sewer Slip-Lining\ENG\BID PHASE\Bid Rec Letter\92000- 07 BidRecGarrison KPI.docx Chazen Engineering,Land Surveying& Town of Queensbury,Warren County,New York Landscape Architecture Co.,D.P.C. Garrison Road Storm Sewer Slip-Lining Project No.92000.07 SECTION 004113 BID FORM CONTRACT 1—GENERAL CONSTRUCTION The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions,and the Supplementary Conditions. ARTICLE 1—OWNER AND BIDDER 1.01 This Bid is submitted for:Town of Queensbury,Garrison Road Storm Sewer Slip-Lining 1.02 This Bid is submitted to: Town of Queensbury,742 Bay Road,Queensbury,NY 12804 1.03 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 1.04 The Work will be awarded as one(1)contract. ARTICLE 2—ATTACHMENTS TO THIS BID 2.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid Security in the form of a certified check, bank check, or a Bid Bond in accordance with the instructions to Bidders. B. List of Proposed Subcontractors; C. Non-Collusive Affidavit; D. Owner's Hold Harmless Agreement; E. Required Bidder Qualification Statement with supporting data, and; F. Certification of Compliance with the Iran Divestment Act. ARTICLE 3—BASIS OF BID—UNIT PRICES 3.01 Unit Price Bids A. Bidder will complete the Work in accordance with the Contract Documents for the following price(s): 1. UNIT PRICE BID—Refer to Section 012200—"UNIT PRICES"for scope of payment items. Estimated quantities are not guaranteed and are solely for the purpose of comparison of Bids and determination of initial Contract Price. Final payment will be based on actual in place quantities,as determined by the Owner or Owners representative. EJCDC°C-410,Bid Form for Construction Contract. Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 1 of 2 Chazen Engineering,Land Surveying& Town of Queensbury,Warren County,New York Landscape Architecture Co.,D.P.C. Garrison Road Storm Sewer Slip-Lining Project No.92000.07 2. If the required quantities of the items listed below are increased or decreased by Change Order, the adjustment prices set forth below shall apply to such increased or decreased quantities: EJCDC°C-410,Bid Form for Construction Contract. Copyright°2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 2 of 2 Chazen Engineering,Land Surveying& Town of Queensbury,Warren County,New York Landscape Architecture Co.,D.P.C. Garrison Road Storm Sewer Slip-Lining Project No.92000.07 BID SCHEDULE CONTRACT NO. 1—GENERAL CONSTRUCTION Item Est. Unit Price Extended Total �,° Description Unit Unit Price(Words (Figures) (Figures) I Mobilization Five Thousand dollars 1 LS $5,000.00 $5,000.00 (not to exceed 4%of the Base Bid price) Zero cents 2 Furnish&Install 8"Cured-In-Place Thirty Six dollars Pipe Liner,Storm Sewer Mains 505 LF $36.00 $18,180.00 Zero cents 3 Furnish&Install 10"Cured-In-Place Forty dollars 310 LF $40.00 $12,400.00 Pipe Liner,Storm Sewer Mains Zero cents Furnish&Install 12"Cured-In-Place Forty Five dollars 4 Pipe Liner,Storm Sewer Mains 605 LF $45.00 $27,225.00 Zero cents Furnish&Install Service Connection Three Thousand Five Hundredoltars 5 Pipe Lining,Cured-In-Place Pipe 3 EA $3,500.00 $10,500.00 Liner(Tophat) Zero cents 6 Lateral Cutting 3 EA Two Hundred Fifty dollars $750.00 $250.00 Zero cents Installation of Additional Catch Eighteen Thousand Six Hunddcollars 7 Basin System Zero cents Replacement of Existing Storm Twelve Thousand Five Hundr�c�lars 8 Sewer 1 LS ° $12,500.00 $12,500.00 Zero cents Ten Thousand dollars 9 Field Change Allowance 1 LS $10,000 $10,000.00 Zero cents TOTAL OF BASE BID UNIT PRICES $115,155.00 EJCDC•C-410,Bid Form for Construction Contract. Copyright©2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 3 of 6 Chazen Engineering,Land Surveying& Town of Queensbury,Warren County,New York Landscape Architecture Co.,D.P.C. Garrison Road Storm Sewer Slip-Lining Project No.92000.07 ADDITIONAL UNIT PRICES ARE REQUESTED The BIDDER shall provide bids on a unit basis below, that may be used by the Owner if needed.If these items are needed,they will be paid for out of the Field Change Allowance. Included in the bid stipulated shall be all costs including labor,materials, overhead and profit.These prices will not be added to the base bid to establish basis of award. In the event of a tie bid,the bid with the lower cost for these items will be considered for award. Unit Price A—HOURLY RATE FOR HEAVY CLEANING Total of Unit Price Items: Four Hundred DOLLARS ($400.00 ) (use words) (TOTAL"ADD/DEDUCT") Unit Price