HomeMy WebLinkAbout2012-07-30-Meeting Agenda
Public Service Committee Meeting Commission Chamber- 7/30/2012- 12:50 PM
PUBLIC SERVICES
1. Motion to approve the Bid Selection of Contract Management
Inc. and their contract for the Airport Rescue Fire Fighters
Station Renovations as approved by the Aviation Commission
at their May 31st and June 28th meetings.
Attachments
2. New Application: A. N. 12 - 23: A request by Daniel Magana
for an on premise consumption Beer license to be used in
connection with Bambino's Pizza and Things located at 3706
Mike Padgett Hwy Ste B. District 8. Super District 10.
Attachments
3. New Ownership Application: A. N. 12 - 24: A request
by Michael Schepis for an on premise consumption Liquor,
Beer & Wine license to be used in connection with Oliviana's
Pizzeria & Grill located at 399 Highland Ave. There will be
Sunday Sales. District 7. Super District 10.
Attachments
4. New Application: A. N. 12 - 25: A request by Krista S. Wight
for an on premise consumption Liquor, Beer & Wine license to
be used in connection with Southeastern Food Service and
Event Consulting, LLC located at 1204 Broad St. District 1.
Super District 9.
Attachments
5. New Application: A. N. 12 - 26: A request by Robert Morrison
for an on premise consumption Liquor, Beer & Wine license to
be used in connection with Whiskey Bar Kitchen located at
1048 Broad St. There will be Sunday Sales. District 1. Super
District 9.
Attachments
6. New Application: A. N. 12 - 27: A request by Shailen Patel for
an on premise consumption Beer license to be used in
connection with Straw Hat Pizza located at 2816 Washington
Rd. Ste. 104. District 7. Super District 10.
Attachments
7. Motion to approve the request to approve APAC Change Order Attachments
#1, a deductive change order, as approved by the Augusta
Aviation Commission at their May 31, 2012 meeting.
8. Motion to approve the request to approve APAC - Tennessee
Change Order #2 - Closeout of RWY 17-35 Rehab Project as
approved by the Augusta Aviation Commission at their May
31, 2012 meeting.
Attachments
9. Update from Mr. Wayne Hawkins regarding the activities of
the Augusta Port Authority. (Requested by Commissioner
Aitken)
Attachments
10. Motion to approve the Choate Contract Modification #8 - New
Fixed Base Operation (FBO) as approved by the Augusta
Aviation Commission at their June 28, 2012 Commission
meeting.
Attachments
11. Motion to appoint Mr. Craig Peoples to the Construction
Advisory Board for a four-year term to serve as the electrical
contractor representative.
Attachments
12. Motion to approve the Enterprise Leasing Company d/b/a
Alamo Rent-A-Car and National Car Rental lease agreement as
approved by the Aviation Commission at their June 28, 2012
meeting.
Attachments
13. Motion to approve a revised land lease for the Georgia State
Patrol as approved by the Aviation Commission at their June
28, 2012 meeting.
Attachments
14. Motion to approve the Bid and Contract with Departure Media,
Inc. (DMI) to handle the Airport’s In-Terminal Advertising
Concession as approved by the Aviation Commission at their
March 31, 2012 and June 28, 2012 meetings.
Attachments
15. Motion to approve the expenditure of SPLOST funds dedicated
to the New TEE Center in the amount of $42,479.15 for the
purchase, installation and startup of all scope associated with
the new integrated telecommunication system.
Attachments
16. Motion to approve an agreement with Augusta, Georgia and the
Sandridge Community Association (SCA) for Capital
Attachments
www.augustaga.gov
Improvement Projects at Jamestown Community Park.
17. Motion to approve the minutes for the Public Services
Committee held on July 9, 2012.
Attachments
18. Approve Reeves Construction Change Order #5 - Front Door
Parking Improvement Project as approved by the Augusta
Aviation Commission at their May 31, 2012 meeting.
Attachments
19. Motion to approve Reeves Contract Modification #6 - Front
Door Parking Lot Improvement Project as approved by the
Aviation Commission at their June 28, 2012 Meeting.
Attachments
20. Motion to approve the Southeast Development Area Access
Project - Augusta Regional Airport at Bush Field bid awarded
to Beam's Contracting, Inc. as approved by the Aviation
Commission at their June 28, 2012 meeting.
Attachments
21. Consider a request from Springfield Baptist Church to
hang/install light post banners commemorating the storied
legacy of Springfield Baptist Church as a part of the 225th
anniversary celebration.
Attachments
22. Motion to approve the expenditure of SPLOST funds dedicated
to the Webster Detention Center Phase II and Renovations, for
the purchase, installation, startup and all scope associated in the
estimated amounts as follows:
1. Security Electronics Equipment - $790,264.00
2. Detention Door Hardware - $142,733.00
3. Commercial Hardware - $65,120.00
4. Trane HVAC Equipment - $203,500.00
5. Southeast Automated Systems/Reliable Controls -
$306,638.00
Attachments
23. Motion to aprove Campbell & Paris Engineering Work
Authorization #21 - Design and Construction Management
Services, Airside Pavement Crack Repair and Marking Project
as approved by the Aviation Commission at their June 28, 2012
meeting.
Attachments
Public Service Committee Meeting
7/30/2012 12:50 PM
Airport Rescue Fire Fighters - Station Renovations
Department:Augusta Regional Airport
Caption:Motion to approve the Bid Selection of Contract Management Inc.
and their contract for the Airport Rescue Fire Fighters Station
Renovations as approved by the Aviation Commission at their
May 31st and June 28th meetings.
Background:The Augusta Aviation Commission through the County
Procurement Department issued a Bid for a Contractor to perform
the tasks required by through contract design documents. As a
result, four (4) bids were received.
Contract Management - $193,730.06 (Low
Bidder)
Stewart-Corbitt General Contracting - $242,535.00
SD Clifton Construction - $263,399.50
Courseaull Commercial - $292,551.00
Analysis:As a result to the process of acquiring an additional ARFF
Vehicle, it was determined the existing ARFF (Fire Station)
Building should be modified to house the new vehicle. This will
be accomplished by renovating the existing 3-bay area to include
an additional bay, and construct an addition to the building to be
used for storage, training and work out areas. In reviewing the
bids, it was determined Contract Management from Augusta, GA
had the lowest bid. County Procurement has reviewed the
information provided at the bid opening and found the information
to be complete. Contract Management has successfully performed
several projects similar in size in the Augusta area.
Financial Impact:A total cost of $193,730.06 for the Airport Rescue Fire Fighting
Station Renovations.
Alternatives:Deny request.
Recommendation:Approve the bid and contract with Contract Management, Inc. for
the renovations of the Airport Fire Station Renovations.Cover Memo
Item # 1
Funds are Available
in the Following
Accounts:
551-08-1301/54-13130
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 1
1
AIRCRAFT RESCUE FIRE FIGHTING (ARFF) RENOVATIONS
This Contract for (hereinafter designated as the "Contract") made and entered into as of
______________________________, by and between AUGUSTA-RICHMOND COUNTY
FOR THE AUGUSTA REGIONAL AIRPORT, (hereinafter designated as "Airport”) and
CONTRACT MANAGEMENT, INC (hereinafter designated as “Contractor”), a Georgia
corporation.
WITNESSETH:
WHEREAS, Augusta-Richmond County is the owner and operator of a full service
commercial airport known as the Augusta Regional Airport which is managed by the Augusta
Aviation Commission;
WHEREAS, the Augusta Aviation Commission has solicited a bid for the renovation of
the existing Fire Station located at the Airport and the Contractor submitted a Bid for said
services which was accepted by the Aviation Commission on behalf of Augusta-Richmond
County for the Airport;
NOW THEREFORE, in consideration of the mutual covenants, promises, and
agreements herein contained, the Airport and the Contractor hereby agree as follows:
The Services of the Contractor shall be in accordance with the scope of services and all
provisions provided herein.
I. SCOPE OF WORK
1.1 The term “Work” means the construction, labor, materials, equipment, tools,
machinery, testing, temporary services and utilities, supervision, administration, coordination,
planning, insurance, bonds, transportation, security, and all other services and things necessary to
provide the Owner with the facilities, improvements, features, and functions described in the
Specifications identified in Attachment A, and the Drawings identified in Attachment B. The
Specifications and the Plans are hereby incorporated into and made a part of this Contract. The
Contractor agrees to complete the Work in a good, firm, substantial and workmanlike manner in
strict conformity with this Contract.
Attachment number 1 \nPage 1 of 20
Item # 1
2
1.2 Additionally, the following specific items shall be considered a part of the
Contract Documents by reference when appropriately executed.
1.2.1 100% Labor and Materials Payment Bond.
1.2.2 100% Performance Bond.
1.2.3 The Certificate of Insurance (as described in Division 0 Section 00810 of
the Contract Specifications).
1.2.4 The Contractor's completed Bid Form dated May 23, 2012.
1.3 The Contractor agrees to furnish all of the materials and all of the equipment and
labor necessary and to perform all of the work entitled ARFF Renovations (contract,
Specifications and Drawings dated March 2012) prepared by Campbell & Paris Engineers, 313
Wingo Way, Mt Pleasant, South Carolina, 29464, in accordance with the requirements and
provisions of the Contract Documents.
1.4 Unless otherwise modified, the Contractor shall furnish all of the Work in
accordance with the Contract and all incidental work necessary to complete the Project in an
acceptable manner, ready for use, occupancy, or operation by the County. The Contractor shall
be responsible for the entire project and every part thereof.
II. TIME, TERM AND PAYMENT
2.1 Contract Time. The Contractor shall commence the Work under this Contract
within ten (10 ) calendar days from the date of receiving the Notice to Proceed, as evidenced by
official receipt of certified mail or acknowledgment of personal delivery, and shall fully
complete the Work within 180 calendar days from receiving such Notice to Proceed. The
Contract Time may be extended only by Change Order approved and executed by the Aviation
Commission, the County and the Contractor in accordance with the terms of this Contract.
2.2 Contract Price. As full payment for the faithful performance of this Contract,
the County shall pay the Contractor the Contract Price, which is an amount not to exceed of One
Hundred Ninety Three Thousand Seven Hundred Thirty Dollars and Six Cents
Attachment number 1 \nPage 2 of 20
Item # 1
3
($193,730.06), unless changed by written Change Order in accordance with the terms of this
Contract. Any increase of the Contract Price shall be by Change Order adopted and approved by
the Aviation Commission, the County and the Contractor in accordance with the terms of this
Contract.
2.3 Subject to satisfactory completion of work performed, payments on account
thereof shall be made as follows:
2.3.1 On or about the 15th of each month, 90 percent of the value proportionate
to the amount of the contract, of materials on the ground to be incorporated in the work and labor
and materials incorporated in the work up to and including the last day of the previous month, as
approved by the Engineer, less the aggregate of previous payments.
2.3.3 Upon substantial completion of the entire work, a sum sufficient to
increase the total payments to 95 percent of the Contract Price.
2.3.4 Within 30 days after the date of the final acceptance of the work, the
balance due under the Contract.
2.4 Contractor and County agree to abide by all applicable provisions of Georgia state
law concerning retain age, including but not limited to O.C.G.A. §13-10-80. If the terms of this
Contract concerning retainage conflict with state law, state law governs.
2.5 Invoices. Invoice(s) must be submitted as follows:
Original invoice(s) must be submitted to:
Jack Mayfield
Campbell & Paris Engineers
313 Wingo Way
Mt Pleasant, South Carolina 29464
III. NOTICE
Any notice or consent required to be given by or on behalf of any party hereto to any
other party hereto shall be in writing and shall be sent by (a) registered or certified United States
Attachment number 1 \nPage 3 of 20
Item # 1
4
mail, return receipt requested, postage prepaid, (b) personal delivery to the County’s Chief
Executive Officer and the Executive Assistant, (c) overnight courier service, or (d) delivered in
person to the Contractor or his authorized representative on the work site. All notices sent to the
addresses listed below shall be binding unless said address is changed in writing no less than two
weeks before such notice is sent. Future changes in address shall be effective upon written
notice being given by the Contractor to the County’s Executive Assistant or by the County to the
Contractor’s authorized representative via certified first class U.S. mail, return receipt requested.
Such notices will be addressed as follows:
To AUGUSTA-RICHMOND COUNTY:
For all notices to Augusta-Richmond County the address will be:
Airport Director
Augusta Regional Airport
1501 Aviation Way
Augusta, Georgia 30906
With a copy to:
Augusta General Counsel
Augusta Richmond County
Department of Law
501 Greene St.
Augusta, Georgia 30901
For all notices to CONTRACTOR the address will be:
James Williams
Contract Management, Inc.
1827 Killingsworth Road
Augusta, Georgia 30904
IV. FEDERAL WORK AUTHORIZATION
4.1 Pursuant to O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-
1-.02, the County cannot enter a contract for the physical performance of services unless the
Contractor and its Subcontractors register and participate in the Federal Work Authorization
Program to verify specific information on all new employees.
Attachment number 1 \nPage 4 of 20
Item # 1
5
4.2 Contractor certifies that it has complied and will continue to comply with
O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02.
4.3 Contractor agrees to sign an affidavit evidencing its compliance with O.C.G.A.
§13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. The signed affidavit is attached
to this Contract as Attachment C.
4.4 Contractor agrees that in the event that it employs or contracts with any
Subcontractor(s) in connection with this Contract, Contractor will secure from each
Subcontractor an affidavit that indicates the employee-number category applicable to that
Subcontractor and certifies the Subcontractor’s current and continuing compliance with
O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. Any signed
Subcontractor affidavit(s) obtained in connection with this Contract shall be attached hereto as
Attachment D.
V. CORPORATE AUTHORITY
Contractor agrees to execute the Certificate of Corporate Authority attached hereto as
Attachment E. The officials of the Contractor executing this Contract are duly and properly in
office and are fully authorized and empowered to execute the same for and on behalf of the
Contractor. Contractor has all requisite power and authority to enter into and perform its
obligations under this Contract. The execution and delivery by the Contractor of this Contract
and the compliance by the Contractor with all of the provisions of this Contract (i) is within the
purposes, powers, and authority of the Contractor; (ii) has been done in full compliance with
applicable law and has been approved by the governing body of the Contractor and is legal and
will not conflict with or constitute on the part of the Contractor a violation of or a breach of or a
default under any indenture, mortgage, security deed, pledge, note, lease, loan, or installment
sale agreement, contract, or other agreement or instrument to which the Contractor is a party or
by which the Contractor is otherwise subject or bound, or any license, judgment, decree, law,
statute, order, writ, injunction, demand, rule, or regulation of any court or governmental agency
or body having jurisdiction over the Contractor; and (iii) has been duly authorized by all
Attachment number 1 \nPage 5 of 20
Item # 1
6
necessary action on the part of the Contractor. This Contract is the valid, legal, binding and
enforceable obligation of the Contractor.
