HomeMy WebLinkAbout05-5131
II
I ERIC DIFFENBAUGH SURVEYING,
Plaintiff
: IN THE COURT OF COMMON PLEAS OF
: CUMBERLAND COUNTY, PENNSYLVANIA
v.
: NO. 05- 5/31
CIVIL TERM
A& L, INC.
: CIVIL ACTION - LAW
Defendant
NOTICE
YOU HAVE BEEN SUED IN COURT. If you wish to defend against the claims
set forth in the following pages, you must take action within twenty (20) days after this
Complaint and Notice are served, by entering a written appearance personally or by
attorney and filing in writing with the Court your defenses or objections to the claims set
forth against you. You are warned that if you fail to do so the case may proceed without
you and a judgment may be entered against you by the Court without further notice for
any money claimed in the Complaint of for any other claim or relief requested by the
Plaintiff. You may lose money or property or other rights important to you.
YOU SHOULD TAKE THIS PAPER TO YOUR LAWYER AT ONCE. IF YOU DO
NOT HAVE A LAWYER OR CANNOT AFFORD ONE, GO TO OR TELEPHONE THE
OFFICE SET FORTH BELOW TO FIND OUT WHERE YOU CAN GET LEGAL HELP.
Southwestern Pennsylvania Legal Aid Svcs.
10 W. Cherry Street
Washington, PA 15301
(724) 225-6170
Washington County Bar Association
Washington Trust Building
30 E. Beau Street, Ste. 523
Washington, P A 15301
(724) 225-6710
~
v.
: IN THE COURT OF COMMON PLEAS OF
: CUMBERLAND COUNTY, PENNSYLVANIA
~ NO. 05- .,5/3/ CIVIL TERM
: CIVIL ACTION - LAW
ERIC DIFFENBAUGH SURVEYING,
Plaintiff
A& L, INC.
Defendant
COMPLAINT
1. Plaintiff, Eric Diffenbaugh Surveying is a sole proprietorship owned and
operated by Eric L. Diffenbaugh, a Professional Land Surveyor whose address is 25
Broad Street, Newville, Cumberland County, Pennsylvania, 17241.
2. Defendant, A & L, Inc., is a Pennsylvania business corporation with its
principal place of business located at 4201 State Route 51, Belle Vernon, Washington
County, Pennsylvania, 15012.
3. At all times relevant hereto Plaintiff, Eric Diffenbaugh Surveying was a
sole proprietorship owned by Eric L. Diffenbaugh, Professional Land Surveyor, which
was in the business of providing professional surveying services to the Defendant and
other similarly situated businesses.
4. In June 23, 2003, Plaintiff and Defendant signed a Purchase Order dated
June 3, 2003 calling for Plaintiff to provide surveying services to Defendant for its
project at the HIA (Harrisburg International Airport) Taxiway. The terms stated on the
Purchase Order are "Net 30" (days). See Exhibit "A" attached hereto.
5. The services contracted for in the Purchase Order were performed by
Plaintiff between July 11, 2003 and February 11, 2005, which services were invoiced to
the Defendant on several separate invoices dated from August 22,2003 to February 10,
2005.
6. From the date of the Purchase Order through today, Defendant never
contacted Plaintiff with any complaints or concerns about the work performed or the
invoices received.
7. On May 5,2005, Plaintiff wrote to Defendant, who had not paid for the
services provided by Plaintiff, requesting that nine (9) invoices be paid in full. See
Exhibit liB" attached hereto.
8. Defendant never responded directly to this letter.
9. Defendant has remitted payment for four of the subject invoices, but
presently is delinquent for five (5) invoices, nos. 2842, 2952, 2999, 3024, and 3040,
totaling $17,542.75, copies of which are attached to this Complaint as Exhibit "C".
10. Despite additional demands from Plaintiff's Attorney, the above sum has
remained unpaid as of the date of this Complaint.
WHEREFORE, for all the above reasons, the Plaintiff, Eric Diffenbaugh
Surveying, respectfully requests judgment in its favor in the amount of $17,542.75 plus
interest through the date of trial and the costs of suit.
Respectfully Submitted
TURO LAW OFFICES
.Q~-
Q/3o/05:
Date f
son, Esquire
~
PURCHASE ORDER TO:
4381
ERIC L. DIFFENBAUGH
25 BROAD STREET
NEWVILLE, PA
I Order Type
NEW ORDER
Ship Date
00-00-00
Name of Contact
ERIC DIFFENBAUG
I>> Contact Fax Number >>
SEQ
STOCK-NUMBER
1- PROVIDE
2- FOLLOWING RATES
3- ONE MAN FIELD
4- TWO MAN FIELD
5- OFFICE TIME FOR
6- A LICENSED
1. CADD TECHNICIAN
8- ETC. IF REQUIRED
17241
Date Needed
00-00-00
Contact's phone
( 717) 776-6420
(717) 776-9277
DESCRIPTION
A & L, INC.
4201 STATE ROUTE 51
BELLE VERNON, PA 15012
(724)929-2125 FAX-3011
SHIP TO:
Requisitioned By:
MIKE THOMAS
Terms
NET 30
P.O. For Job: 30600
HIA AIRPORT TAXIWAY
QTY ORD
SURVEYING SERVICES AT THE
CREW AS NEEDED
AS REQUIRED BY A & L, INC.
CREW AS NEEDED
COMPUTATIONS AND CUT SHEETS BY
SURVEYOR OR ENG. IF REQUIRED
FOR AS BUILT OR TOPO. DRAWINGS,
TAXABLE AMOUNT:
.00 @
EXHIBIT
I "A'I
1.000HR
1.000HR
1.000HR
1.000HR
30600
HIA AIRPORT TAXIWAY
HARRISBURG, PA
FOB
JOB AS NEEDED
P.O. For Customer:
UNIT COST
65.0000HR
77.0000HR
45.0000HR
38.0000HR
SUBTOTAL
.000\ SALES TAX
P.O. TOTAL
PURCHASE ORDER NO.