B—LATERAL LINING PER LINEAR FOOT(EXTENSION OF TOPHAT) Total of Unit Price Items: One Hundred DOLLARS ($100.00 ) (use words) (TOTAL"ADD/DEDUCT") EJCDC°C-410,Bid Form for Construction Contract. Copyright®2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 4 of 6 Chazen Engineering,Land Surveying& Town of Queensbury,Warren County,New York Landscape Architecture Co.,D.P.C. Garrison Road Storm Sewer Slip-Lining Project No.92000.07 BID SUMMARY TOTAL OF BASE BID UNIT PRICES: One Hundred Fifteen Thousand One Hundred Fifty-Five Dollars and Zero Cents ($115,155.00 ) (use words) (figures) TOTAL BID FOR UNIT PRICE A: Four Hundred ($400.00 ) (use words) (ADD/DEDUCT) TOTAL BID FOR UNIT PRICE B: One Hundred ($100.00 ) (use words) (ADD/DEDUCT) Note: In case of a discrepancy between unit prices written in words and figures,the unit prices written in words shall govern. In case of a discrepancy between unit prices bid and extended totals,the unit prices shall govern. Unit prices have been computed in accordance with Article 13.03, Paragraph C of the General Conditions. BIDDER acknowledges that quantities are not guaranteed, and final payment will be based on actual quantities determined as provided in the Contract Documents. ARTICLE 4—TIME OF COMPLETION 4.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement. 4.02 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 5—BIDDER'S ACKNOWLEDGEMENTS: ACCEPTANCE PERIOD, INSTRUCTIONS,AND RECEIPT OF ADDENDA 5.01 Bid Acceptance Period A. This Bid will remain subject to acceptance for forty-five(45)days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. EJCDC°C-410,Bid Form for Construction Contract. Copyright®2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 5 of 6 Chazen Engineering,Land Surveying& Town of Queensbury, Warren County,New York Landscape Architecture Co.,D.P.C. Garrison Road Storm Sewer Slip-Lining Project No.92000.07 5.02 Instructions to Bidders A. Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid security. 5.03 Receipt of Addenda A. Bidder hereby acknowledges receipt of the following Addenda: Addendum Number Addendum Date No. 1 5/18/2020 ARTICLE 6—BIDDER'S REPRESENTATIONS AND CERTIFICATIONS 6.01 Bidder's Representations A. In submitting this Bid,Bidder represents the following: 1. Bidder has examined and carefully studied the Bidding Documents, including Addenda. 2. Bidder has visited the Site, conducted a thorough visual examination of the Site and adjacent areas,and become familiar with the general,local,and Site conditions that may affect cost, progress,and performance of the Work. 3. Bidder is familiar with all Laws and Regulations that may affect cost, progress, and performance of the Work. 4. Bidder has carefully studied the reports of explorations and tests of subsurface conditions at or adjacent to the Site and the drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions,with respect to the Technical Data in such reports and drawings. 5. Bidder has carefully studied the reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, with respect to Technical Data in such reports and drawings. 6. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site;the Bidding Documents;and the Technical Data identified in the Supplementary Conditions or by definition, with respect to the effect of such information, observations, and Technical Data on (a)the cost, progress, and performance of the Work; (b)the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, if selected as Contractor; and (c)Bidder's(Contractor's)safety precautions and programs. 7. Based on the information and observations referred to in the preceding paragraph,Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract. 8. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. EJCDC°C-410,Bid Form for Construction Contract. Copyright®2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 6 of 6 Chazen Engineering,Land Surveying& Town of Queensbury,Warren County,New York Landscape Architecture Co.,D.P.C. Garrison Road Storm Sewer Slip-Lining Project No.92000.07 9. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents,and of discrepancies between Site conditions and the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. 10. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 11. The submission of this Bid constitutes an incontrovertible representation by Bidder that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. 