VI. PERFORMANCE AND PAYMENT BONDS
AND INSURANCE REQUIREMENTS
6.1 Within three (3) days from the date of Notice of Award of this Contract, the
Contractor, as principal, and the Gray Casualty & Surety Company, a surety company listed in
the Federal Register and licensed to write surety insurance in the State of Georgia, as surety,
shall give a Contract performance bond and a payment bond, each in the amount of One
Hundred Ninety Three Thousand Seven Hundred Thirty Dollars and Six Cents
($193,730.06), for the use of all persons doing work or furnishing skills, tools, machinery, or
materials under or for the purpose of this Contract, in accordance with the applicable provisions
of Georgia state law, including but not limited to, O.C.G.A. § 13-10-1 and § 36-91-21 et seq.
The life of these bonds shall extend through the life of this Contract including a sixty (60) day
maintenance period (where applicable) and a twelve-month guarantee period after the
completion of Work performed under this Contract.
6.2 It is further agreed between the parties hereto that if at any time after the
execution of this Contract and the surety bonds, the County shall deem the surety or sureties
upon such bonds to be unsatisfactory, or if, for any reason, such bonds cease to be adequate to
cover the performance of the Work, the Contractor shall, at its sole expense and within five (5)
days after the receipt of notice from the County to do so, furnish additional bond or bonds in
such form and amount and with such surety or sureties as shall be satisfactory to the County.
VII. AUTHORIZED REPRESENTATIVES
7.1 Airport’s Representative. Airport’s Representative shall be Gary LeTellier,
Executive Director or his designee.
7.2 Contractor’s Representative(s). Contractor must designate in writing a
person(s) acceptable to Airport to serve as its representative ("Contractor’s Representative”) in
all dealings with Airport. The initial Contractor’s Representative will be Contractor’s
Representative may be changed upon prior written notice delivered to Airport’s Representative.
Attachment number 1 \nPage 6 of 20
Item # 1
7
VIII. COMMERCIAL ACTIVITIES
Neither Contractor nor its employees may establish any commercial activity or issue
concessions or permits of any kind to third parties for establishing activities at the Airport.
IX. RECORDS AND AUDIT
Contractor and its subcontractors shall maintain records and accounts in connection with
all aspects in the performance of this Contract, including those which will accurately document
incurred costs, both direct and indirect, of whatever nature, during and for a period of three (3)
years from the expiration or other termination of this Contract, unless otherwise specified by
applicable law. Augusta-Richmond County may examine and copy, at all reasonable times, with
advance notification, those records and accounts. Contractor shall maintain all records in a
central location in Augusta-Richmond County.
X. CONTINGENT FEES
Contractor warrants that it has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Contract; and that
Contractor has not paid or agreed to pay any company, association, corporation, firm or person,
other than a bona fide employee working for Contractor, any fee, commission, percentage, gift or
any other consideration contingent upon or resulting from the award or making of this Contract.
For the breach or violation of this warranty and upon a finding after notice and hearing, the
County may terminate the Contract and, at its discretion, may deduct from the Contract Sum, or
otherwise recover the full amount of any such fee, commission, percentage, gift or consideration.
XI. NON-APPROPRIATIONS
Notwithstanding anything contained in this Contract, if sufficient funds have not been
appropriated to support continuation of this Contract for an additional calendar year or an
additional term of the Contract, this Contract shall terminate absolutely and without further
obligation on the part of Augusta-Richmond County at the close of the calendar year of its
execution or if Augusta-Richmond County suspends performance pending the appropriation of
funds.
Attachment number 1 \nPage 7 of 20
Item # 1
8
XII. REPRESENTATIONS AND WARRANTIES
12.1 Contractor’s Representations and Warranties Regarding Capacity to
Contract and Perform Work/Services. In order to induce Augusta-Richmond County to enter
into this Contract, Contractor hereby represents and warrants to Augusta-Richmond County as of
the date above written that:
12.1.1 Contractor is duly organized and validly existing in good standing
under the laws of the state of Georgia in which it is organized, is qualified to do business in all
jurisdictions in which it is operating, and has the power and authority to execute and deliver and
to perform its obligations under this Contract and the documents to which it is signatory; and
12.1.2 The execution, delivery and performance by Contractor and its
undersigned representative(s) of this Contract and other documents to which Contractor is a
signatory do not require the approval or consent of any other person, entity or government
agency and do not result in any breach of any agreement to which Contractor is a party or by
which it is bound; and
12.1.3 The execution, delivery and performance by Contractor of this
Contract and other documents to which it is a signatory have been duly authorized by all
necessary action, and constitute legal, valid and binding obligations of Contractor, enforceable
against Contractor in accordance with its terms;
12.1.4 No action, suit or proceeding to which Contractor is a party is pending
or threatened that may restrain or question this Contract, or any other document to which it is a
signatory, or the enjoyment of rights or benefits contemplated herein; and
12.1.5 Contractor has all State of Georgia Licenses and permits required for
the performance of Landscaping and Grounds Maintenance services and shall only use properly
licensed and trained persons to perform such services.
XIII. NON-DISCRIMINATION
The Contractor shall not discriminate against any employee, or applicant for
employment, because of race, creed, religion, color, sex or national origin, marital status,
Attachment number 1 \nPage 8 of 20
Item # 1
9
physical handicap or sexual orientation. Further, Contractor agrees, for itself, its personal
representatives, successors in interest, and assigns, as a part of the consideration hereof, that (1)
no person on the grounds of race, color, or national origin shall be excluded from participation
in, denied the benefits of, or be otherwise subjected to discrimination in the use Airport, (2) in
the furnishing of services at Airport, no person on the grounds of race, color, or national origin
shall be excluded from participation in, denied the benefits of, or be otherwise subjected to
discrimination, and (3) Contractor shall use Airport facilities in compliance with all other
requirements imposed by or pursuant to 14 CFR Part 152 and Title VI of the Civil Rights Act of
1964 and 49 CFR, Subtitle A, Part 21, Nondiscrimination in Federally Assisted Programs of the
Department of Transportation, and as such Title and Regulations may be amended.
XIV. AIRPORT SECURITY REQUIREMENTS/SPECIAL
IDENTIFICATION DISPLAY AREA (SIDA) BADGES
14.1 Contractor’s employees may be required to operate in Airport secure areas.
Contractor shall be required to obtain the Airport’s Special Identification Display Area (SIDA)
badges for any employee working in the secured area. Contractor shall comply, at its own
expense, with the Transportation Security Authority (TSA) and the Airport’s security
requirements for the Airport including, but not limited to employee training and badges.
Contractor shall cooperate with the TSA and the Airport on all security matters and shall
promptly comply with any project security arrangements established by the Airport. Compliance
with such security requirements shall not relieve Contractor of its responsibility for maintaining
proper security for the above-noted items, nor shall it be construed as limiting in any manner
Contractor’s obligation with respect to all applicable federal, state and local laws and regulations
and its duty to undertake reasonable action to establish and maintain secure conditions at and
around the Premises and throughout the Airport. All employees shall be properly badged and
comply with all Airport safety and security rules.
14.2 To qualify for the badge, individual must be fingerprinted and have a background
investigation completed. In addition, the Airport will conduct a background inquiry and require
finger printing of all individuals who will be working on the secured side of the Airport
screening point. This may also include collection of appropriate criminal history information,
Attachment number 1 \nPage 9 of 20
Item # 1
10
contractual and business associations and practices, employment histories, reputation in the
business community and credit reports for the Contractor, as well as, its employees.
14.3 Contractor consents to such an inquiry and agrees to make available to the Airport
such books and records the Airport deems necessary to conduct the review.
14.4 Contractor shall pay all costs associated with providing SIDA badges.
XV. CONTRACTOR’S OBLIGATIONS
The Contractor shall, in good workmanlike manner, do and perform, all work and furnish
all supplies and materials, machinery, equipment, facilities, and means, except as herein
otherwise expressly specified, necessary, or proper to perform and complete all the Work
required by this Contract, within the time herein specified, in accordance with the provisions of
this Contract and said Specifications and in accordance with the Drawings of the Work covered
by this Contract and any and all supplemental drawings of the Work covered by this Contract.
Contractor shall furnish, erect, maintain, and remove such construction, plants, and such
temporary works as may be required. Contractor alone shall be responsible for the safety,
efficiency, and adequacy of his plants, appliances, and methods, and for any damage which may
result from their failure or their improper construction, maintenance, or operation. The
Contractor shall observe, comply with, and be subject to all terms, conditions, requirements and
limitations of the Contract and Specifications, local ordinances, and state and federal laws; and
shall do, carry on, and complete the entire Work.
XVI. TEMPORARY SUSPENSION OR DELAY OF
PERFORMANCE OF CONTRACT
To the extent that it does not alter the scope of this Contract, the County may unilaterally
order a temporary stopping of the work, or delaying of the work to be performed by Contractor
under this Contract.
XVII. GEORGIA PROMPT PAY ACT NOT APPLICABLE
The terms of this Contract supersede any and all provisions of the Georgia Prompt Pay
Act.
Attachment number 1 \nPage 10 of 20
Item # 1
11
XVIII. RIGHT TO INSPECT PREMISES.
The County may, at reasonable times, inspect the part of the plant, place of business, or
work site of Contractor or any of its subcontractor or subunit thereof which is pertinent to the
performance of any Contract awarded or to be awarded.
XIX. COUNTY’S RIGHT TO SUSPEND OR TERMINATE WORK
19.1 Termination for Convenience. Upon thirty (30) days’ written notice to Contractor,
County may, for its own convenience and at its sole option, without cause and without prejudice
to any other right or remedy of County, elect to terminate the Contract by delivering to the
Contractor, at the address listed in the Notices section of this Contract, a notice of termination
specifying the effective date of termination.
19.2 Termination for Default. If the Contractor is adjudged bankrupt or insolvent, or if
he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is
appointed for the Contractor or for any of his property, or if he files a petition to take advantage
of any debtor’s act or to reorganize under the bankruptcy or applicable laws, or if he repeatedly
fails to supply sufficient skilled workers or suitable materials or equipment, payments to
Subcontractors or for labor, materials or equipment, or if he disregards laws, ordinances, rules,
regulations or orders of any public body having jurisdiction of the Work, or if he otherwise
violates any provision of the Contract, then the County may, without prejudice to any other right
or remedy and after giving the Contractor and his surety a maximum of seven (7) days from
delivery of a written notice, declare the Contract in default, and terminate this Contract. In that
even, the County may take possession of the Project and of all materials, equipment, tools,
construction equipment and machinery thereon owned by the Contractor, and call upon the
surety to finish the Work by whatever method deemed expedient. The County also may finish
the work by whatever methods the County deems expedient. The Contractor and its surety shall
be liable to the County for any and all damages and costs incurred by the County as a result of
any default by the Contractor, including without limitation all costs of completion or correction
of the Work, liquidated damages, attorneys’ fee, expert fees, and other costs of dispute
resolution.
Attachment number 1 \nPage 11 of 20
Item # 1
12
19.3 If Contractor’s services are terminated by County pursuant to subparagraph A or
B above, the termination will not affect any rights or remedies of County against Contractor then
existing or which may therefore accrue. Any retention or payment of moneys due Contractor by
County will not release Contractor from liability. If the Contractor can establish or it is
otherwise determined that the Contractor was not in default or that the failure to perform is
excusable, a termination for default will be considered to have been a termination for the
convenience of the County and the rights and obligations of the parties governed accordingly.
19.4 In case of termination of this Contract before completion of the Work, Contractor
will be paid only for materials and equipment accepted by the County and the Work
satisfactorily performed through the effective date of termination as determined by the County.
In no event shall Contractor be entitled to recover, lost profits, special, consequential or punitive
damages, attorney’s fees or costs as a result of said termination.
XX. INDEPENDENT CONTRACTOR STATUS AND
CONTRACTOR’S PERSONNEL
20.1 The Contractor will supervise and direct the Work, including the Work of all
Subcontractors. He will be solely responsible for the means, methods, techniques, sequences,
and procedures of construction. An experienced Superintendent and necessary assistants
competent to supervise the particular types of work involved shall be assigned to the Project by
the Contractor, and shall be available at all times when work is in progress. The name of the
Superintendent shall be submitted with qualifications of same prior to start of the Work and shall
be approved by the County prior to start of the Work. The Superintendent so named by the
Contractor shall be employed by the Contractor and shall have served in a supervisory capacity
on at least one Project of like description and size performed by the Contractor during the
previous twelve months. Under no circumstances shall an employee of any Subcontractor serve
as the Superintendent unless approved by the County. The Superintendent shall represent the
Contractor, and all directions given to the Superintendent shall be as binding as if given to the
Contractor. Important communications shall be confirmed in writing. Other communications
shall be similarly confirmed on written request in each case.
Attachment number 1 \nPage 12 of 20
Item # 1
13
20.2 The Contractor shall not change key members of its staff without the consent of
the County, unless such staff members prove to be unsatisfactory to the Contractor and cease to
be in its employ. If the Contractor intends to change a key staff member (defined as certain full-
time personnel stationed at the site including Project Manager, Superintendent, Project Engineer,
Assistant Project Manager, Assistant Superintendent, or Assistant Project Engineer) it shall give
the County written notice at least fifteen (15) days prior to the intended change. The written
notice shall include a description of qualifications for the new proposed key staff member. The
County shall have the right to approve or disapprove the proposed key staff member.
20.3 Only persons skilled in the type of work which they are to perform shall be
employed. The Contractor shall, at all times, maintain discipline and good order among his
employees, and shall not employ on the Work any unfit person or persons or anyone unskilled in
the work assigned him.