REVISION:
30605:
PURCHASE ORDER DATE 06-03-03
PAGE: 1
EXTENSION
225.00
.00
225.00
Ship Via
BEST WAY
For:
JOB CODES
65.00
030600 001705 6
77.00
030600 001705
45.00
030600 001705 6
38.00
030600 001705 6
~
PAGE: 2
PURCHASE ORDER 306-055
~ INDICATED QUANTITIES ARE ESTTh.1ATED. ACTUAL QUANTITIES
WIll BE AS REQUIRED BY A & I., INC. FOR THE PROJECT.
~ RATES FIRM FOR THE DURA nON OF THE PROJECT.
~ CERTIFIED PAYROLL REQUIRED.
~ ALL RATES ARE FOR ON THE JOB TIME ONLY (TRAVEL TllviE WILL
NOT APPLY).
- FOUR (4) HOUR l\.4INJ1\,1UM FOR FIELD CREWS ONLY.
- RATES INCLUDE ALL REQUIRED MATERIAL AND EQUIPlv1ENT
NECESSARY TO PROVIDE THE SERVICES REQUIRED BY A & 1., INC.
- ERIC L. DIFFENBAUGH WilL BE REQUIRED TO COMPLY WITH THE
HARRISBURG INTERNATIONAL AIRPORT DRUG AND ALCOHOL FREE
WORKPLACE PROGRAM AS SPECIFIED IN THE PRllvlE CONTRACT
DOCUMENTS.
- ERIC L. DIFFENBAUGH WILL BE REQUIRED TO COMPLY WITH TIlE
OWNER CONTROLLED INSURANCE PROORAM AS PER THE PRIME
CONTRACT DOCU1v1ENTS.
- . ERIC L. DIFFENBAUGH MUST COMPLY WITH ALL FEDERAL, STATE,
LOCAL AND CONTRACT SAFETY REGULATIONS.
- PURCHASE ORDER NUMBER REQUIRED ON ALL
CORRESPONDENCE AND INVOICES PERTAINING TO TillS
PURCHASE ORDER INVOICES SUBMITTED WITHOUT A
PURCHASE ORDER NUMBER WILL BE RETURNED UNPROCESSED
FOR REBILLING.
TERMS AND CONDITIONS
ACCEPTANCE: This Purchase Order is effective on acceptance by the Supplier, subject to the rights of
cancellation set forth in Paragraph 2. Acceptance of this Purchase Order by Supplier is hereby
~xpressly limited to the terms set forth herein. Supplier is hereby notified in advance of A & L
Inc.'s objection to any proposed additional or different terms and conditions.
CANCELLATION: A & L Inc. shall have the right to cancel this Purchase Order, in whole or in part, and
without charge or expense. If (a) the awarding authority or architect does not approve of Supplier as
qualified supplier, materialman or subcontractor or of Supplier's submittal drawings, submittal data,
materials or equipment, or (b) if Supplier breaches or fails to observe strictly any of the terms and
conditions of this Purchase Order, including without limitation of obligations to ship and deliver
materials or equipment as directed by A & L Inc.
(a) Return Privilege: In the event that Supplier is to furnish goods which are standard
catalog items as of the date of this Purchase Order, A & L Inc. shall have the right to
return to Supplier. Supplier shall refund to A & L Inc. or credit against the unpaid
amount hereunder the purchase price of such returned items.
COMPLIANCE WITH CONTRACT DOCUMENTS: The Contract Documents for the project specified are incorporated
herein by reference. Materials and equipment furnished under this Purchase Order shall comply with
and be manufactured in accordance with all the applicable provisions of the Contract Documents and
approved submittal drawings and data. No deviation from the Contract Documents shall be permitted
except with the prior written approval of both A & L Inc. and the awarding authority.
OPERATING & MAINTENANCE MANUALS: Supplier shall furnish sets of operating and maintenance
manuals to A & L Inc. within weeks from the date of approval by A & L Inc. of the submittals.
If there are no operating and maintenance manuals for the equipment and materials furnished, Supplier
shall furnish to A & L Inc. additional copies of the approved submittals.
(a) Operating & Maintenance Instructions: Supplier shall furnish qualified personnel,
without additional cost to provide on-site operating and maintenance instructions and
supervision to representatives designated in the Contract Documents, or in the absence
of such designation therein, to representatives designated by A & LIne.
RELEASE OF EQUIPMENT: Upon written release by A & L Inc. purchasing department of the materials and
equipment for fabrication, Supplier must notify A & L Inc. purchasing department production cycle
shipping schedule and DELIVERY FORTY-EIGHT (48) HOURS IN ADVANCE OR A & L Inc. RESERVES THE RIGHT TO
REFUSE SHIPMENT, if transportation or delivery requirements cannot be maintained, Supplier must notify
~ & L Inc. immediately.
SHIPMENT AND DELIVERY: Each shipping crate, package, or other shipping container shall be plainly
addressed as shown on the "SHIP TO" section of this Purchase Order and marked with this Purchase Order
number and special project, tagging as required, and shall have two (2) copies of packing list in
securely attached weatherproof envelope. Supplier shall ship all materials and equipment in a manner
as to facilitate unloading. If difficulty is experienced in unloading, A & L Inc. shall be entitled
to backcharge for expenses incurred. Where open-top trailers are required, compliance with such
requirement is mandatory. Delivery of each shipment shall be made when and as directed by A & L Inc.
with respect to delivery of the specified equipment and materials, time as directed by A & L Inc. is
of the essence.
RENTED EQUIPMENT: If this Purchase Order is issued to rent or lease equipment, material or other
articles (hereafter referred to as "rented equipment"), all of the foregoing terms and conditions,
unless specifically excepted, and the additional following terms and conditions shall apply.