12. NON-COLLUSIVE BIDDING CERTIFICATION. As required by section I03-d of New York State General Municipal Law,the Bidder has completed and submitted with the Bid the certification in Specification 004519. 13. The Bidders must comply with New York State Department of Labor Prevailing Wage Rate Schedule and conditions of employment. 6.02 Bidder's Certifications A. The Bidder certifies the following: 1. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association,organization,or corporation. 2. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 3. Bidder has not solicited or induced any individual or entity to refrain from bidding. 4. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 8.02.A: a. Corrupt practice means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process. b. Fraudulent practice means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of Owner,(b)to establish bid prices at artificial non-competitive levels, or(c)to deprive Owner of the benefits of free and open competition. c. Collusive practice means a scheme or arrangement between two or more Bidders,with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial,non-competitive levels. d. Coercive practice means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. EJCDC®C-410,Bid Form for Construction Contract. Copyright®2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 7 of 6 Chazen Engineering,Land Surveying& Town of Queensbury,Warren County,New York Landscape Architecture Co.,D.P.C. Garrison Road Storm Sewer Slip-Lining Project No.92000.07 BIDDER hereby submits this Bid as set forth above: Bidder: Kenyon Pipeline Inspection,LLC ed or d na re organization) By: (indivi aI's signature) Name: Jason R. Kenyon (typed or printed) Title: CEO (typed or printed) Date: 5/21/2020 (typed or printed) If Bidder is a corporation, a partnership, or a joint venture, at ch evidence of authority to sign. Attest: (individual's signature) Name: Kevin Mitchell (typed or printed) Title: Estimator/Project Manager (typed or printed) Date: 5/21/2020 (typed or printed) Address for giving notices: 68 Park Road Queensbury,NY 12804 Bidder's Contact: Name: Kevin Mitchell (typed or printed) Title: Estimator/Project Manager (typed or printed) Phone: 518-832-4070 Email: Kevin@KPISEWER.COM Address: 68 Park Road Queensbury,NY 12804 Bidder's Contractor License No.:(if applicable) EJCDC°C-410,Bid Form for Construction Contract. Copyright®2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 8 of 6 EJ'CDC DOC MC .,c `'ru PENAL SUM FORM ooCvMtKrs couv rr[t BID BOND Any singular reference to Bidder,Surety,Owner or other party shall be considered plural where applicable. BIDDER(Name and Address): Kenyon Pipeline Inspection LLC 68 Park Rd. Queensbury, NY 12804 SURETY(Name,and Address of Principal Place of Business): United States Fire Insurance Company 305 Madison Avenue Morristown, NJ 07962 OWNER(Name and Address): Town of Queensbury 742 Bay Road Queensbury, NY 12804 • BiD Bid Due Date:May 22, 2020 Description,(Pro,jest Name—Include Location): Garrison Road Storm Sewer Slip-Lining BOND Bond Number:: NA Date:May 22, 2020 Penal sum Five Percent of Amount Bid $ ---5%-_ (Words)_. (Figures) Suretyand Bidder; intendingto be legally bound hereby,subject to the,terms set,forth below,do each cause. this Bid Bond to be duly executed by an authorized officer;agent,or representative. BIDDER SURETY Kenyon Pipeline Inspection LLC United States Fire Insurance Company (Seal) P y (Seal) ,Bidder's Name Corporate Seai Surety's Na'`e and Co Seal By: ►mil ilust, -I Sii attire Signature(Attach Pawertof Attorney) 3-C-SC" i- KeP1 y011 Dawn J. Riley CJ Print Name Print Name (i '0 Attorney-in-Fact Title Title: Attest: ->✓-- --- Attest: See Power of Attorney Si nature g ke vir, A )GZe/l Signature. Title `;i?CY" f-'jc �- Title Note:Addresses are to be used for giving any required notice:. Provide execution by any additional parties,such,as joint venturers,if necessar.y.: EICOC°C-430,BWvo!ld(Peeat$tan corm):P„hfisned zo Prepared by the Er gineets#OiittContract Documentsfommittee, EJ DC 1 emret6R5 JQ'HI fAkkxt(: °°" "'sW" "'E� PENAL SUM FORM 1; Bidder and Surety,jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder's and Surety's liability. Recovery of such penal sum under the terms of this Bond shall be Owner's sole and exclusive remedy upon default of Bidder: 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents(or any extension thereof agreed to In writing byOwner)the executed Agreement required by the Bidding Documents and any performance:and payment bonds required by the Bidding Documents: 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder's Bid and Bidder delivers Within the time required by the Bidding Documents(or any extension thereof agreed to in writing by O;Wrier) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents,or 3.2 All Bids are rejected by Owner,or 3,3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents(or any extension thereof:agreed to in writing by Bidder and;if applicable,consented to by Surety when required by Paragraph-5 hereof). 