20.4 The relationship between the County and the Contractor shall be that of owner
and independent contractor. Other than the consideration set forth herein, the Contractor, its
officers, agents, servants, employees and any Subcontractors shall not be entitled to any County
employee benefits including, but not limited to social security, insurance, paid annual leave, sick
leave, worker's compensation, free parking or retirement benefits. All services provided by
Contractor shall be by employees of Contractor and subject to supervision by Contractor and not
as officers or employees of the County. Personnel policies, tax responsibilities, social security
payments, health insurance, employee benefits and other administrative policies, procedures or
requirements applicable to services rendered under this Contract shall be those of the Contractor,
not the County.
XXI. ASSIGNMENTS
The Contractor agrees it shall not sublet, assign, transfer, pledge, convey, sell, or
otherwise dispose of the whole or any part of this Contract or his right, title, or interest therein to
any person, firm, or corporation without the previous written consent of the County. If such
consent is obtained, the County and the Contractor each binds itself and its partners, successors,
executors, administrators, and assigns to the other party of this Contract and to the partners,
Attachment number 1 \nPage 13 of 20
Item # 1
14
successors, executors, administrators, and assigns of such other party, in respect to all covenants
of this Contract.
XXII. ROYALTIES AND PATENTS
The Contractor shall hold and save the County and its elected officials, officers, agents,
servants, and employees, harmless from liability of any nature or kind, including cost and
expenses for, or on account of, any patented or unpatented invention, process, article, or
appliance manufactured or used in the performance of the Contract, including its use by the
County, unless otherwise specifically stipulated in the Contract.
XXIII. LAWS AND REGULATIONS
23.1 The Contractor’s attention is directed to the fact that all applicable federal, state,
and County laws, municipal ordinances, and the rules and regulations of all authorities having
jurisdiction over construction of the Project shall apply to the Contract throughout, and they will
be deemed to be included in the Contract the same as though herein written out in full. The
Contractor shall keep himself fully informed of all laws, ordinances, and regulations in any
manner affecting those engaged or employed in the Work or the materials used in the Work or in
any way affecting the conduct of the Work and of all orders and decrees of bodies or tribunals
having any jurisdiction or authority over same. If any discrepancy or inconsistency should be
discovered in this Contract, or in the Drawings or Specifications herein referred to, in relation to
any such law, regulation, ordinance, order, or decree, he shall herewith report the same, in
writing, to the County. He shall at all times himself observe and comply with all such laws,
ordinances, and regulations, and shall protect and indemnify the County and its agents against
any such law, ordinance, regulation, order, or decree, whether by himself or by his employees.
23.2 Contractor shall not discriminate against any person in its operations, activities or
performance of Work under this Contract. Contractor shall affirmatively comply with all
applicable provisions of federal, state and local equal employment laws and shall not engage in
or commit any discriminatory practice against any person based on race, age, religion, color,
gender, national origin, physical or mental disability, or political affiliation. Contractor shall
maintain a Drug Free Workplace.
Attachment number 1 \nPage 14 of 20
Item # 1
15
XXIV. PERMITS AND INSPECTION FEES
24.1 Permits shall be secured by the Contractor and inspections will be required, but
the County will not charge the Contractor for such permits and inspections obtained from the
County. The Contractor shall secure and pay for any permits and inspection fees required by any
other governmental entity or agency.
24.2 Prior to execution of this Contract, Contractor shall provide the County with
copies of all required licenses, certifications and permits for the Contractor and/or all of
Contractor’s employees, personnel, agents or subcontractors performing services that require
licensure by the federal government, the State of Georgia, or the County. Contractor hereby
warrants and represents that at all times during the Contract Term it shall maintain in good
standing all required licenses, certifications, and permits required under federal, state and local
laws necessary to perform the services required by this Contract.
XXV. PROHIBITED INTERESTS
No official of the County who is authorized in such capacity and on behalf of the County
to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting, or
approving any architectural, engineering, inspection, construction, or material supply contract, or
any subcontract in connection with the construction of the Project, shall become directly or
indirectly interested personally in this Contract or in any part hereof. No officer, employee,
architect, attorney, engineer, or inspector of or for the County who is authorized in such capacity
and on behalf of the County to exercise any legislative, executive, supervisory, or other similar
functions in connection with the construction of the Project, shall become directly or indirectly
interested personally in this Contract or in any part thereof, any material supply contract,
subcontract, insurance contract, or any other contract pertaining to the Project.
XXVI. SEVERABILITY
If any provision of this Contract or the application thereof to any person or circumstance
shall to any extent be held invalid, then the remainder of this Contract or the application of such
provision to persons or circumstances other than those as to which it is held invalid shall not be
Attachment number 1 \nPage 15 of 20
Item # 1
16
affected thereby, and each provision of this Contract shall be valid and enforced to the fullest
extent permitted by law.
XXVII. CONFLICT IN DOCUMENTS AND PRESENT DOCUMENTS
The Contractor shall in no case claim a waiver of any specification requirements on the
basis of previous approval of material or workmanship on other jobs of like nature or on the
basis of what might be considered “standard” for material or workmanship in any particular
location. The Contract for this Project shall govern the Work. If any portion of the Contract
shall be in conflict with any other portion, the various documents comprising the Contract shall
govern in the following order of precedence: Contract, Change Orders or modifications issued
after execution of the Contract; the General Requirements of the Contract; the Specifications; the
Drawings; as between schedules and information given on the drawings, the schedules shall
govern; as between figures given on Drawings and the scaled measurements, the figures shall
govern; as between large-scale Drawings and small-scale Drawings, the larger scale shall
govern; and detailed drawings shall govern over general drawings; the Bid Document Package.
XXVIII. JUDICIAL INTERPRETATION
Should any provision of this Contract require judicial interpretation, it is agreed that the
court interpreting or construing the same shall not apply a presumption that the terms hereof
shall be more strictly construed against one party by reason of the rule of construction that a
document is to be construed more strictly against the party who itself or through its agent
prepared same, it being agreed that the agents of all parties have participated in the preparation
hereof and all parties have had an adequate opportunity to consult with legal counsel.
XXIX. USE OF AUGUSTA, GEORGIA LANDFILL
All contracts for contractors performing demolition and/or construction projects for
Augusta, Georgia shall contain a provision requiring that all debris, trash and rubble from the
project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in
accordance with local and state regulations. The contractor shall provide evidence of proper
disposal through manifests, which shall include the types of material disposed of, the name and
location of the disposal facility, date of disposal and all related fees.
Attachment number 1 \nPage 16 of 20
Item # 1
17
XXX. GOVERNING LAW
This Contract will be construed under Georgia law, including the Georgia Uniform
Commercial Code; all remedies available under that code are applicable to this Contract.
Contractor and Augusta-Richmond County fix jurisdiction and venue for any action brought with
respect to this Contract in Augusta-Richmond County, Georgia. Contractor specifically consents
to venue in Richmond County and waives any right to contest the venue in the Superior Court of
Richmond County, Georgia or the Southern District Court.
XXXI. ENTIRE AGREEMENT
This Contract constitutes the sole Contract between the County and the Contractor. No
representations oral or written not incorporated herein shall be binding on the parties. No
Change Order, Field Order, amendment or modification of this Contract shall be enforceable
unless approved by official action as provided in this Contract.
XXXII. COUNTERPARTS
This Contract may be executed in several counterparts, each of which shall be deemed an
original, and all such counterparts together shall constitute one and the same Contract.
XXXIII. CAPTIONS
The section captions contained in this Contract are for convenience only and do not in
any way limit or amplify any term or provision hereof. The use of the terms "hereof,"
"hereunder" and "herein" shall refer to this Contract as a whole, inclusive of the Attachments,
except when noted otherwise. The use of the masculine or neuter genders herein shall include
the masculine, feminine and neuter genders and the singular form shall include the plural when
the context so requires.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed
by their appropriate officials, as of the date first written above.
SIGNATURES CONTAINED ON FOLLOWING PAGES
Attachment number 1 \nPage 17 of 20
Item # 1
18
OWNER:
CITY OF AUGUSTA
By______________________________
David S. Copenhaver, Mayor
Date:
Attest:
Lena Bonner, Clerk of Commission
Date:
AUGUSTA AVIATION COMMISSION,
AUGUSTA, GEORGIA
By______________________________
Mr. Jay Forrester, Chairman
Date
Witness
Printed Name:
Date:
SIGNATURES CONTINED ON FOLLOWING PAGE
Attachment number 1 \nPage 18 of 20
Item # 1
19
CONTRACTOR:
By______________________________
Printed Name:
Date:
Witness
Printed Name:
Date:
Attachment number 1 \nPage 19 of 20
Item # 1
ATTACHMENT F
AUGUSTA RICHMOND COUNTY, GEORGIA
Contractor acknowledges that this contract and any changes to it by amendment,
modification, change order or other similar document may have required or may require the
legislative authorization of the Board of Commissioners and approval of the Mayor. Under
Georgia law, Contractor is deemed to possess knowledge concerning Augusta, Georgia's ability
to assume contractual obligations and the consequences of Contractor's provision of goods or
services to Augusta, Georgia under an unauthorized contract, amendment, modification, change
order or other similar document, including the possibility that the Contractor may be precluded
from recovering payment for such unauthorized goods or services. Accordingly, Contractor
agrees that if it provides goods or services to Augusta, Georgia under a contract that has not
received proper legislative authorization or if the Contractor provides goods or services to
Augusta, Georgia in excess of the any contractually authorized goods or services, as required by
Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any
unauthorized goods or services provided by Contractor. Contractor assumes all risk of non-
payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it
waives all claims to payment or to other remedies for the provision of any unauthorized goods or
services to Augusta, Georgia, however characterized, including, without limitation, all remedies
at law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia
contracts for goods and services, except revenue producing contracts.
This _____ day of _______________, 2012.
CONTRACTOR:
By______________________________
Printed Name:
Date:
_________________________________
Secretary
(Corporate Seal)
Attachment number 1 \nPage 20 of 20
Item # 1
Invitation To Bid
Sealed bids will be received at this office on Wednesday, May 23, 2012 @ 3:00 p.m. for furnishing:
Bid Item 12-153 Southeast Development Area Access Project for Augusta Regional Airport
Bid Item 12-154 Aircraft Rescue Fire Fighting Renovations for Augusta Regional Airport
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street –
Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors
and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications for each project which are
non-refundable is:
Bid Item 12-153 – Southeast Development Area Access Project $175.00
Bid Item 12-154 – Aircraft Rescue Fire Fighting Renovations $100.00
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this
policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through
Augusta Blue Print (706 722-6488) beginning Thursday, April 12, 2012. Bidders are cautioned that submitting a
package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods
or services, or coordination with other work that is material to the successful completion of the project. Bidders are
cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from
unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to
base his qualifications.
A Mandatory Pre Bid Conference will be held for Bid Item 12-153 – Southeast Development Area Access Project on
Tuesday, May 8, 2012 @ 11:00 a.m. in the Procurement Department, 530 Greene Street, Room 605. There will be a
mandatory site visit at the airport immediately following the 12:00 p.m. mandatory meeting.
A Mandatory Pre Bid Conference will be held for Bid Item 12-154 – Aircraft Rescue Fire Fighting Renovations on Tuesday,
May 8, 2012 @ 12:00 p.m. in the Procurement Department, 530 Greene Street, Room 605. There will be a mandatory site
visit at the airport immediately following the meeting.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to
the office of the Procurement Department by Friday, May 11, 2012 @ 5:00 P.M. No bid will be accepted by fax, all must be
received by mail or hand delivered.
No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond
is required to be submitted along with the bidders’ qualifications; a 100% performance bond and a 100%
payment bond will be required for award.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include
specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions,
applicable to the procurement. All specific requirements contained in the invitation to bid including, but not
limited to, the number of copies needed, the timing of the submission, the required financial data, and any
other requirements designated by the Procurement Department are considered material conditions of the bid
which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such
material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta,
Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of
the envelope.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle April 12, 19, 26, May 3, 2012
Metro Courier April 18, 2012
cc: Tameka Allen Deputy Administrator
Gary LeTellier Augusta Regional Airport
Clarence Fennell Augusta Regional Airport
Revised: 8/15/2011
Attachment number 2 \nPage 1 of 1
Item # 1
VENDORS Attachment B E-Verify # Bid Bond Addendum 1 Base Bid
Contract Management
1827 Killingsworth Road
Augusta, GA 30904
Yes 225306 Yes Yes $194,815.00
Attaway Construction
3810 Oak Drive
Martinez, GA 30907
S. D. Clifton Construction
4324 Wheeler Road
Martinez, GA 30907
Yes 212153 Yes Yes $263,400.00
RCN Construction
1115 Frankie Place Court
Augusta, GA 30909
Stewart-Corbitt
P. O. Box 1256
Thomson, GA 30824
Yes 244173 Yes Yes $242,535.00
RW Allen, LLC
1015 Broad Street
Augusta, GA 30901
Courseault Commercial Inc.
2015 Montreal Road
Suite 200
Tucker, GA 30084
Yes 24794 Yes Yes $292,551.00
Bid Item #12-154
Aircraft Rescue Fire Fighting Renovations
for Augusta, Georgia - Augusta Regional Airport
Bid Due: Wednesday, May 23, 2012 @ 3:00 p.m.
Page 1 of 1
Attachment number 3 \nPage 1 of 1
Item # 1
CAMPBELL & PARIS
ENGINEERS
313 WINGO WAY
MT. PLEASANT, SOUTH CAROLINA 29464
WWW.CAMPBELL-PARIS.COM
TEL 843.856.9989/FAX 843.856.2829
June 4, 2012
Mr. Gary Le Tellier, AAE
Executive Director
Augusta Regional Airport
1501 Aviation Way
Augusta, Georgia 30906
RE: ARFF Station Renovations Project
Augusta Regional Airport at Bush Field
Letter of Recommendation and Bid Analysis
Dear Mr. Le Tellier:
On May 23, 2012, the City of Augusta’s Procurement Department received four (4) bid proposals for
consideration associated with the above referenced project. Each proposal was opened by the
Procurement Department’s representative and then reviewed to determine if the bid package was a
responsive bid. Each bid was deemed “responsive” and the bid amounts were read aloud. The
apparent low bidder was Contract Management, Inc. with a bid price of $193,730.06 for the
complete project. The remaining bids were as follows:
Stewart-Corbitt General Contracting $242,535.00
SD Clifton Construction $263,399.50
Courseault Commercial $292,551.00
Enclosed is the overall bid analysis with results from the four (4) bidders, as well as a general
list of projects completed by the low bidding contractor, Contract Management, Inc. Upon a
detailed review of the submitted bids, it was determined Contract Management, Inc.’s Schedule
of Unit Prices proposal to contain a few mathematical errors. However, in correcting these
errors, Contract Management, Inc. remained the low bid.