(a)
A & L Inc. shall pay to Supplier as rent for the rental period the sums,
adjustment as hereinafter provided as set forth on the reverse side hereof.
rental period, A & L Inc. shall be responsible only for ordinary
maintenance and such extraordinary repairs as caused by the negligence
its agents and employees, and the responsibility for all other
deterioration of the rented equipment shall be with Supplier.
subject to
During the
preventative
of A & L Inc.,
repairs to or
(b)
If the rented equipment should become inoperative through no fault of A & L Inc. the
rent to be paid by A & L Inc. shall be reduced proportionately to down time period. A &
L Inc. 's additional expenses, including operator costs and delay costs shall be credited
against the rent payable hereunder.
(c)
A & L Inc. shall return the rented equipment at the end of the rental period as provided
on the reverse side hereof.
(d)
If the rented equipment should be lost or stolen from A & L Inc. 1 s possession, A & L
Inc. shall promptly upon discovery of the loss or theft notify Supplier and such
notification shall terminate the rental period. A & L Inc. shall be responsible for
only such protection of the rented equipment as is commercially reasonable and if it is
found that A & L Inc., failed to provide such commercially reasonable protection, A & L
Inc. shall be liable to Supplier for fair market value of equipment at the end of the
rental period less (1) proceeds of Insurance thereon collected by Supplier and (2) that
portion of the rental payments during the rental period which exceeds the depreciation
of such equipment, as reflected on Seller's records for tax purposes.
(e) In ~he event that the rented equipment proves unsatisfactory for A & LIne. 's purposes
or :s no longer needed at the job site by A & L Inc., A & L Inc. may return the rented
esrulI?m~mt and by such return, thereupon terminate the rental period and A & LIne. 's
llablllty for future rent. Any terms or conditions, which are inconsistent with the
terms and conditions of this Purchase Order, contained in Supplier's rental form or
similar document shall have no force or effect and such rental form or similar document
shall serve only as a delivery receipt.
GUARANTEE: Supplier agrees that all materials and equipment furnished under this Purchase Order shall
be in strict compliance with the Contract Documents and approved submittal drawings and data and that,
for a period of time as called by the Contract Documents after acceptance by the owner or the
materials, or for one (1) year whichever is longer, all materials, equipment and workmanship shall be
free from defects. Supplier shall, at A & LIne. 's request, immediately remove, replace and/or
repair, at Supplier's expense and at the convenience and to the satisfaction of the owner and A & L
Inc., any such nonconforming or defective materials, equipment and workmanship.
INDEMNIFICATION: Supplier shall indenmify and save A & LIne. harmless against any liability for
damages and any loss and expense, including attorney's fees, sustained by reason of patent, trademark,
or copyright infringement claims with respect to anything furnished under this Purchase Order, and
Supplier shall defend any infringement action brought against A & LIne., and/or the awarding
authority.
TERMS OR PAYMENT; Payment of Invoices shall be according to the terms as stated on this Purchase
Order. The payment period shall be calculated from the last day of the month in which the Invoice has
been received. No charges shall be allowed for crating or drayage unless otherwise stated on the face
hereof, and A & L Inc. shall be entitled to a service charge of ten dollars on each collected freight
bill. INVOICES OR REQUESTS FOR PAYMENT WILL NOT BE HONORED UNLESS THEY ARE SUBMITTED IN TRIPLICATE
AND THE PURCHASED ORDER NUMBER IS INCLUDED ON SAME. ADDITIONALLY, INVOICES WILL NOT BE HONORED UNLESS
ACKNOWLEDGEMENT COPY OF PURCHASE ORDER IS EXECUTED AND RETURNED TO BUYER. As a condition to payment
by A & L Inc. all Invoices must carry a certification that with respect to the production of the
materials and equipment ordered hereunder. Supplier has fully complied with Section 12(a) of the Fair
Labor Standards of 1938, as amended, and all other applicable federal, state and municipal laws, rules
and regulations. Supplier hereby irrevocably waives all disclosures, notices, rights, claims,
privileges and benefits under Act 7 of 1994 of the General Assembly of the Commonwealth of
Pennsylvania known as the "Contractor and Subcontractor Payment Act," and the parties hereto agree
that none of the terms and provisions of said Act shall apply to this Subcontract or the Work, payment
or claims related to this Project.
~MEDIES: Where remedies and rights are specified for A & L Inc. hereunder they shall not be deemed
exclusive but cumulative to all other remedies and rights of A & L Inc. whether arising under common
law, case law, or statue, including the Uniform Commercial Code.
ASSIGNMENT: Supplier shall not assign this Purchase Order or any part thereof nor subcontract the
work or any part thereof without prior written consent of A & LIne.
AGREEMENT AND MODIFICATION: The Purchase Order and the attachments hereto, if any shall constitute
the entire contract between the parties, supersede all other written or oral agreements, and shall not
be amended, modified, changed nor may any provisions hereof be waived except in writing signed by A &
L Inc.
SAFETY AND HEALTH: Supplier warrants that all materials and equipment furnished under this Purchase
Order shall be in complete and strict compliance with all applicable local, state and federal safety
and health laws, regulations and ordinances and Supplier agrees to indemnify and save harmless A & L
Inc. from all claims, damages, liability, fines, penalties, assessments and costs including attorney's
fees resulting from any noncompliance therewith.
EQUAL OPPORTUNITY CLAUSE: A & LIne. is an Equal Opportunity Employer.
hereunder, Supplier (contractor) agrees as follows:
(a) The supplier will not discriminate against any employee or applicant for employment
because of race, religion, sex, national origin, veteran status or disability. The
Supplier will take affirmative action to ensure that applicants are employed and that
employees are treated during employment without regard to their race, color, religion,
sex, national origin, veteran status or disability. Such actions shall include, but not
be limited to the following: Employment, upgrading, demotion, or transfer, recruitment,
layoff or termination, rates of payor other forms of compensation and selection for
training including apprenticeship. The Supplier agrees to post in conspicuous places
available to employees and applicants for employment, notices to be provided setting
forth the provisions of the nondiscrimination clause.