4. Payment under this Bond wiill be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and.Surety of written notice of default from Owner, which notice will be given with reasonable promptness,identifying.this Bond and the Project and including a statement of the amount due. S Surety waives notice of any and all defenses based on or.`arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from�the Bid due date without Sure Consent:ty's written consent: ii No.suit or action shall be commenced under this Bond prior to.30 calendar days after the notice of default required in Paragraph 4 above:.is received by Bidder and Surety and in no case later than one year after the Bid,due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8 Notices required hereunder shall be in writing and sent to Bidder and.Surety at their respective addresses:shown on the face of this Bond Such notices may be sent.by personal delivery, commercial courier, or by United States Registered or Certified Mail,return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9: Surety shall cause to be attached to this Bond a current.and effective Power of Attorney evidencing the authori y otthe officer,agent,or,representative who executed this Bond'on behalf of Surety to execute,seal,and:deliver such Bond and bind the Surety thereby: 10 This Bond is intended to conform to all applicable statutory requirements Any applicable requirement of any applicable statute that has been omitted from this Bond shall.be deemed to.be included herein as if set forth at length if any provision of this Bond.conflicts with any applicable statute, then the:provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The:term"Bid"as used herein includes a Bid,offer,or proposal as applicable: EMCOC'C-430,BW$ond(Penal sum:Form)Published 2013::: Prepared by the Engineers Joird Contract Documents.Committee.. Page2'ofs2 Individual Acknowledgement State of County of On this day of , 20 , before me personally came to me known and known to me to be the individual(s) who executed the foregoing instrument, and acknowledged that he executed same. Notary Public My commission expires Limited Liability Company/Partnership Acknowledgement State of Q County of IO{ r .n Or)khis ; i day of MO;(I , 20(9O, before me personally came J L j(J ( Q. K.On 140 a member, manager or general partner of I•<-Q.4'l:L{(in' P7eit It 0 as in-et ion, 1..(' to me known and known to me to be the person who is described in and who executed the foregoing instrument and acknowledges to me that he executed the same. r ALANAHUTCHINSON Ci'v , 1- �It Notary Public,State of New Yod< " Notary Public Reg.No.01HU6365707 My commission expires , {�Q �lIcQ 1 Qualified In Warren County ". Commission Expires Oct 16,2021 Corporate Acknowledgement State of County of On this day of , 20 , before me personally came to me known, who being by me duly sworn, did depose and say that he resides in that he is the of the_ the corporation described in and which executed the foregoing instrument, and that he signed his name thereto by order of the Board of Directors of said corporation. Notary Public My commission expires Surety Acknowledgement State of New York County of Albany On this 18th day of May , 20 20 , before me personally came Dawn J. Riley to me known, who being by me duly sworn, did depose and say that he/she resides in Albany, New York that he/she is the Attorney-in-Fact of the_ United States Fire InsurarcP Company , the corporation described in and which executed the foregoing instrument; that he/she knows the Seal of said corporation; that one of the Seals affixed to the foregoing instrument is such Seal; that it was so affixed by order of the Board of Directors of said corporation; and that he/she signed his/her name the to by like order. N ry Publi My commis on expAs, THY J. JENNIN S Notary Public, State of New York Qualified in Albany County No. 4809843 Commission Expires May 31, Zc%ZL