Reeves Construction Company’s bid amount is approximately 3.9% above the Engineer’s
estimate and represents the low bid, whereas, the next low bidder, Stewart-Corbitt General
Contracting, bid amount is approximately 30% above the Engineer’s estimate. In reviewing the
unit prices of the apparent low bidder, it was determined their unit costs are very competitive.
In reviewing Contract Management, Inc.’s (CMI) project references, it was determined:
- CMI have been in the construction industry since 1995,
- CMI have successfully completed numerous projects in Columbia and Richmond
Counties, and
- CMI is a local company to Augusta, GA.
AI
R
P
O
R
T
P
L
A
N
N
I
N
G
,
D
E
S
I
G
N
A
N
D
C
O
N
S
T
R
U
C
T
I
O
N
M
A
N
A
G
E
M
E
N
T
F
O
R
T
H
E
2
1
ST
C
E
N
T
U
R
Y
!
Attachment number 4 \nPage 1 of 5
Item # 1
Mr. Gary Le Tellier, AAE
Contractor Letter of Recommendation for
ARFF Station Renovations Project
June 4, 2012
Page 2 of 2
As requested, I received references from CMI of similar type projects and have attached them to
this letter. Based upon my conversations with the references, I was informed Contract
Management, Inc. satisfactorily and successfully completed all the projects listed. I was further
informed each reference would not hesitate to use Contract Management, Inc. again for a
project they were capable of performing.
Based upon my review it is believed Contract Management, Inc. to be qualified and find no
reason they would not perform the specified work satisfactorily. Therefore, it is recommended
to proceed in contracting Contract Management, Inc. to perform the ARFF Station Renovations
Project.
Should you have any questions or need any additional information, please do not hesitate to
contact me at 843.856.9989.
Sincerely,
Campbell & Paris Engineers
Jack L. Mayfield, P.E.
Vice President
cc: Julie Orwen/AGS
HD Campbell, Jr./CPE
File
Attachment number 4 \nPage 2 of 5
Item # 1
Contract Management, Inc.
Augusta Regional Airport, ARFF Renovation, Augusta, GA
C&PE No. 0733-20
**Project Reference**
U.S Department of Energy, Savannah River Site, Aiken SC
315-M Curator Facility Modification
Project Title 315-M Curator Facility Modification
Contract Type Firm Fixed Contract
Prime or Subcontractor Prime
Name of Contracting office, Address, Phone, Point of Contact
Savannah River Nuclear Solutions
Pat Elrod
(803) 952-9823
Initial Price Final or Current Price $1,362,674.97
Contract Start Date: 5/2010
Actual Completion Date: 9/2011
Project Description: Contract Management Inc. provided renovation services to upgrade this facility to a
museum. Scope of work included: new plumbing, HVAC, fire protection, electrical, insulation, painting,
roofing, exterior metal panel, metal stud, drywall, and etc.
Richmond County Board of Education, Augusta, GA
Warren Road Elementary Renovation
Project Title Warren Road Elementary Renovation
Contract Type Firm Fixed Contract
Prime or Subcontractor Prime
Name of Contracting office, Address, Phone,
Point of Contact
Hancomb/GMK
Kevin Drayton
(803) 446-1512
Initial Price
Final or Current Price
$406,361.14
Contract Start Date: 4/2008
Actual Completion Date: 8/2008
Project Description: Contract Management Inc. provided renovation services to upgrade the cafeteria,
auditorium, and the kitchen facility. Scope of work included: new plumbing, HVAC, fire protection,
electrical, insulation, interior wall, painting, roofing, masonry, kitchen equipment and etc.
Attachment number 4 \nPage 3 of 5
Item # 1
Contract Management, Inc.
Augusta Regional Airport, ARFF Renovation, Augusta, GA
C&PE No. 0733-20
**Project Reference**
CMI – Cover Sheet
2
U.S. Department of Energy – Legin Group, Inc., Aiken, SC
Miscellaneous General Contracting
Project Title General Contracting Task
Contract Type Task Order Work
Prime or Subcontractor Subcontractor
Name of Contracting office, Address, Phone, Point of Contact
Legin Group, Inc.
Thomas Pruitt
(301) 590-0303
Contract Value Multi-Year Contract, Worked To-Date has ranged over $5M+
Contract Start Date: 2003
Actual Completion Date: Current
Project Description: Responsible for the handling of construction walk-down, estimating, contract
administration, construction management of general and mechanical construction projects. We have
performed over 50+ different task order for the Legin Group and the Dept. of Energy under this contract.
U.S Coast Guard – Civil Engineer Unit, Tybee Island, GA
Renovation Engineering Shop Building
Project Title Renovation of Engineering Shop Building
Contract Type Firm Fixed Contract
Prime or Subcontractor Prime
Name of Contracting office, Address, Phone,
Point of Contact
U.S. Coast Guard - CEU
Berta Gomez
(305) 278-6722
Initial Price Final or Current Price $436,588.57
Contract Start Date: 11/2008
Actual Completion Date: 10/2009
Project Description: Contract Management Inc. provided renovation services to upgrade this shop
building. Scope of work included: new plumbing, HVAC, piping, electrical, wall installation, insulation,
painting, concrete, and etc.
Attachment number 4 \nPage 4 of 5
Item # 1
MAY 2012
ITEM SPEC. SECTION ITEM DESCRIPTION UNIT QUANTITY
CONCRETE SECTION UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST
1 02515.4.2.1 Mobilization/Demobilization LS 1 $1,433.34 $1,433.34 $11,360.00 $11,360.00 $1,500.00 $1,500.00 $5,500.00 $5,500.00 $40,000.00 $40,000.00
2 02221.4.2.0 Contractor Quality Control Program LS 1 $1,000.00 $1,000.00 $6,121.00 $6,121.00 $500.00 $500.00 $3,000.00 $3,000.00 $3,600.00 $3,600.00
3 02221.4.2.1 Miscellaneous Demolition and Removal - Site Work LS 1 $2,000.00 $2,000.00 $2,740.00 $2,740.00 $3,000.00 $3,000.00 $2,400.00 $2,400.00 $2,643.00 $2,643.00
4 02221.4.2.2 Full Depth Pavement Demolition and Removal SY 71 $4.00 $284.44 $36.72 $2,607.12 *$40.00 $2,840.00 $56.50 $4,011.50 *$12.00 $852.00
5 02221.4.2.3 Nominal 2" Depth Cold Mill for Pavement Transition SY 88 $3.00 $265.33 $24.48 $2,154.24 *$70.00 $6,160.00 $31.00 $2,728.00 $10.00 $880.00
6 02300.3.21.A Site Grading and Subgrade Preparation LS 1 $2,000.00 $2,000.00 $2,448.00 $2,448.00 $4,000.00 $4,000.00 $6,600.00 $6,600.00 $1,700.00 $1,700.00
7 02310.5.A.1 Graded Aggregate Base Course - In-place - 6" Depth SY 71 $15.00 $1,066.67 $30.60 $2,172.60 *$15.00 $1,065.00 $12.00 $852.00 $16.00 $1,136.00
8 02400.5
Recycled Asph Conc 12.5mm Superpave, GP 2 Only, Incl
Polymer-Modified Bitum Material & H Lime TON 34 $90.00 $3,044.70 $214.20 $7,282.80 *$700.00 $23,800.00 $220.00 $7,480.00 $180.00 $6,120.00
9 02520.3.9.B.1 10" Depth Portland Cement Concrete Pavement SY 71 $95.00 $6,755.56 $91.80 $6,517.80 *$70.00 $4,970.00 $155.00 $11,005.00 $120.00 $8,520.00
10 02701.4.2.A.1 Two (2) 8" Dia. Steel Bollards LS 1 $1,500 $1,500.00 $1,085 $1,084.50 *$700 $700.00 $1,500 $1,500.00 $1,400 $1,400.00
11 Building Renovations LS 1 $167,000 $167,000.00 $149,242 $149,242.00 $194,000 $194,000.00 $218,323 $218,323.00 $225,700 $225,700.00
CONSTRUCTION TOTAL:$186,350.04 $193,730.06 *$242,535.00 $263,399.50 *$292,551.00
* Indicate discrepencies with the Contractor's submitted Bid Form due to arthimetic errors. However, the original apparent low bidder is still the low bidder. The order of bidders also remains the same.
AUGUSTA REGIONAL AIRPORT
ARFF Renovations
BID TABULATION
Contract Management Inc.Bleccs Inc. DBA Stewart-Corbitt
General Contracting S.D. Clifton Construction Courseaull Commercial Inc.
ARFF RENOVATIONS
ENGINEER'S ESTIMATE
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
4
\
n
P
a
g
e
5
o
f
5
It
e
m
#
1
Attachment number 5 \nPage 1 of 2
Item # 1
Attachment number 5 \nPage 2 of 2
Item # 1
Attachment number 6 \nPage 1 of 1
Item # 1
Attachment number 7 \nPage 1 of 2
Item # 1
Attachment number 7 \nPage 2 of 2
Item # 1
Public Service Committee Meeting
7/30/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Application: A. N. 12 - 23: A request by Daniel Magana for
an on premise consumption Beer license to be used in connection
with Bambino's Pizza and Things located at 3706 Mike Padgett
Hwy Ste B. District 8. Super District 10.
Background:This location had a license for 2011.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a pro-rated fee of $317.50.
Alternatives:
Recommendation:Planning & Development recommends approval. The RCSO
recommends approval.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 2
Attachment number 1 \nPage 1 of 2
Item # 2
Attachment number 1 \nPage 2 of 2
Item # 2
Public Service Committee Meeting
7/30/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Ownership Application: A. N. 12 - 24: A request by Michael
Schepis for an on premise consumption Liquor, Beer & Wine
license to be used in connection with Oliviana's Pizzeria & Grill
located at 399 Highland Ave. There will be Sunday Sales. District
7. Super District 10.
Background:This is a new ownership application. Formerly the Polka Dot Pig.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a pro-rated fee of $3553.50.
Alternatives:
Recommendation:Planning & Development recommends approval. The RCSO
recommends approval.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 3
Attachment number 1 \nPage 1 of 2
Item # 3
Attachment number 1 \nPage 2 of 2
Item # 3
Public Service Committee Meeting
7/30/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Application: A. N. 12 - 25: A request by Krista S. Wight for
an on premise consumption Liquor, Beer & Wine license to be
used in connection with Southeastern Food Service and Event
Consulting, LLC located at 1204 Broad St. District 1. Super
District 9.
Background:This is a new application.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a pro-rated fee of $2222.50.
Alternatives:
Recommendation:Planning & Development recommends approval. The RCSO
recommends approval.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 4
Attachment number 1 \nPage 1 of 2
Item # 4
Attachment number 1 \nPage 2 of 2
Item # 4
Public Service Committee Meeting
7/30/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Application: A. N. 12 - 26: A request by Robert Morrison for
an on premise consumption Liquor, Beer & Wine license to be
used in connection with Whiskey Bar Kitchen located at 1048
Broad St. There will be Sunday Sales. District 1. Super District 9.
Background:This is a new application.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a pro-rated fee of $3553.50.
Alternatives:
Recommendation:Planning & Development recommends approval. The RCSO
recommends approval.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 5
Attachment number 1 \nPage 1 of 2
Item # 5
Attachment number 1 \nPage 2 of 2
Item # 5
Public Service Committee Meeting
7/30/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Application: A. N. 12 - 27: A request by Shailen Patel for an
on premise consumption Beer license to be used in connection
with Straw Hat Pizza located at 2816 Washington Rd. Ste. 104.
District 7. Super District 10.
Background:This is a new application.
Analysis:The applicant meets the requirements of the City of Augusta's
Alcohol Ordinance.
Financial Impact:The applicant will pay a pro-rated fee of $317.50.
Alternatives:
Recommendation:Planning & Development recommends approval. The RCSO
recommends approval.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 6
Attachment number 1 \nPage 1 of 2
Item # 6
Attachment number 1 \nPage 2 of 2
Item # 6
Public Service Committee Meeting
7/30/2012 12:50 PM
APAC Change Order #1 - RWY 17/35 Rehab
Department:Augusta Regional Airport
Caption:Motion to approve the request to approve APAC Change Order
#1, a deductive change order, as approved by the Augusta
Aviation Commission at their May 31, 2012 meeting.
Background:The original scope of work provides for the rehabilitation fo
Runway 17-35 at Augusta Regional Airport by APAC-Tennessee,
Ballenger Paving Division for a contract amount of
$14,256,033.97.
Analysis:This change modifies the contract as a result of the reduction in
materials at a credit of $9.09. No additional time will be added the
the original contract duration.
Financial Impact:This is a credit in the amount of $9.09 to the original contract.
Alternatives:Deny request.
Recommendation:Approve the request.
Funds are Available
in the Following
Accounts:
551-08-1301/54-12110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Augusta Regional Airport
Finance.
Procurement.
Law.
Administrator.