During the performance
(b)
The Supplier will in all solicitations
behalf of the Supplier, state that all
for employment without regard to race,
status or disability.
The Supplier will send to each labor union or representative of wor~ers with ,which he
has a collective bargaining agreement or other contract of understandlng, a notlce to be
or advertisements for employees placed by or on
qualified applicants will receive consideration
color, religion, sex, national origin, veteran
(c)
(d)
p~ov~ded advising the said labor union
comml tments under Section 202 of E t' Or workers, representatives of the Supplier I s
notice in conspicuous places availa~~CUtlVe Ofder No. 1124 and shall post copies of the
e 0 emp oyees and applicants for employment.
The SUPP, lier will comply with all provisions of Execut;ve Order 11246
1 t ~ and of the rules,
regu a lons, and relevant orders of the Secretary of Labor.
(e)
The Supplier will furnish all information and reports required by Executive Order 11246
and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and
will permit access to his books, records, and accounts by the administering agency and
the Secretary of Labor for purposes of Investigation to ascertain compliance with such
rules, regulations, and orders.
(f)
In the event of the Supplier'S noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders this contract my be
cancelled, terminated, or suspended in whole or in part and the Supplier may be declared
ineligible for further Government contracts or federally assisted construction contracts
in accordance with procedures authorized in Executive Order 11246 and such other
sanctions may be imposed and remedies invoked as provided in Executive Order 11246 or
rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
(g)
The Supplier will include the portion of the sentence immediately preceding Paragraph
(a) and the provisions of Paragraphs (al through (g) in every subcontract or purchase
order unless exempted by rules, regulations, or orders of the Secretary of Labor issued
pursuant to Section 204 of Executive Order 11246 so that such provisions will be binding
upon each subcontractor or vendor. The Supplier will take such action with respect to
any subcontract or purchase order as the administering agency may direct as a means of
enforcing such provisions including sanctions for noncompliance. Provided, however,
that in the event a contractor becomes involved in or is threatened with litigation with
a subcontractor or vendor as a result of such direction by the administering agency, the
subcontractor or Supplier may request the United States to enter into such litigation to
protect the interests of the United States.
AMERICANS WITH DISABILITIES ACT: During the term of this contract, the Contractor agrees as follows:
(a) Pursuant to federal regulations promulgated under the authority of The Americans With
Disabilities Act, 28 C.F.R. 35.101 et seq., the Contractor understands and agrees that
no individual with a disability shall, on the basis of the disability, be excluded from
participation in this contract or from activities provided for under this contract. As
a condition of accepting and executing this contract, the Contractor agrees to comply
with the "General Prohibitions Against Discrimination," 28 C.F. R. 35.130, and all other
regulations promulgated under Title II of the Americans with Disabilities Act which are
applicable to the benefits, services, programs, and activities provided by the
Commonwealth of Pennsylvania through contracts with outside contractors.
(b) The Contractor shall be responsible for and agrees to Indemnify and hold harmless the
Commonwealth of Pennsylvania from all losses, damages, expenses, claims, demands, suits,
and actions brought by any party against the Commonwealth of Pennsylvania as a result of
the Contractor's failure to comply with the provisions of paragraph a above.
Eric 1. Diffenbaugh
Vendor
306
Job Number
306-055
Purchase Order Number
All invoices pertaining to this project must be submitted in triplicate and bear the ID#
306.055 or they will be returned unprocessed and unpaid.
Please sign and return all copies to A & L, Inc., 4201 State Route 51 South, Belle
Vernon, Pennsylvania 15012. No disbursements will be issued until executed copies are
received by A & L, Inc. If not received within seven (7) days, A & L, Inc. has the option
or canceling the order.
Final billing must be submitted to A & L, Inc. no later than thirty (30) days after
completion of your work.
NOTE: All materials and services to be furnished hereunder must comply with the
requirements of the plans, and specifications and contract documents governing the
project and are to be sold and delivered without any disclaimer of warranties of limitation
of remedies.
All delivery tickets must come to the jobsite with a carbon copy so that signatures will
appear as the wet signature.
Supplier to provide material safety data sheets with each shipment as required for
Community of Right to Know Regulations, U.S. EPA, SAFA Community Right to Know
Regulations and the OSHA 1926.59 Hazard Communications Regulations.
For Public Works Projects Certificates of Compliance as required by law must be
included with each shipment.
Questions regarding this purchase order 'to be directed to: Mike Thomas
A & L, INe.
Michael P. Thomas
By: ~:/[f~
Title: ()w~
Date: {tJ U /0:5
( I
,~~
I,
Total Number of Pages PO: 6
~~
~~
Eric L. Diffenbaugh
Professional Land Surveyor
May 5, 2005
25 Broad Street
Newville, PA 17241 .
(717) 776-6420
Fax (717) 776-9277
ediffenbaugh@pa.net
A & L, Inc.
4201 State Route 51
Belle Vernon, PA 15012
Attn: Bill Boyle
Dear ~r. Boyle,
Below is a list of outstanding invoices from the Harrisburg Airport project. Please pay
the remaining balance. I also have attached copies of the invoices.
2842 08/22/03 6,124.00
2952 07/17/04 6,518.25
2962 08/14/04 5,503.75
2969 09/01/04 2,565.00
2995 10/11/04 935.00
2997 11/05/04 2,436.25
2999 12/09/04 2,078.00
3024 01/02/05 1,426.25
3040 02/1 0/05 1.396.25
TOTAL $28,982.75
Please call me with any questions so that this matter can be resolved in a timely
fashion.
Sincerely,
Eric L. Diffenbaugh
EXHIBIT
l I. ~I
J .--8
SENDER: COMPLETE THIS SECTION
. Complete items 1, 2, and 3. Also complete
item 4 if Restricted Delivery is desired.
. Print your name and address on the reverse
so that we can return the card to you.
. Attach this card to the back of the mail piece,
or on the front if space permits.
1. Article Addressed to:
I! ~ t. ,J../lC.
If dO I SI-ak ~1. S-/
(Je/Ile.- Ver IICYl i fl1' / D{)}d
2. Article Number
(Transfer from service label)
7t1iJ~' 61?O
PS Form 3811, February 2004
D Agent
D Addressee
C. Date of Delivery
{;-y
D. Is delivery address different from item 1? ~ ~os .'
if YES. enter delivery address below: V'~O
3. Service Type
,)LCertified Mail
D Registered
D Insured Mail
D Express Mail
D Return Receipt for Merchandise
DC.a.D.
4. Restricted Delivery? (Extra Fee)
D Ves
Domestic Return Receipt
()O 0 d.
tJ {;)1, f tfCJr; V
,
102595-02-M-1540
Eric Diffenbaugh Surveying
25 Broad Street
Newville~ PA 17241
BILL TO
A & L, lie.
4201 State Route 51
Belle Vernon, PA 15012
TERMS
Net 30
DESCRIPTION
HARRISBURG AIRPORT TERMINAL APRON & RELATED WORK
Purchase order no. 306-055
Work done for the month of July 2003
7/11/03 Office time to compute coordinates for the fuel access road lay-out.
1.75 hours @ $45/hour
7/14/03 Set control points and recover existing control points to start the stake-out.
Stake MH's D36C, D36D, and D36E with two offset hubs.
Two man crew 8 hours @ $77/hour
7/15/03 Stake a grid on the apron south of the terminal with 20' rows and 50' intervals.
2-man crew 7.5 hours @ $77/hour
7/16/03 Finish grid on south side of terminal
I-man crew 8 hours @$65/hour
7/17/03 Mark limit of work for concrete removal at taxiway. Stake MH E23D and
pipe run between MH E23D and E23E.
2-man crew 3.5 hours @ $77/hour, & I-man crew 4.5 hours @ $65/hour
7/18/03 Mark limit of work for concrete removal on taxiway, and stake area for fence
relocation.
I-man crew 8.5 hours @ $65/hour
EXHIBIT
Total
I
" .
c:
Page 1
DATE
Invoice
8/22/2003 2842
INVOICE #
PROJECT
03-054
AMOUNT
78.75
616.00
577.50
520.00
562.00
552.50
Eric Diffenbaugh Surveying
25 Broad Street
Newville, P A 17241
Invoice
DATE
INVOICE #
8/22/2003 2842
BILL TO
A & L, Inc.
4201 State Route 51
Belle Vernon, PA 15012
TERMS PROJECT
Net 30 03-054
DESCRIPTION AMOUNT
7/21/03 Finish marking the limit of work for concrete removal. Stake a 300' x 300' 586.00
grid on the east side of the terminal for mass grading. Stake MH's
EI4I, E14H, E14G, and E14F.
2-man crew 5.5 hours @ $77/hour, I-man crew 2.5 hours @ $65/hour
7/22/03 Office computations to stake the electrical ductbank across the southern apron 45.00
I hour @ $45/hour
7/22/03 Staked sanitary sewer manholes lA, lB, 2,3, 3A, 4, 5, 6, 7, and 8 with two 520.00
offset hubs each. Stake 300' of electrical ductbank across the apron at
the southern side of the terminal at 50' interval.
l~man crew 8 hours @ $65/hour
7/23/03 Cross section the existing concrete pavement on taxiway E. Stake the 60' 276.25
radius point at the fuel farm access road cul.de-sac.
I-man crew 4.25 hours @ $65/hour.
7129/03 Staked the loop road from the existing taxiway to the start of the fuel fann 616.00
access road on each side of the road. Stake the fuel fann access road
from 0+00 to 7+00 on each side
2-man crew 8 hours @ $77 /hour
7/30103 Office computations to stake the top ofMH D35C 45.00
1 hour @ $45/hour
Total
Page 2
Eric Diffenbaugh Surveying
25 Broad Street
Newville, PA 17241
Invoice
DATE
INVOICE #
8/2212003 2842
BILL TO
A & L, Inc.
4201 State Route 51
Belle Vernon, PA 15012
TERMS PROJECT
Net 30 03-054
DESCRIPTION AMOUNT
7/30/03 Staked the fuel access road from 7+00 to 19+00 on the right side, and 9+00 to 585.00
19+00 on the left side. Stake the top ofMH D36C for forms to be set.
I-man crew 9 hours @ $65/hour
7/31/03 Stake MH's 165A and 165 B with two offset hubs. Restake the electrical 544.00
ductbank through the southern apron at a 50' interval. Stake MH D36D top
for forms. Locate the installed manholes to calculate the top locations.
Check grades on the fuel farm access road.
2-man crew 2 hours @ $77 /hour, I-man crew 6 hours @ $65/hour
Total $6,124.00
Page 3
Eric Diffenbaugh Surveying
25 Broad Street
Newville, PA 17241
Invoice
'Nvo'c~~~~l
2952
DATE
7/1712004
BILL TO
A & L, Inc.
4201 State Route 51
Belle Vernon, PA 15012
E TERMS PROJE.
03-05
Net 30
DESCRIPTION AMOUNT
HARRISBURG AIRPORT TERMINAL APRON & RELATED WORK
Purchase order no. 306-055
Work done for the month of June 2004
06/01/04 Set nails for taxiway "E" lights with (2) offset nails.
I-man crew 4 hours @ $65.00/hour
06/03/04 Stake the joint line with grades on the last concrete pavement bay on
the south apron next to the concourse building. Set nails for taxiway "E"
lights.
l-man crew 8 hours @ $65.00/hour
06/07/04 Set nails for taxiway "E't lights on curves with (2) offset nails. Started
marking grades for the pavers on the north taxiway.
I-man crew 9.5 hours @ $65.00/hour
06/08/04 Set nails for Taxiway "G" lights on curves with (2) offset nails.