Cover Memo
Item # 7
Clerk of Commission
Cover Memo
Item # 7
Page 1 of 5
U.S. DEPARTMENT OF TRANSPORTATION
FEDERAL AVIATION ADMINISTRATION
AIRPORT IMPROVEMENT PROGRAM
CHANGE ORDER NUMER: 1 or SUPPLEMENATAL AGREEMENT
NUMBER: N/A
AIRPORT: Augusta Regional Airport DATE: 20 November 2011
OWNER: Augusta Regional Airport AIP PROJECT #: 3-13-0011-033
CONTRACTOR: APAC-Tennessee, Ballenger Paving Division
You are requested to perform the following described work upon receipt of an approved copy of
this document or as directed by the engineer:
Item
No. Description Unit
Unit
Price
Original
Quantity
Revised
Quantity
Original
Cost Revised Cost
15A Unclassified Excavation CY $20.41 0 1,400 $0.00 $28,574.00
20 Temporary Silt Fence LF $4.00 18,084 19,834 $72,336.00 $79,336.00
22 Rock Check Dams EA $1,400.00 2 3 $2,800.00 $4,200.00
26B Bituminous Repair Under PCC Slabs TON $110.00 3,000 2,687 $330,000.00 $295,570.00
38 30" Class IV RCP LF $200.00 33 0 $6,600.00 $0.00
39A 42" Class IV RCP LF $259.72 0 33 $0.00 $8,570.76
46A Adjustment of Drainage Structure for 42" RCP EA $575.00 0 1 $0.00 $575.00
49A #2 XHHW Wire for MALSR Lights LF $4.52 0 1,795 $0.00 $8,113.40
52A Electrical Duct under PCC 2W-2" LF $15.58 0 210 $0.00 $3,271.80
54A 4" PVC Protection for FAA Cable LS $3,591.11 0 1 $0.00 $3,591.11
56A New Manhole and Connections to Replace Pull Box EA $9,200.00 0 1 $0.00 $9,200.00
64 L-868 Light Base Can for RWCL or TDZ EA $850.00 377 301 $320,450.00 $255,850.00
64A Labor and Materials for Omitted TDZ Cans EA $123.09 0 76 $0.00 $9,354.84
65A Relocate PAPIs Twice - Temporary EA $1,700.00 0 2 $0.00 $3,400.00
67A Relocate TW Edge Light Twice EA $600.00 0 15 $0.00 $9,000.00
70 Permanent Seeding and Mulching MSF $30.00 940 959 $28,200.00 $28,770.00
72 Sodding SY $4.00 22,813 26,063 $91,252.00 $104,252.00
Total Cost: $851,638.00 $851,628.91
*NOTE: Quantity adjustments for existing contract pay items will be made at contract unit
prices. All other costs are considered incidental to this contract modification and will not be
measured.
Total Contract Amount
Original contract total: $14,256,033.97
Previous change order(s) total: $0.00
This change order total: - $9.09
Revised contract total: $14,256,024.88
Attachment number 1 \nPage 1 of 5
Item # 7
Page 2 of 5
Total Contract Time
Original contract time: 163 days
Changes to contract time from previous change
order(s):
0 days
Changes to contract time from this change
order:
0 days
Revised contract time total: 163 days
This document shall become an amendment to the contract and all provisions of the contract will
apply.
JUSTIFICATION FOR CHANGE
1. Brief description of the proposed contract change(s) and location(s).
• Item 15A: Unclassified excavation. This work is to re-grade the ditch at the outfall of
the 48” RCP (station 39+36, east of RW 17-35).
• Item 20: Temporary silt fence: This item will be placed around the additional grading
work at the 48” pipe outfall (station 39+36, east of RW 17-35).
• Item 22: Rock check dams: This item will be placed at the additional grading work at
the 48” pipe outfall (station 39+36).
• Item 26B: Bituminous repair under PCC slabs: This item was in the contract to repair
damaged portions of the milled asphalt prior to PCC paving.
• Item 38: 30” class IV RCP pipe: This item was planned to connect structure SD5 to the
existing structure north of TW E at station ± 75+00.
• Item 39A: 42” class IV RCP: This item was used to connect structure SD5 to the
existing structure north of TW E at station ± 75+00.
• Item 46A: Adjustment of drainage structure for 42" RCP: This is structure SD5 located
at station 74+77.
• Item 49A: #2 XHHW wire for MALSR lights: This cable is located at the MALSR
system at both thresholds (stations 20+00 and 100+01).
• Item 52A: Electrical duct under PCC 2W-2”: This item is located at TW B and TW D.
• Item 54A: 4" PVC protection for FAA cable: This protection is located at either side of
TWs B and D.
• Item 56A: New manhole and connections to replace pull box: This pull-box is located
at station 64+63 on the west side of the runway.
Attachment number 1 \nPage 2 of 5
Item # 7
Page 3 of 5
• Item 64: L-868 light base can for RWCL or TDZ: The contract is reduced by 76 TDZ
cans, located from 20+00 to 40+00 and from 82+00 to 100+01.
• Item 64A: Labor and materials for omitted TDZ cans: This item encompasses 76
locations, from 20+00 to 40+00 and from 82+00 to 100+01.
• Item 65A: Relocate PAPIs twice – temporary: This item is off RW 8-26, located at
baseline B station 22+00 and 58+10.
• Item 67A: Relocate TW edge light twice: This item is located at the radii on TWs C, F,
and G.
• Item 70: Permanent seeding and mulching: This increase in this item is located along
the proposed ditch line, station 39+36, east of RW 17-35.
• Item 72: Sodding: The increase in this item is located along the proposed ditch line,
station 39+36, east of RW 17-35.
2. Reason(s) for the change(s).
• Item 15A: Unclassified excavation: This work is necessary to properly drain water
from the new 48” RCP. The pipe profile did not change from that of the original;
however, the ditch line slowly elevated over the years and needs re-graded.
• Item 20: Temporary silt fence: This item is required to provide erosion and sediment
protection while excavating for the ditch line.
• Item 22: Rock check dams: This item is required to provide erosion and sediment
protection while excavating for the ditch line.
• Item 26B: Bituminous repair under PCC slabs: This item is being reduced because the
total amount was not necessary for the project.
• Item 38: 30” class IV RCP pipe: This item had to be changed to 42” RCP because the
existing pipe connecting to structure SD5 was 42”. This was a change from the as-builts
used to design the system.
• Item 38B: 42” class IV RCP pipe: This pipe replaces the deleted 30” RCP.
• Item 46A: Adjustment of drainage structure for 42" RCP: The contractor had to
modify SD5 to accommodate the existing 42” RCP.
• Item 49A: #2 XHHW wire for MALSR lights: This cable was necessary to re-connect
the FAA MALSR system that the contractor demolished and replaced in order to elevate
the runway thresholds.
Attachment number 1 \nPage 3 of 5
Item # 7
Page 4 of 5
• Item 52A: Electrical duct under PCC 2W-2”: The contractor extended the existing duct
bank under one taxiway and replaced the duct under another. The replaced duct was
unusable because of a bend in the center and because of its condition.
• Item 54A: 4" PVC protection for FAA cable: The taxiway shoulders at B and D were
extended 15’ in width; as a result, the existing FAA cable beneath the new pavement had
to be protected with conduit.
• Item 56A: New manhole and connections to replace pull box: The existing pull-box at
station 64+63 was not airport-rated; as a result, the contractor replaced it with an airport-
rated manhole of the same design as used elsewhere on the project. The extra cost was to
demolish the existing pull-box and to make connections to existing circuits.
• Item 64: L-868 light base can for RWCL or TDZ: The contract is reduced by 76 TDZ
cans due to the proximity of the cans to construction joints.
• Item 64A: Labor and materials for omitted TDZ cans: In lieu of TDZ cans, the
contractor ran conduit and counterpoise to the location of future cans in the proposed
locations. This work required circular saw cuts and installation of extra PVC pipe at each
location.
• Item 65A: Relocate PAPIs twice – temporary: This item was included to temporarily
remove and replace the RW 8-26 PAPIs.
• Item 67A: Relocate TW edge light twice: The increased width of RW 8-26 for
temporary operations changed the geometry of the TW turnoffs on TWs C, F, and G.
This necessitated the temporary movement of some of the MITLs.
• Item 70: Permanent seeding and mulching: This item is for erosion control and re-
establishment of grass growth along the new proposed ditch at the 48” pipe outfall.
• Item 72: Sodding: This item is for erosion control and re-establishment of grass
growth along the new proposed ditch at the 48” pipe outfall.
3. The sponsor’s share of this cost is available from:
The net change of this contract modification is negative.
4. If this is a supplemental agreement involving more than $2,000, is the cost estimate based on
the latest wage rate decision? Yes No Not applicable
5. Has consent of surety been obtained? Yes Not necessary
6. Will this change affect the insurance coverage? Yes No
Attachment number 1 \nPage 4 of 5
Item # 7
Attachment number 1 \nPage 5 of 5
Item # 7
Public Service Committee Meeting
7/30/2012 12:50 PM
APAC Change Order #2 - RWY 17-35 Closeout
Department:Augusta Regional Airport
Caption:Motion to approve the request to approve APAC - Tennessee
Change Order #2 - Closeout of RWY 17-35 Rehab Project as
approved by the Augusta Aviation Commission at their May 31,
2012 meeting.
Background:The original scope of work provides for the rehabilitation of
Runway 17-35 at the Augusta Regional Airport, and shall be
performed by APAC-Tennessee, Ballenger Paving Division for a
contract amount of $14,256,033.97. Change Order #1 reduced the
contract amount to $14,256,024.88. This change modifies the
original construction documents due to a reduction in the amount
of materials required for the construction.
Analysis:As a result of the reduction in materials, a credit to the contract
amount of $3.40 will be made.
Financial Impact:The new Contract Amount will be $14,256,021.48. Five (5) days
will be added to the original contract duration.
Alternatives:Deny request.
Recommendation:Approve APAC-Tennessee, Ballenger paving Division Change
order #1 for a credit to the original contract of $3.40.
Funds are Available
in the Following
Accounts:
551-08-1301/54-12110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Cover Memo
Item # 8
Augusta Regional Airport
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 8
Attachment number 1 \nPage 1 of 7
Item # 8
Attachment number 1 \nPage 2 of 7
Item # 8
Attachment number 1 \nPage 3 of 7
Item # 8
Attachment number 1 \nPage 4 of 7
Item # 8
Attachment number 1 \nPage 5 of 7
Item # 8
Attachment number 1 \nPage 6 of 7
Item # 8
Attachment number 1 \nPage 7 of 7
Item # 8
Public Service Committee Meeting
7/30/2012 12:50 PM
Augusta Port Authority
Department:Clerk of Commission
Caption:Update from Mr. Wayne Hawkins regarding the activities of the
Augusta Port Authority. (Requested by Commissioner Aitken)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 9
Public Service Committee Meeting
7/30/2012 12:50 PM
Choate Contract Modification #8 - New Fixed Base Operation
Department:Augusta Regional Airport
Caption:Motion to approve the Choate Contract Modification #8 - New
Fixed Base Operation (FBO) as approved by the Augusta Aviation
Commission at their June 28, 2012 Commission meeting.
Background:The additional cost for the west side of the building and courtyard
are $6,267.39 and $6,776.53, respectively. Quotes were obtained
from two other landscapers working at the Airport and their
proposed costs were $14,000 and $14, 650. The contract length
shall increase by two (2) days.
Analysis:Contract Modification #8 is a request for Choate Construction
Company to install plants that will increase the level of brilliance
in the landscaping on the west side of the building and in the
courtyard. The change will include variations in color and more
flowering plants.
Financial Impact:The original project budget included $100,000.00 in owner
contingency for a total project budget of $5,145,461.00. Due to
the modifications, the project budget is exceeded by $122,748.09
(2.4%).
Alternatives:Deny request.
Recommendation:Approve the Choate Construction Company Contract
Modification #8 in the amount of $13,043.92.
Funds are Available
in the Following
Accounts:
551-08-1206/54-13130
REVIEWED AND APPROVED BY:
Cover Memo
Item # 10
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 10
Contract Modification #8 Revised
Airport: Augusta Regional Airport Date Initiated: 15 June 12
Owner: City of Augusta Project: New FBO Terminal
Contractor: Choate Construction Company Project Number: 0733-17
The contractor is requested to perform the following work described upon receipt of an
approved copy of this document or as directed by the engineer.
Item
#
Choate
Contract Mod # Description Unit Quantity Line Item
Price
1 60 Landscaping - Courtyard LS 1 $6,776.53
2 61 Landscaping – West Side of Building LS 1 $6,267.39
$13,043.92
Total Contract Amount
Original Contract Total $5,045,461.00
Previous Contract Modification Total (CM #1 - 7) $209,704.17
This Contract Modification Total (CM #8) $13,043.92
Revised Contract Total $5,268,209.09
Total Contract Time
Original Contract Time 250 calendar days
Changes to Contract Time from Previous Contract Modifications 58 calendar days
Changes to Contract Time from This Contract Modification 2 calendar days
Revised Contract Time Total 310 calendar days
This document shall become an amendment to the contract and all provisions of the
contract will apply.
Justification for Change
Brief description of the proposed contract changes and locations:
1. Landscaping – Courtyard. This COP is associated with the placement of
vegetation in the courtyard area, as well as modifying the irrigation system to
ensure growth. This COP is an increase to the contract amount by $6,776.53.
Refer to Choate Change Order Proposal #60.
2. Landscaping – West Side of Building. This COP is associated with the
placement of vegetation along the west side of the building. This COP is an
Attachment number 1 \nPage 1 of 2
Item # 10
increase to the contract amount by $6,267.39. Refer to Choate Change Order
Proposal #61.
C&PE Project #: 0733-18
Contract Modification # 8 Revised
Recommended
by:
___________________________________
Campbell & Paris Engineers
June 15, 2012
Date
Accepted by:
___________________________________
Choate Construction Company
____________
Date
Approved by:
___________________________________
Augusta Regional Airport
____________
Date
Approved by:
_____________________________________
City of Augusta
_____________
Date
Submit 4 original copies to the City of Augusta.
Attachment number 1 \nPage 2 of 2
Item # 10
Estimate Description Amount
Landscape Project: as specified
Irrigation system
Plantings per drawing
Mulch
Labor
2500
5500
1000
5000
Please call Larry Price with any questions.
(706) 868-8696
Total
14,000.00
Clarence Fennell
Bush Field Pilots Building
Augusta Lawn & Turf, Inc.
P.O. Box 212162
Augusta, GA 30917
Phone (706) 868 - 8696
Estimate
Date
6/19/12
Attachment number 2 \nPage 1 of 1
Item # 10
Attachment number 3 \nPage 1 of 1
Item # 10
Public Service Committee Meeting
7/30/2012 12:50 PM
Construction Advisory Board - appointment
Department:Planning & Development
Caption:Motion to appoint Mr. Craig Peoples to the Construction Advisory
Board for a four-year term to serve as the electrical contractor
representative.
Background:Mr. Sean D’Antignac, who served as the electrical contractor
representative, resigned from the Board. Mr. Peoples is a state
licensed electrical contractor, the owner of P&T Electric and is a
resident of Augusta.