2-man crew 9.75 hours @ $77.00/hour
06/08/04 Set stringline on the high points, and mark grades for the pavers on the
north taxiway "H". Stake the paving areas for stone next to the concourse
building and south apron paving areas
I-man crew 9,5 hours @ $65.00/hour
06/14/04 Computations for the fence and taxiway line striping.
5.5 hours @$45.DO/hour
Total
Page 1
CT
4
I
I
260.00 I
I
520.00 I
I
I
I
617.50
750,75
617.50
I
j
247.50 j
-.-.-.--\
I
!
_-",_._.-:-1
Eric Diffenbaugh Surveying
25 Broad Street
Newville, PA 17241
Invoice
INVOICE .!!~J
2952
DATE
7/17/2004
BILL TO
A & L, Inc.
4201 State Route 51
Belle Vernon, FA 15012
TERMS PROJE
Net 30 03..Q5
-
DESCRIPTION AMOUNT
06/14/04 Set nails for taxiway "0" lights with (2) offset nails each. Set grade stakes
for paving in the phase 3 area at the south apron. Staked manholes E14J
and E14GI with (2) offsets.
I-man crew 9 hours @ $65. OO/hour
06/17/04 Staked the fence around the north apron, sallyport, lay station, and basin
area toward the batch plant.
I-man crew 7.5 hours @ $65. OO/hour
06/18/04 Staked the underdrain along the paving on the south apron. Stake line
striping on taxiway "E".
I-man crew 8 hours @ $65.00/hour
06/19/04 Stake line striping on taxiways
I-man crew 5 hours @ $65.00/hour
06/21/04 Computations for line striping, MH D14A top, and basin grades.
3.5 hours @ $45.00/hour
06/21/04 Stake MH tops E9 and D14A. Staked for line striping on taxiways.
I-man crew 8 hours @ $65. OO/hour
06/22/04 Staked for line striping on taxiways.
I-man crew 8 hours @ $65.00fhour
~otal
Page 2
;:--'-~l
-~
4 ==~
585.00 I
I
I
I
487.50 ~
j
\
!
i
520.00 1
11
1
325.00 !
!
I
~
~
,
157.:50 ,
I
i
520.00
520.00
_.-J
1
._J
In~;'oi(:le
Eric Diffenbaugh Surveying
25 Broad Street
Newville, PA 17241
DATE
7/17/2004
BILL TO
A & L, Inc.
4201 State Route 51
Belle Vernon, FA 15012
E TERMS -
PROJE
03-05
I DESCRIPTION Net 30 AMOUNT
06/25/04 Staked the fence at the sanitary lay station. Staked the north end of the
north basin for grading.
I-man crew 6 hours @ $65. OOlhour
Total
Page 3
!N"OICE :#
~=~_J
-"-'-'-'''l-.'
CT I
--._.~l
4 \
j
----'-"-1
,
___._ -i
390,00 I
~
1
I
I
!
I
1
I
1
!
\
1
'I
\
I
I
I
i
\
I
!
-.---j
!
$\518.25 !
I
__._._._'1
Eric Diffenbaugh Surveying
25 Broad StrN~t
Newville., PA 17241
r- 8iU'''';'---~
~ .' . ..
I A~ &~ L; Inc. .
14.:01 State Route ~., 1
I BeHe Vernon, PA 15012
~
!
!
!
~---;.__....._-
r--"-'''''-
!
l-----~-,_.~--
I
I HARRJSBURG AIRPORT TERMINAL APRON & RELATED WORK
I Purchase order no. 306-055
I Work done for the month of November 20.0.4
111/03/04 Set nails and grades for concrete stringline in Phase 3 apron.
! I-man crew 4.5 hours @ $65.00Ihour
I
I I l!09/04
I
i!
111117/04-
I,
i
i
! '
i 11/19/04
I
!
~
Ii
~ 11 ;"4/'0",'
i' /.". .
~
~
i
i 11/25/03
a
~
,
1
11l/26/04
!
!
':...--_....,.00:'___..
Invoice
DATE
INVOICE #
12/9/2004 2999
--~--_.__._--------,
PROJECT I
E
TERMS
Net 30
03..054
DESCRIPTION
AMOUNT
29250
Set nails and grades for concrete forms in Phase 3 apron area. Set grade
stakes in taxiway "0" area.
l-man (~rew 4 hours @ $77.00Ihour
308.00
Compute taxiway and edge light offset coordinates.
1,75 hours @ $45.00Ihour
78.75
Stake the taxiway and edge lights with (2) offset nails in Phase 3.
I-man crew 6.75 hours @ $65.00Ihour
438.75
Set nails for the center of the taxiway lights after paving for corings.
I "lnatl crew 4 hours @ $65.00/hour
260.00
J 80.00 I
520.00 I
,
J
\
~
-----l
i
$2,078~
Compute coordinates for the line striping in Phase 3.
4 hours @ $45.00/hour
St.ake fOll'the line striping in Phase 3,
I,,,marl crew 8 hours @ $65.00Ihour
~otal
Eric Diffenbaugh Surveying
25 Broad Street
NewviUe, PA 17241
Invoice
DATE INVOICE #
1/2/2005 3024
BILL TO
A & L, Inc.
4201 State Route 51
Belle Vernon, PA 15012
TERMS PROJECT
Net 30 03-054
DESCRIPTION AMOUNT
HARRISBURG AIRPORT TERMINAL APRON & RELATED WORK
Purchase order no. 306;.()55
Workdooefor the month of Decentber 2004
12/15/04 Locate concrete apron andasphah paving areas to calculate yardage. 520.00
I-man crew 8 hours@ $65.00Ihour
14/16/04 Locateconcret.e apron and asphah paving areas to calculate yardage. 422.50
I-man crew 6.5 hours@ $65.00/hour
12/22/04 Plot locations of concrete apron and asphalt locations, calculate square 360:00
yardage, · and prepare an as-built drawing.
8 hours @ $45.00Ihour
12/23/04 Prepare existing contour drawing of the Phase 2 and 3 areas. 123.75
2.75 hours@$45.00Ihour
Total $1,426:25
Eric.Diff~ba;ugb Surveying
25 Broad Street
Newville, PA 17241
BILL TO
A& L, Inc.
4201 State Route 51
Bene Vemon, PA 15012
TERMS
Net 30
DESCRIPTION
HARRISBURG AIRPORT TERMINAL APRON & RELATED WORK
Purchase order no,-- 306"'()55
Work done for the months of January and February 2005
1118/05 Plot an as..builtline striping plan from surveyors coordinates-.
8 hours @$45.00/hour
1/19/05 Plot an as-built line striping plan from surveyors coordinates.
6 hours@$45/hour
1/20/05 Plot an as..built line striping plan from surveyors coordinates.
6 hours @$45.00/hour
1/21/05 Calculate square foota,ge of all line striping.
5.25 homs @$45.00/hour
02/11/05 Stake the buried electric and communication manholes at the glide slope area.
I-man fieldcrew4hour~@ $65.00/hour
Total
Inve'iee
DATE INVOICE #
2/10/2005 3040
PROJECT
03-054
AMOUNT
360.00-
270-.00
270.00
236.25
260.00
I
./
$1,396.2i
~
VERI FICA liON
I verify that the statements made in the foregoing Complaint are true and correct.
understand that false statements herein are made subject to the penalties of 18
Pa.C.S. ~4904 relating to unsworn falsification to authorities.
Dale R",frst'os
Eric . Diffenbaug, wner
Eric Diffenbaugh Surveying
~-
-.
~
~
,~
ex::;;
,.::t
()
~
--..c-
}3
\)'-
~~
~
'T'
~
~
~
~
~
~.
-,."
'$
::::>
,....., 0
(;:::-: -n
Ljl
e
( ).j
CJ
-0
~,,.,
_......r
<.:?
C)
-..J
----
SHERIFF'S RETURN - OUT OF COUNTY
CASE NO: 2005-05131 P
COMMONWEALTH OF PENNSYLVANIA:
COUNTY OF CUMBERLAND
ERIC DIFFENBAUGH SURVEYING
VS
A & L INC
R. Thomas Kline
, Sheriff or Deputy Sheriff who being
duly sworn according to law, says, that he made a diligent search and
and inquiry for the within named DEFENDANT
, to wit:
A & L INC
but was unable to locate Them
in his bailiwick. He therefore
deputized the sheriff of WASHINGTON
County, Pennsylvania, to
serve the within COMPLAINT & NOTICE
On October
24th , 2005 , this office was in receipt of the
attached return from WASHINGTON
Sheriff's Costs:
Docketing
Out of County
Surcharge
Dep Washington Co
Postage
18.00
9.00
10.00
68.90
1.11
107.01
10/24/2005
RON TURO
so, an::cEO?PY=--=___~-<::/ .,/
,~--=-~.:..z':::.'"
./ ______ ~~'./- c----L-____._. ..-
R. Thomas Kline
Sheriff of Cumberland County
Sworn and subscribed to before me
this '-/ ",:, day of'-ru---<.'-<..,~
, ,/
"'CooS ~A'D'
C _
~ 0 hOnO~ry
In The Court of Common Pleas Of Cumberland County, Pennsylvania
Eric Diffenbaugh Surveying
VS.
A & L Inc
No. 05-5131 civil
Now, October 4, 2005
, !, SHERIFF OF CUMBERLAND COUNTY, P A, do
hereby deputize the Sheriff of Washington
County to execute this Writ, this
deputation being made at the request and risk of the Plaintiff.
~~~
Sheriff of Cumberland County, PA
Affidavit of Service
Now,
,20_, at
o'clock
M. served the
within
upon
at
by handing to
a
copy of the original
and made known to
the contents thereof.
So answers,
Sheriff of
County, PA
Sworn and subscribed before
methis_dayof ,20_
COSTS
SERVICE
MILEAGE
AFFIDAVIT
$
$
John C. Rheel
Sheriff
Washington County, Pennsylvania
Office of ,the Sheriff
T. William Bryker
Chief Deputy
Courthouse Square
Suite 10 1
100 West Beau Street
Washington, Pa 15301
724-228-6840
Fax 724-223-4719
Sheriff File Number - 05004519
Court Docket #: 05-5131 CIVIL
County of WASHINGTON, Commonwealth of PENNSYLVANIA
ERIC DIFFENBAUGH SURVEYING
Affidavit of Service
vs.
COMPLAINT
A & L INC.
I hereby CERTIFY and RETURN that on 10/17/2005 at 12:00AM service was attempted with the due diligence and
inquiry for A & L INC.. Service was unable to be made for the following reasons: THIS ADDRESS IS NOT IN
WASHINGTON COUNTY.
SERVICE ATTEMPTS
Date: 10117/2005 4201 STATE ROUTE 51 BELLE VERNON. PA 15012
Fees Received from Attorney: N, E, 1. ($5,00), MILEAGE ($38.40), POSTAGE ($1.00), FIRST DEFENDANT BASE COST ($24.50) Total
Charges $68,90
Attorney Name: CUMBERLAND COUNTY SHERIFF, ONE COURTHOUSE SQUARE, CARLISLE, PA 17013
Affirmed & Subscribed to before
Me October 18, 2005
JERRY JERlCHO, Deputy Sheriff
11/"\ ' ~)(I' ,j'
r \ '{<.:~(., ,-t-tt'ft"~()/Q_
Notary Public
My conunission expires:
7~ro;;! ~~:,7'/~r~M~t~,~.l7
. _'i, ;".rv ~-'(J~!i"
~~~-_._----..-_d~0:t~:?J&J
cfLe&L.
Sheriff of Washington County
II
ERIC DIFFENBAUGH SURVEYING, : IN THE COURT OF COMMON PLEAS OF
Plaintiff : CUMBERLAND COUNTY, PENNSYLVANIA
v.
: NO. 05-5131
CIVIL TERM
i A& L, INC.