Analysis:The Construction Advisory Board consists of eleven members and
serves in an advisory capacity on matters pertaining to
construction. It will conduct mediation hearings to resolve
differences of opinions in the interpretation of all construction
codes and inspection procedures. The Board will also serve as a
liaison between the City of Augusta and builders, developers,
design professionals and other disciplines involved in the building
industry… The Construction Advisory Board meets bimonthly
beginning in January at the Sand Hills Community Center.
Financial Impact:N/A
Alternatives:Do not make the appointment
Recommendation:Approval
Funds are Available
in the Following
Accounts:
N/A
REVIEWED AND APPROVED BY:
Finance.
Cover Memo
Item # 11
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 11
Public Service Committee Meeting
7/30/2012 12:50 PM
Enterprise Leasing Company D/b/a Alamo Rent-A-Car and National Car Rental Lease Agreement
Department:Augusta Regional Airport
Caption:Motion to approve the Enterprise Leasing Company d/b/a Alamo
Rent-A-Car and National Car Rental lease agreement as approved
by the Aviation Commission at their June 28, 2012 meeting.
Background:Since construction of terminal building the airport has been operating
under a temporary agreement with current rental car agencies. Staff
has consulted with rental car agency representatives regarding
updating of rental agreements and Alamo Rent-A-Car and National Car
Rental has returned signed agreement for approval.
Analysis:Airport staff has updated the rental car agreements which will
allow Enterprise Leasing Company D/b/a Alamo Rent-A-Car and
National Car Rental to operate on site at the airport. Once the
three year agreement expires it is the desire of airport staff to
competitively bid the counter and office space, and the ready
return spaces.
Financial Impact:The three year agreement with Alamo Rent-A-Car and National
Car Rental will generate the following revenue streams for the
airport: 1. Commission on rental car gross revenue – $5,000 or
10% whichever is greater on a monthly basis 2. Counter Space
Terminal Area – $13,300.00/year or $1,108.33/month or $35/sqft
on 380 sqft 3. Ready Return Area – $345/mo for 23 spaces or
$15/space
Alternatives:Deny request.
Recommendation:Approve the Enterprise Leasing Company d/b/a Alamo Rent-A-
Car and National Car Rental lease agreement.
Funds are Available
in the Following
Accounts:
551-08-1101/34-92403 551-08-1101/34-92404 551-08-1101/34-
92405 551-08-1101/34-92408
Cover Memo
Item # 12
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 12
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
4
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
5
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
6
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
7
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
8
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
9
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
0
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
1
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
2
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
3
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
4
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
5
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
6
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
7
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
8
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
9
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
0
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
1
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
2
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
3
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
4
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
5
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
6
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
7
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
8
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
9
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
0
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
1
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
2
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
3
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
4
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
5
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
6
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
7
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
8
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
3
9
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
4
0
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
4
1
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
4
2
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
4
3
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
4
4
o
f
4
5
It
e
m
#
1
2
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
4
5
o
f
4
5
It
e
m
#
1
2
Public Service Committee Meeting
7/30/2012 12:50 PM
Georgia State Patrol Hangar (GSP) - Revised Plat
Department:Augusta Regional Airport
Caption:Motion to approve a revised land lease for the Georgia State Patrol
as approved by the Aviation Commission at their June 28, 2012
meeting.
Background:The Augusta Aviation Commission approved a land lease with an
attached plat and leasehold description for the Georgia State Patrol
on March 29, 2012 for the construction of a hanger at the Augusta
Regional Airport.
Analysis:The design development and construction management for the
Georgia State Patrol hanger was handled by Augusta-Richmond
County Engineering Department. After construction was started it
was discovered that the north wall of the hanger was 14’ too close
to the plat line and would be in violation of the County’s building
code without the addition of a fire wall which would have added a
considerable amount of expense to the contract for construction.
After discussions with the County Engineer, we agreed to
administratively adjust the north plat line by 14’ in order to avoid
additional County expense for the project that was well under
way.
Financial Impact:There is no additional cost or burden to the Airport since the
original lines were somewhat arbitrary in the beginning and
sufficient room was allocated for future growth of the facility.
Alternatives:Deny request.
Recommendation:Approve request of the revised land plat for the Georgia State
Patrol Hangar.
Funds are Available
in the Following
Accounts:
N/A
Cover Memo
Item # 13
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 13
Attachment number 1 \nPage 1 of 1
Item # 13
Public Service Committee Meeting
7/30/2012 12:50 PM
In-Terminal Advertising Bid and Contract - Departure Media, Inc.
Department:Augusta Regional Airport
Caption:Motion to approve the Bid and Contract with Departure Media,
Inc. (DMI) to handle the Airport’s In-Terminal Advertising
Concession as approved by the Aviation Commission at their
March 31, 2012 and June 28, 2012 meetings.
Background:The Augusta Regional Airport went through the Augusta
Procurement Deaprtment and sent out a bid for the In-Terminal
Advertising. Only two companies bid, Departure Media, Inc. and
Interspace Advertising - Clear Channel, of which DMI was the
lowest bidder.
Analysis:The contract with DMI is for 3 years with two (2) additional one
(1) year extensions. DMI will purchase the electronic equipment
the airport needs for digital advertising and will be reimbursed
monthly for the costs so when they leave the airport will own the
screens, etc. used for advertising.
Financial Impact:
Alternatives:Deny request.
Recommendation:Approve the bid and contract for In-Terminal Advertising with
Departure Media, Inc.
Funds are Available
in the Following
Accounts:
551-08-1101/34-92309
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Cover Memo
Item # 14
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 14
THIS AGREEMENT (Agreement) made this _____day of ___________, 20___, by and
between Augusta, Georgia (Augusta) on behalf of the Augusta Aviation Commission
(Commission), an agency of Augusta, Georgia and DEPARTURE MEDIA, INC., a corporation
existing under the laws of the state of North Carolina (Concessionaire), authorized to do business
in the State of Georgia.
WITNESSETH:
WHEREAS, the Augusta Regional Airport (Airport) is owned by Augusta, Georgia and
operated by the Aviation Commission; and
WHEREAS, the Aviation Commission has the right to grant the privilege of concession
agreements in accordance with applicable Augusta, Georgia ordinances and subject to the terms
and conditions hereinafter set forth; and
WHEREAS, Concessionaire is a corporation primarily engaged in the business of
advertising; and
WHEREAS, both Augusta and Concessionaire desire to enter into this Agreement to
provide advertising space for persons desiring to place advertising in the Airport terminal; and
NOW THEREFORE, in consideration of the mutual covenants and considerations
herein contained, Augusta and Concessionaire hereby agree as follows:
SECTION 1
DEFINITIONS; CONSTRUCTION
Definitions. Certain capitalized words and terms used in this Agreement are defined in
the text herein. The following words and terms are defined terms under this Agreement:
1.1 “Advertiser” shall mean any company, corporation or person purchasing
advertising space at the Airport.
1.2 “Airport” shall mean the lands and facilities owned by Augusta and operated by
the Aviation Commission known collectively as Augusta Regional Airport, as it now exists and
as it may change from time to time.
Attachment number 1 \nPage 1 of 38
Item # 14
Advertising Concession and Management Agreement Page 1 of 38
1.3 “Airport Concession Disadvantaged Business Enterprise” or “ACDBE” shall
mean, a business, whether it is a corporation, sole proprietorship, partnership or joint venture
certified as an ACDBE by the Airport, or State of Georgia, of which at least fifty-one percent
(51%) of the interest is owned and controlled by one or more socially and economically
disadvantaged individuals as defined in the Airport and Airways Safety and Capacity Expansion
Act of 1987 and the regulation promulgated pursuant to 49 CFR Part 23.
1.4 “Airport Executive Director” shall mean Gary LeTellier, or any other such person
designated by the Aviation Commission to exercise functions with respect to the rights and
obligations of the Aviation Commission under this Agreement.
1.5 “Augusta Aviation Commission” or “Commission” shall mean the
Commissioners tasked with the overall administration of the Airport.
1.6 “Augusta, Georgia” or “Augusta” shall mean the governing authority of Augusta-
Richmond County, Georgia.
1.7 “Best Management Practices” shall include those environmental or operational
standards or guidelines specifying common and accepted practices appropriate for the types of
businesses Concessionaire, its contractors, agents or vendors engage in on the Airport or such
standards or guidelines as have been articulated by pertinent trade associations, professional
associations or regulatory agencies, including (but not limited to) Best Management Practices
developed by the Airport cooperation with its tenants, including Concessionaire. Best
Management Practices shall be subject to approval by the Airport Director.
1.8 “Common Use Area” shall mean and refer to those portions of the Airport shared
equally by all tenants.
1.9 “Concessionaire” shall mean and refer to Departure Media, Inc. (“DMI”).
1.10 “FAA” shall mean the Federal Aviation Administration of the U.S. Government
or any federal agencies succeeding to its jurisdiction.
Attachment number 1 \nPage 2 of 38
Item # 14
Advertising Concession and Management Agreement Page 2 of 38
1.11 “Gross Advertising Sales” shall mean the amount received by Concessionaire
from advertisers or their agencies for the use of advertising facilities under this Agreement and
as further defined in Section 10.5.
1.12 “Premises” shall mean those areas of the Airport provided to Concessionaire for
advertising displays.
1.13 “Public Areas” shall mean those areas of the Airport not leased to any person,
company, or corporation that are open to use by the general public.
1.14 “Rules and Regulations” shall mean those rules, regulations, and ordinances
promulgated by the Aviation Commission or operating directives issued by the Airport Director,
as the same may be amended, modified, or supplemented from time to time to the extent that
such rules, regulations, and ordinances are not in conflict with the purposes of this Agreement.
1.15 “TSA” shall mean the Office of Homeland Security and Transportation Security
Administration, or their authorized successor(s).
1.16 “Uncollectibles” shall mean any invoice, which, after commercially reasonable
efforts on the part of Concessionaire, remains uncollectible one year after delivery of invoice to
Advertiser.
SECTION 2
REPRESENTATIONS AND UNDERTAKINGS
It is understood and agreed under this Agreement that the Aviation Commission is the
operator of the Airport for the use and benefit of the public; that Augusta, Georgia is the owner
of the Airport and that Concessionaire may use only those portions of the Airport herein
described with only the privileges provided for in this Agreement.
2.1 Representations by Augusta. Augusta makes the following representations and
warranties as the basis for the undertakings on its part herein contained:
2.1.1 Creation and Authority. Augusta is a public body corporate and politic,
duly created and validly existing under the laws of the State of Georgia.
Attachment number 1 \nPage 3 of 38
Item # 14
Advertising Concession and Management Agreement Page 3 of 38
2.1.2 Augusta is the owner of the Premises, has all requisite power and authority
under the laws of the State of Georgia (i) grant a concession to the Concessionaire, and (ii) to
enter into, perform its obligations under this Agreement and (iii) to exercise its rights under this
Agreement.
2.2 Representations by the Concessionaire. The Concessionaire makes the
following representations and warranties as the basis for the undertakings on its part herein
contained:
2.2.1 Organization and Power. The Concessionaire is a corporation duly
organized, validly existing, and in good standing under and by virtue of the laws of the State of
North Carolina, is authorized to do business in the State of Georgia, and has all requisite power
and authority to enter into this Agreement and perform its obligations and exercise its rights
under the same.
SECTION 3
GENERAL
3.1 That for and in consideration of the payments and agreements hereinafter
mentioned to be made by Concessionaire, Augusta does hereby grant to Concessionaire the right
to serve as the national, regional and local Sales Representative for all advertising displays
within terminal buildings at the Airport and to solicit and make contracts in the Airport for
advertising and exhibit material to be displayed therein.
3.2 The approximate number, types and sizes of advertising and exhibit spaces, and
their locations, as well as additional locations as may be authorized from time to time by the
Aviation Commission as being available to Concessionaire, are at the sole discretion of the
Executive Director.
3.3 Concessionaire shall provide a comprehensive, contemporary and innovative
advertising program unique to the Airport that utilizes state-of-the art technology and optimizes
advertising effectiveness while minimizing visual clutter. To achieve this objective, the Airport
requires the Concessionaire to procure, install and maintain a digital program, with
accompanying software, to include eight 55” LCD monitors at mutually agreed upon locations
Attachment number 1 \nPage 4 of 38
Item # 14
Advertising Concession and Management Agreement Page 4 of 38
throughout the terminal (the “Monitors”). The Monitors are being leased by Concessionaire for
a three year term after which time Concessionaire shall purchase the Monitors for $1 plus any
taxes to be calculated at the end of lease the lease purchase term. The Monitors shall be deemed
to be fixtures and shall become the sole and exclusive property of the Airport after the expiration
of the three year lease purchase term and payment of outstanding balances by the
Concessionaire.
3.4 The Airport shall have the right to purchase the digital program software should
the parties elect not to exercise the contract renewals.
3.5 Concessionaire shall provide advertising that creatively reflects the character of
the Airport and the culture and quality of life in Augusta Richmond County and the Central
Savannah Region Area (CRSA).
3.6 Concessionaire shall provide displays that are aesthetically consistent with the
Airport’s design and architecture and compatible with Airport operational efficiencies.
Concessionaire may procure and install static displays in place of digital displays at the approval
of the Airport.
3.7 Concessionaire shall provide timely and effective ongoing and emergency
maintenance of all displays.
3.8 Concessionaire shall provide a program and hiring policy that provides
opportunities for qualified disadvantaged businesses.
3.9 Concessionaire shall provide a business plan that effectively serves advertisers
while providing optimum revenues for the Airport.
3.10 Concessionaire shall adhere to the following operational standards:
3.10.1 Make at least 350 sales calls, either by phone or in person, per
Agreement year, which shall be documented by Concessionaire.
3.10.2 Shall focus procuring advertising from local and regional advertisers.
Attachment number 1 \nPage 5 of 38
Item # 14
Advertising Concession and Management Agreement Page 5 of 38
3.10.3 Provide architect approved engineering drawings for monitor placement.
3.10.4 Provide maintenance staff with on site availability within twenty-four
(24) hours upon Airport or Advertiser request.
3.10.4 Provide graphic guidance to advertisers and obtain written approval by
Airport for all graphic designs prior to installation.
3.11 Except as otherwise provided herein, all work shall be at Concessionaire’s sole
cost and expense and Concessionaire shall provide all necessary labor, supervision, materials,
supplies and transportation.