: CIVIL ACTION - LAW
Defendant
PRAECIPE
TO THE PROTHONOTARY:
Please settle, withdraw and discontinue the above-captioned matter on behalf of
the Plaintiff.
Respectfully Submitted
TURO LAW OFFICES
I/It?/O{"
, .
Date
<12~
'"
"-';
~,
"
(.
-~-I
'-. :.~,
SHERIFF'S RETURN. OUT OF COUNTY
..
CASE NO: 2005-05131 P
COMMONWEALTH OF PENNSYLVANIA:
COUNTY OF CUMBERLAND
ERIC DIFFENBAUGH SURVEYING
VS
A & L INC
R. Thomas Kline , Sheriff or Deputy Sheriff who being
duly sworn according to law, says, that he made a diligent search and
and inquiry for the within named DEFENDANT
I to wit:
A & L INC
but was unable to locate Them
in his bailiwick. He therefore
deputized the sheriff of WESTMORELAND
County, Pennsylvania, to
serve the within COMPLAINT & NOTICE
On December 20th, 2005 , this office was in receipt of the
attached return from WESTMORELAND
Sheriff's Costs:
Docketing
Out of County
Surcharge
Dep Westmoreland
Postage
-~--
18.00
9.00
10.00
50.75
.74
88.49
12/20/2005
RON TURO
So answe:r:.B,'--:7
"c:.;:,~ --"
."- ..- ....--~ ./., L_r"'~ ,.' --
R. Thomas Kline
Sheriff of Cumberland County
Sworn and subscribed to before me
this 3,uZ.. day of 9-r
;JOV(,_~.D~
):J't;c,i!h2I;,BF;7}
SHERIFF'S RETURN -- OUT OF COUNTY
.
CASE NO: 2005-05131 P
COMMONWEALTH OF PENNSYLVANIA:
COUNTY OF CUMBERLAND
ERIC DIFFENBAUGH SURVEYING
VS
A & L INC
R. Thomas Kline , Sheriff or Deputy Sheriff who being
duly sworn according to law, says, that he made a diligent search and
and inquiry for the within named DEFENDANT
/ to wit:
A & L INC
but was unable to locate Them
in his bailiwick. He therefore
deputized the sheriff of FAYETTE
County, Pennsylvania, to
serve the within COMPLAINT & NOTICE
On December 20th, 2005 , this office was in receipt of the
attached return from FAYETTE
Sheriff's Costs:
Docketing
Out of County
Surcharge
6.00
9.00
10.00
.00
.00
25.00
12/20/2005
RON TURO
So answer.-s: .-'
.....;;<.~.,
~_: ,/"~''''';C '7-'" -,-' :'~-'
R. Tn~as Kl rnef
Sheriff of Cumberland County
Sworn and subscribed to before
this J.-w-<.. day ofll.~
I
me
J.ov /..,
-
'\ '..
In The Court of Common Pleas of Cumberland County, Pennsylvania
Eric Diffenbaugh Surveying
VS.
A & LIne.
s<<~~
No.
05-5131 civil
Now,
November-16, 2005
, I, SHERIFF OF CUMBERLAND COUNTY, P A, do
hereby deputize the Sheriff of wP<'<TInQrP 1 rmn
County to execute this Writ, this
deputation being made at the request and risk of the Plaintiff.
r~?e~~~
Sheriff of Cumberland County, P A
Now, 1\...-'" )'b 0- {J' AJou
Affidavit of Service
, 20 b ~ ,at f} y8 o'clock L M. served the
within
upon
at '-\l\) \
St'Qj.~\
(\"'9 '1-<.- S; \u-r
&:LL E- VEil. ^,V..J
?~ ~v \\
l
ffj I ")Vl'2
by handing to
S"V\AJI \) ;)I)\\'"
~I
a
copy of the original
and made known to
the contents thereof.
So answers,
~'vtL ~
{Ij ~ 1J
t,,,, U~
Sheriff of LLh#/-'n?
/;),./-0-;- M-
County, PA
(
COSTS -5'0. ZC;
SERVICE
MILEAGE
AFFIDAVIT
~d. 91 :;(~
$
Sworn and subscribed before
me this 9illL day ofM~iiY7~A., 20b
R e.'
G ~~PubIiC
My Comml.2lco Expires Dec. ~u~5
$
Gary D. Brownfield, Sr.
Sheriff ,
FAYETTE COUNTY
Pennsylvania
61 East Main Street
Union town, Pennsylvania 15401
TELEPHONE: 724-430-1295 . FAX: 724-430-4030
CASE NUMBER ./
DATE: J J - /0' OS
.
6,"c-
~~-
10,'1')) '=
.~... (. l)
i.;':'I;:_~, '/..,.'
Jill..,,, ,3i.~
III i'~ll'tlr:lltilj lff" u:
&~111Ji:!l!t
.~~-_.-
Fayel:te County Courthouse
THE ENCLOSED DOCUMENTS HAVE BEEN RETURNED TO YOUR OFFICE FOR THE
"OLLOWING REASON (S)
ADVANCE FEE IS WRONG AMOUNT
OUR OFFICE ACCEPTS NO PERSONAL OR BUSINESS CHECKS, WE ONLY
ACCEPT ATTORNEY CHECK, MONEY ORDERS, OR CERTIFIED CHECKS
___ADDRESS IS NOT LOCATED IN FAYETTE CUI;'-JTY
WE DO NOT SERVE POST OFFICES, WE MUST HAVE COMPLETE PHYSICAL
ADDRESSES
CASE NEED TO BE FILED OR REINSTATED/REISSUED
FAILURE TO SIGN CHECK
TEN WORKING DAYS ARE REQUIRED FOR SERVICE /V
___OTHER_f\) or- I u i=A'1 eltc Uu IVT i
THANKS,
~/'
724-430- I 295
PLEASE RETURN THIS FORM TO OUR OFFICE WITH CORRECTIONS
THAT ARE NEED.