3.12 All improvements and displays installed by the Concessionaire shall be of high
quality, safe, fire resistant materials and shall be aesthetically compatible with Airport design.
3.13 Concessionaire shall upload advertisements to monitors and maintain display
inventory in a first-class manner during the entire term of the Agreement.
3.14 Concessionaire shall ensure all advertising material is installed in a timely manner
to coincide with advertising contract dates.
3.15 Concessionaire shall supervise the installation of all inventory and advertising
displays.
3.16 Concessionaire shall supervise repairs of all inventory and advertising displays as
required.
3.17 Concessionaire shall hire local maintenance personnel to service the advertising
displays and install and remove advertising artwork; provided, however, all communication
regarding repairs and requests are to be made directly to Concessionaire Operations Manager not
to local maintenance personnel.
3.18 Concessionaire shall continuously promote the concept of Airport advertising and
conscientiously solicit and endeavor to sell international, local, national and regional advertisers
Attachment number 1 \nPage 6 of 38
Item # 14
Advertising Concession and Management Agreement Page 6 of 38
and advertising agencies on the use of advertising facilities located in the Airport while
maintaining and expanding the customer base.
3.19 Concessionaire will act as an advertising consultant to the Aviation Commission,
rendering advice and information regarding the management of advertising displays and sales of
advertising. If the Aviation Commission is considering additional types of advertising it shall
consult with Concessionaire in order to give Concessionaire a reasonable opportunity to
determine if direct competition with concession program is forthcoming.
3.20 Concessionaire shall correctly invoice Advertisers in a prompt, conscientious and
professional manner. All checks will be made payable to Concessionaire.
3.21 Concessionaire shall follow up with Advertisers to assist with any that are not
current on advertising fees owed.
3.22 Concessionaire shall provide Airport with current advertising contracts, monthly
statements showing Advertisers and applicable revenues for the previous month.
3.23 The Concessionaire may install and maintain appropriate informational signs in
the areas assigned for advertising, provided however, that the design, installation and
maintenance of such signs shall be consistent with the graphic standards and policies of the
Airport. All such signage shall be subject to written approval of the Airport prior to installation.
3.24 All advertisement, advertising copy, advertising materials and manners of
commercial presentation shall be subject to the reasonable approval of the Airport. The Airport
should provide written notice to Concessionaire within five (5) days of submission of graphics
sample by Concessionaire. Concessionaire shall not display any advertisements reasonably
disapproved by the Airport. Concessionaire shall immediately remove from the Airport, upon
written demand, any offensive advertisements.
3.25 Concessionaire shall provide a dedicated Sales Representative, Customer Service
Manager, Local Maintenance Manager and a qualified Sales Team as part of this Agreement.
3.26 Concessionaire shall conduct regular research studies to define the lifestyles and
psychographics of the Airport’s travelers.
Attachment number 1 \nPage 7 of 38
Item # 14
Advertising Concession and Management Agreement Page 7 of 38
3.27 Concessionaire shall work closely with the Airport staff and provide:
3.27.1 Monthly sales reports
3.27.2 Records of maintenance requests
3.27.3 Project Management
3.27.4 Equipment Management
3.27.5 Concept Approval
3.27.6 Recommendations on the best use of space
3.27.7 Reports related to construction, relocation and/or expansion projects.
3.28 Concessionaire shall develop relationships with the local Chambers of Commerce,
Convention and Visitors’ Bureaus and other community based organizations to increase
awareness of advertising opportunities at the Airport.
3.29 Nothing herein contained shall be deemed to grant the Concessionaire any
exclusive right or privilege within the meaning of Title 49-40103 of the United States Code.
Without derogation to the Act and subject to the terms and provisions hereof, the Concessionaire
shall have the sole right to use the assigned areas for advertising purposes under the provisions of
this Agreement.
SECTION 4
TERM
Effective Date; Term. This Agreement shall become effective on ___________, ____,
2012, for a period of three (3) years (the “Agreement Term”). The term of this Agreement may
be extended by mutual agreement for two (2) one year periods upon approval of the Aviation
Commission.
Attachment number 1 \nPage 8 of 38
Item # 14
Advertising Concession and Management Agreement Page 8 of 38
SECTION 5
AIRPORT PREMISES
5.1 Available Advertising Areas. Advertising displays may be located throughout the
public areas of the Terminal as the Concessionaire deems effective.
5.2 No advertising shall be displayed on the outside of the Terminal other than
specialty displays during the Master’s Golf Tournament.
5.3 All locations and advertising display units are subject to approval by the
Executive Director. Concessionaire may modify advertising display types, locations and
quantities only with the Executive Director’s written approval.
5.4 Concessionaire shall use the Premises, the areas designated on Exhibit A, for
advertising displays.
5.5 Augusta reserves the right to enter upon the Premises at any time for the purpose
of further developing and improving said Premises as it sees fit, regardless of the desires of
Concessionaire, and without interference or hindrance, and at Augusta’s sole cost and expense.
5.6 Concessionaire shall not attach any additional posters, pictures, advertisement,
signs, or the like on the walls or the counters located in the Airport, without the prior written
consent of Augusta.
SECTION 6
MAINTENANCE AND REPAIR
6.1 Concessionaire accepts the Premises in their present condition and agrees to
maintain the displays on the Premises in good state of repair at all times during the life of this
Agreement.
6.2 Concessionaire warrants that it has inspected the Premises and accepts possession
of the Premises and any improvements thereon “as is” in its present condition, and subject to all
limitations imposed upon the use thereof by the rules and regulations of the FAA, TSA,
ordinances of Augusta, and the Airport’s Rules and Regulations. Concessionaire agrees that the
Premises are suitable and sufficient for the uses permitted hereunder. Except as may otherwise
Attachment number 1 \nPage 9 of 38
Item # 14
Advertising Concession and Management Agreement Page 9 of 38
be provided for herein, Augusta shall not be required to maintain nor to make any improvements,
repairs restorations upon or to the Premises or to any of the improvements presently located
thereon. Augusta shall never have any obligation to repair, maintain or restore, during the term
of this Agreement, any improvements placed upon the Premises by Concessionaire, its
successors and assigns.
6.3 Concessionaire, without limiting the generality hereof, shall:
6.3.1 Keep at all times, in a clean and orderly condition and appearance, the
Premises, all improvements thereon and all of the Concessionaire’s fixtures, equipment and
personal property which are located on any part of the Premises;
6.3.2 Repair any damage caused by Concessionaire or its employees and/ or
contractors.
SECTION 7
APPROVAL OF ADVERTISING MATERIALS; PLACEHOLDERS
7.1 Approval. All advertising material and exhibit material, advertisements, location
and manner of presentation shall be subject to approval by the Aviation Commission through the
Airport’s Executive Director.
7.2 Concessionaire will immediately remove from the Airport premises, at its sole
cost and expense, upon written demand of the Aviation Commission or the Executive Director,
advertising material that may be considered offensive to the general public. In the event that such
material is not removed immediately upon receipt of written demand, the Executive Director
remove said material or display and Concessionaire will pay any warehouse or storage rental
incurred by this action.
7.3 Neither Augusta nor its authorized representatives shall be held responsible or
liable for any damage to the equipment or materials so removed.
Attachment number 1 \nPage 10 of 38
Item # 14
Advertising Concession and Management Agreement Page 10 of 38
SECTION 8
USE OF PREMISES
8.1 Concessionaire shall not use or occupy or permit the Premises or any part thereof
to be used or occupied, no do or permit anything to be done in or on the Premises, in whole or in
part, in a manner which would in any way (i) violate any then-applicable legal requirements, or
(ii) violate any of the covenants, agreements, provisions and conditions of this Agreement (iii)
violate the certificate of occupancy then in force with respect thereto, or (iv) may make it
difficult for either Augusta to obtain fire or other insurance required hereunder, or (v) as will
constitute a public or private nuisance.
8.2 Concessionaire shall not use or occupy or permit the Premises to be used or
occupied, in whole or in part, in a manner which, in Augusta’s reasonable judgment, may or
tends to, impair or interfere with (i) the character, reputation or appearance of the Premises or the
Airport; or (ii) the use of any other Airport property.
8.3 Concessionaire shall not do or permit or suffer any waste, damages, disfigurement
or injury to or upon the Premises or any part thereof.
8.4 In connection with the exercise of its rights under this Agreement, Concessionaire
shall not:
8.4.1 Do or permit its agents, employees, directors, or officers to do anything on
or about the Airport that may interfere with the effectiveness or accessibility of the drainage and
sewage system, electrical system, air conditioning system, fire protection system, sprinkler
system, alarm system, and fire hydrants and hoses, if any, installed or located on or within the
premises of the Airport.
8.4.2 Bring, keep or store, at any time, flammable or combustible liquids on the
premises, except in storage containers especially constructed for such purposes in accordance
with federal, state, and county laws, including the Uniform Fire Code and the Uniform Building
Code. For the purposes of this Agreement, flammable or combustible liquids shall have the
same definitions as set forth in the most recent Uniform Fire Code.
Attachment number 1 \nPage 11 of 38
Item # 14
Advertising Concession and Management Agreement Page 11 of 38
8.4.3 Do or permit its agents, employees, directors, or officers to do any act or
thing upon the Airport that will invalidate or conflict with any fire or other casualty insurance
policies covering the Airport or any part thereof.
8.4.4 Do or permit its agents, employees, directors, or officers to do any act or
thing upon the Airport that will jeopardize the Airport's Operating Certificate.
8.4.5 Do or permit its agents, employees, directors, or officers to do any act or
thing in conflict with the Airport's Security Plan.
8.4.6 Use the Premises for any illegal purposes, or in violation of FAA, TSA
and/or the Airport’s Rules or Regulations, as amended from time to time, or any regulation of
any other governmental entity having jurisdiction over the Airport.
8.4.7 Use the Premises in any manner that will create any nuisance or trespass
with respect to other tenants; constitute any unreasonable annoyances, obstruction or interference
with operations; or in any manner interfere with, obstruct, block or violate in any manner, the
navigable airspace above the Airport in compliance with 14 C.F.R. § 77.5 and/or other
regulations as implemented by the Airport, the FAA or as may be implemented by the TSA.
8.4.8 Cause or permit any hazardous materials to be placed, stored, generated,
used, or disposed of in, on, under, about, or transported from any Airport premises by
Concessionaire, its agents, employees, contractors, or other person unless it has complied with
the following: with respect to hazardous materials other than cleaning products and/or substances
reasonably necessary in connection with Concessionaire's advertising activities, the prior written
consent of the Airport Executive Director shall be required, which shall not be withheld
unreasonably. Augusta may impose, however, as a condition of such consent, such requirements
as Augusta in its sole discretion may deem reasonable or desirable, including, without limiting
the generality of the foregoing, requirements as to the manner in which, the time at which, and
the contractor by whom such work shall be done, and Concessionaire must comply with all
environmental laws and regulations (including compliance with all Environmental Protection
Agency requirements concerning clean-up) , and with prudent business practices, with respect to
such hazardous materials, and the presence of hazardous materials must be reasonably necessary
Attachment number 1 \nPage 12 of 38
Item # 14
Advertising Concession and Management Agreement Page 12 of 38
for the operation of Concessionaire’s business. “Hazardous Material” shall mean: (1) any oil
petroleum products, flammable substances, explosives, radioactive materials, hazardous wastes
or substances, toxic wastes or substances, or any other wastes, materials, or pollutants that pose a
hazard to the Airport premises or surrounding property; or to the safety and/or health of persons
on or about the Airport and surrounding property and/or cause Concessionaire’s Premises to be
in violation of any federal, state, or local laws governing or regulating hazardous materials; (2)
asbestos in any form, urea formaldehyde foam insulation, transformers, or other equipment that
contains dielectric fluid containing regulated levels of polychlorinated biphenyls, or radon gas;
(3) any chemical, material, or substance defined as or included in the definition of “hazardous
substances”, “hazardous waste”, “hazardous material”, “extremely hazardous waste”, “restricted
hazardous waste”, “toxic substance”, or similar words under any applicable local, state, or
federal laws, or any regulations promulgated pursuant thereto, including, but not limited to: the
Comprehensive Environmental Response, Compensation and Liability Act of 1980 (CERCLA),
as amended, 42 U.S.C. §§9601, et seq.; the Hazardous Materials Transportation Act, as
amended, 49 U.S.C. §§1801, et seq.; the Federal Water Pollution Control Act (Clean Water Act,
or CWA), as amended, 33 U.S.C §§1251 et seq.; the Resource Conservation and Recovery Act
(RCRA), as amended, 42 U.S.C. §§6901, et seq.; the Toxic Substances Control Act (TSCA), as
amended, 15 U.S.C. §§ 2601, et seq.; (4) any other chemical, material, or substance exposure
that is prohibited, limited, or regulated by any government authority, and that may or could pose
a hazard to the health and safety of occupants of the Airport, or to any person entering upon the
Airport or adjacent property; and/or (5) any other chemical, material, or substance that may or
could pose a hazard to the environment or a person.
8.5 Concessionaire shall use the Premises of the Airport in accordance with published
Airport Rules and Regulations. Concessionaire specifically agrees to comply with all present or
future Rules and Regulations of the Airport that are promulgated for the general safety and
convenience of the Airport, its various tenants, invitees, licensees and the general public and
which do not materially affect the use and enjoyment of the Premises for the purposes for which
they are intended under this Agreement. Said Rules and Regulations may be examined by
Concessionaire at the offices of the Airport’s Aviation Services.
Attachment number 1 \nPage 13 of 38
Item # 14
Advertising Concession and Management Agreement Page 13 of 38
8.6 Concessionaire shall have rights of ingress and egress to and from the assigned
areas, included but not limited to common use roadways, subject to any Rules or Regulations
which may have been established or shall be established in the future by the Airport. Such rights
of ingress and egress shall apply to the Concessionaire’s employees, customers, agents,
contractors, suppliers, and other authorized individuals.
8.7 Employees, agents and contractors of Concessionaire shall be permitted to park at
the Facility under the same terms and conditions as employees of other concessionaires at the
Facility. Visiting service personnel shall be permitted to park in areas designated for temporary
vendor parking.
SECTION 9
FACILITIES AND SERVICES TO BE PROVIDED BY AUGUSTA
Augusta shall, without cost to Concessionaire:
9.1 Furnish all wall spaces and/or other areas in the condition required to accept video
monitors and exhibits in the approximate number, type, standard industry sizes and locations, as
well as additional locations, as may from time to time be approved by the Executive Director.
9.2 Supply electrical outlets at each approved location and any additional approved
locations if equipment type should require electricity and provide CAT 5 cable or wireless access
to the Airport’s internet portal for video monitors.
9.3 Provide electrical current in reasonable amounts for the operation of the video
monitors.
9.4 Without incurring any liability for property damage, provide normal police
surveillance and protection of the displays against vandalism or trespass and will report to
Concessionaire the discovery of any damage or unsightly appearance so client(s) may be notified
of any interruption in service and repair(s) can begin.
Attachment number 1 \nPage 14 of 38
Item # 14
Advertising Concession and Management Agreement Page 14 of 38
SECTION 10
CONCESSION FEES
10.1 For the privileges herein provided, Concessionaire shall pay Augusta a specified
percentage of the Gross Advertising Sales Revenue from advertising opportunities sold by
Concessionaire for placement at the Airport for each of the years the Agreement is in effect,
based upon the total annual passenger enplanements and deplanements as set forth in Section
10.1.1 (the “Percentage Fee”). The Applicable Percentage shall be determined by the total
annual passenger enplanements and deplanements during the immediately preceding calendar
year (ending December 31). The Percentage Fee due each month shall be calculated by
multiplying the Applicable Percentage set forth in Section 10.1.1 by Concessionaire’s Gross
Advertising Sales Revenue for the immediately preceding calendar month.
10.1.1 Concessionaire shall pay the Percentage Fee as outlined below:
Total Annual Passenger Enplanements and
Deplanements
Applicable Percentage
less than 300,000 20%
300,001-400,000 25%
400,001-500,000 30%
over 500,001 35%
10.2 The Percentage Fee shall be subject to proportional percentage reduction equal to
the percentage of passenger traffic decline if enplanements and deplanements at the facility
during any calendar quarter of the Term shall fall (10%) or more below those recorded during the
same quarter of the previous calendar year; and subject to reduction equal to actual and
prospective advertising revenues lost and unearnable from removed advertising locations where
ten percent (10%) or more (as a percent of potential advertising revenues based on
Concessionaire’s current rate card) of the assigned areas are deleted at the request of the Augusta
without the option of replacement locations of at least equal passenger exposure and value.
Percentage Fee payment to Airport shall be subject to temporary pro rata reduction equal to
Advertiser payments refunded to or withheld by affected advertisers where a display case or
Attachment number 1 \nPage 15 of 38
Item # 14
Advertising Concession and Management Agreement Page 15 of 38
other display advertisement in an Assigned Area was visually obstructed or subject to electric
supply failure for more than three days without default to Concessionaire.
10.3 Transition Period: Commencement of Percentage Payments. Percentage
payments to the Airport shall commence once DMI (i) has received copies of existing
advertiser’s contracts from previous concessionaire, (ii) new contracts have been executed
between DMI and each existing advertiser, and (iii) existing advertiser monies have been
collected.
10.4 Capital investment will be determined by (i) the number of approved locations,
(ii) Advertisers’ demand for new advertising options pursuant to executed contracts and (iii) the
term of the Agreement.
10.5 The term “Gross Advertising Sales” as used herein shall be defined as the amount
received by Concessionaire from advertisers or their agencies for the use of advertising facilities
under this Agreement. It is further understood that such Gross Advertising Sales receipts (Gross
Receipts) shall not include:
10.5.1 Standard (15%) commissions paid to advertisers’ recognized advertising
agencies;
10.5.2 Uncollectibles at year-end;
10.5.3 Any taxes imposed by law which are separately stated to and paid by a
customer and directly payable to Augusta;
10.5.4 Expensible charges and fees including but not limited to phone charges,
rental fees, maintenance fees, brochure stocking fees, credit card fees, technology fees (i.e.,
content management including programming and maintenance charges for computer-operated,
video, interactive or motion displays, equipment repair or replacement, IT support), production,
installation and removal charges; or
10.5.6 Commissions received from vendors for production and fabrication work.
Attachment number 1 \nPage 16 of 38
Item # 14
Advertising Concession and Management Agreement Page 16 of 38
10.6 In the event Concessionaire is unable to collect amounts due from Advertisers
upon which Concessionaire had previously based Percentage Fee payments after diligent efforts,
such “uncollectible amounts” shall be deemed uncollectible and an appropriate adjustment shall
be made in Concessionaire’s subsequent statements and Percentage Fee submissions. If any
“uncollectible amounts” are collected by Concessionaire after adjustment, then appropriate
upward adjustment shall be made to a subsequent revenue statement and Percentage Fee
submission, excluding collection costs.
10.7 The first thirty-six (36) payments of the Percentage Fee shall be reduced by one-
thirty-sixth (1/36) of the actual cost of the acquisition and installation of the Monitors, but in no
event more than One Thousand sixty eight Dollars and eighty three cents ($1068.83) per month.
In the event the actual costs exceed $38,478.00, Concessionaire shall receive no further credit or
reduction. If the actual costs are less than $38,478.00, Concessionaire shall reduce the credits of
the Percentage Fee accordingly. Concessionaire shall provide the Airport with a copy of the lease
purchase agreement for monitors being acquired and installed. At the time the Concessionaire’s
gross advertising revenues exceed $80,000 per year, credits for acquisition and installation shall
no longer be issued to Concessionaire.
10.8 All Percentage Fee payments shall be made on or before the twentieth (20th) day
of the calendar month following the calendar month during which the Gross Revenue
hereinabove described has been realized. Any and all local taxes, including use, receipts, or
similar taxes imposed by law and levied and assessed to Concessionaire as a result of its
activities hereunder shall be excluded from the Fee.
SECTION 11
CONCESSION REQUIREMENTS
The granting of the authority to the Concessionaire to operate at the Airport set forth in
this Agreement will be on the following terms and conditions:
11.1 Concessionaire shall provide the highest degree and standards of quality
advertising services to the passengers and patrons of the Airport.
Attachment number 1 \nPage 17 of 38
Item # 14
Advertising Concession and Management Agreement Page 17 of 38
11.2 Concessionaire shall furnish prompt, efficient, first class service that is adequate
to meet all responsible demands for advertising services.
SECTION 12
EMPLOYEES OF CONCESSIONAIRE
12.1 Concessionaire shall require all of its employees, subcontractors and/or
independent contractors hired by Concessionaire working in view of the public, and about the
Airport, to wear clean and neat attire and to display appropriate identification.
12.2 Concessionaire’s employees shall obtain identification badges from the Airport.
Concessionaire will be responsible for paying for the cost of Transportation Security
Administration (TSA) required employee background checks and badging.
SECTION 13
INTEREST ON OVERDUE PAYMENTS
There shall be added to all unpaid sums due Augusta an interest charge of one and one-
half percent (1.5%) per month on the principal sum, computed as simple interest; at no time will
the interest actually charged exceed the highest applicable interest rate permitted under Georgia
law. Payments not received when due shall accrue interest from the due date until paid in full.
SECTION 14
ACCOUNTING PROCEDURES; AUDIT
14.1 Accounting Procedures. Concessionaire covenants and agrees that it will
establish and maintain an accounting system (specifically including all books of account and
records customarily used in the type of operation permitted by this Agreement) in full and
complete accordance with generally accepted accounting principles and otherwise reasonably
satisfactory to the Commission for the determination of any revenue computations, which may
be necessary or essential in carrying out the terms of this Agreement. Concessionaire shall
maintain its records relating to the operation permitted by this Agreement for a period of at least
three (3) years after the end of each Agreement year (or until the close of any ongoing audit
thereof being conducted by, or on behalf of Augusta); provided, however, that Augusta may
Attachment number 1 \nPage 18 of 38
Item # 14
Advertising Concession and Management Agreement Page 18 of 38
(prior to the expiration of the relevant retention period) request that any such records be retained
for a longer period of time, in which case Concessionaire, at its option, may deliver such records
into the custody of Augusta.
14.2 Audit. Representative(s) designated by the Executive Director shall be allowed
to inspect and audit Concessionaire’s books of accounts and records with reference to the
determination of any matters relevant to this Agreement at all reasonable times. Augusta’s
representative shall specifically be entitled to inspect and audit any records necessary, in the
auditor’s professional discretion, to complete the audit consistent in a manner consistent with
Generally Accepted Auditing Standards; provided, however, nothing herein shall authorize
Augusta to make any investigation into the expenses or expense structure of Concessionaire
except to the extent specifically necessary for the verification of any exclusion from Gross
Revenues. The costs of such audit shall be borne by Augusta unless the results of such audit
reveal a discrepancy of more than three percent (3%) for any other amount for any twelve (12)
month audit period. In the event of such discrepancy, the full cost of the audit shall be borne by
the Concessionaire, and Concessionaire shall promptly pay all additional fees owing to Augusta
together with interest on such sums from the date originally due until the date paid at the Default
Rate.
14.3 In the event that Concessionaire’s books or accounts are not maintained in
Augusta-Richmond County, they shall be made available for audit digitally within twenty (20)
business days of a request by Augusta, or Concessionaire shall pay in full any travel and related
expenses of Augusta representative(s) to travel to the location outside Augusta Richmond
County.
14.4 In those situations where Concessionaire’s records have been generated from
computerized data (whether mainframe, minicomputer, or PC-based computer systems),
Concessionaire agrees to provide Augusta’s representative with extracts of data files in a
computer readable format on data disks, electronic mail with attached files or suitable alternative
computer data exchange formats. Concessionaire agrees to provide appropriate work space to
conduct the audit and free access to copiers; number of Concessionaire’s accounting manager or
the like who have a thorough knowledge of the accounting system as it pertains to this
Attachment number 1 \nPage 19 of 38
Item # 14
Advertising Concession and Management Agreement Page 19 of 38
Agreement and who will assist Augusta with its audit. Concessionaire will also allow interviews
of past and present employees who were or are involved in the financial or operational activities
of Concessionaire.
SECTION 15
RECORDS TO BE MAINTAINED BY CONCESSIONAIRE
15.1 Concessionaire shall maintain a complete and accurate set of books and records
on the business conducted on the Airport and same shall be open to inspection by the Aviation
Commission or its representative at any reasonable time so as to ascertain the true amount of
Concessionaire’s Gross Revenue from its operation on the Airport.
15.2 Concessionaire shall provide a statement verifying monthly Gross Revenues, as
previously reported by Concessionaire to Aviation Commission. Said verification is to be
compiled by a competent accountant.
SECTION 16
COMPLIANCE WITH LAW
Concessionaire agrees that its operation at the Airport shall be conducted in conformity
with all local, State, and federal laws and all published Airport Rules and Regulations. It is
further agreed that the Executive Director, acting on behalf of Augusta, shall be, at all times, in
full and complete charge of the Airport in its entirety and his directions as to policy and
procedures shall be final and conclusive as regarding Concessionaire. Concessionaire
understands that all operations, uses and occupancy of the Premises must be in strict compliance
with all TSA, FAA, Airport Rules and Regulations, grant requirements, and related provisions
for Airport use and operations without restrictions or limitations. Concessionaire further agrees
that, in the event there is a question of interpretation, it will comply with Augusta’s interpretation
of such requirements, rules, laws and regulations. This provision supersedes any other provision
of this Agreement which may be in conflict therewith. Any default by Concessionaire shall
permit Augusta to immediately terminate the Agreement as a non-exclusive remedy.
Attachment number 1 \nPage 20 of 38
Item # 14
Advertising Concession and Management Agreement Page 20 of 38
SECTION 17
DEFAULT AND TERMINATION
17.1 Augusta may terminate this Agreement for any Event of Default, for its
convenience or as set forth below:
17.2 Events of Default: The following shall be "Events of Default" under this
Agreement constituting a material breach of the Agreement and the terms "Events of Default"
and "default" shall mean any one of the following events:
17.2.1 If the Premises are vacated, not utilized or abandoned by the
Concessionaire for a period of thirty (30) days or more.
17.2.2 If Concessionaire uses the Premises for unlawful or unauthorized
purposes and/or fails to comply with or observe any statute, law, ordinance, rule, regulation,
standard or requirement of Augusta, any federal, state or local governmental entity with respect
to Concessionaire's occupancy and/or use of the Premises.
17.2.3 If Concessionaire fails to obtain, pay for, and maintain in full force and
effect at all times during the life of this Agreement, without any lapse in coverage, such
insurance as is required of Concessionaire herein.
17.2.4 If Concessionaire fails to make payments when due hereunder, where
such failure shall continue for a period of seven (7) days following service of notice thereof upon
Concessionaire by Augusta.
17.2.5 If Concessionaire uses, or permits the use of, the Premises at any time
for any purpose which at that time is not authorized by this Agreement. Upon the occurrence of
any material default and breach of this Agreement by Concessionaire, Augusta may then
immediately, or at any time thereafter, terminate this Agreement by service of a ten (10) days
advance written notice to such effect upon Concessionaire and this Agreement shall terminate at
11:59:59 p.m. on the termination date specified within such notice.
17.2.6 The failure by Concessionaire to observe or perform any covenant,
condition, or agreement to be observed or performed by Concessionaire in this Agreement.
Attachment number 1 \nPage 21 of 38
Item # 14
Advertising Concession and Management Agreement Page 21 of 38
17.2.10 The filing by Concessionaire of a petition in bankruptcy, Concessionaire
being adjudged bankrupt or insolvent by any court, a receiver of the property of Concessionaire
being appointed in any proceeding brought by or against Concessionaire, Concessionaire making
an assignment for the benefit of creditors, or any proceeding being commenced to foreclose any
mortgage or other lien on Concessionaire’s interest in the Premises or on any personal property
kept or maintained on the Premises by Concessionaire.
SECTION 18
REMEDIES
18.1 In addition to, and not in lieu or to the exclusion of, any other remedies provided
in the Agreement or to any other remedies available to Augusta at law or in equity, whenever any
default (other than a default under Section 17 , above, upon which termination of this Agreement
shall, at Augusta’s option, be effective immediately without further notice) continues to be un-
remedied in whole or in part for thirty (30) days after Notice of Default is provided by Augusta
to Concessionaire (or for fifteen (15) days after Notice of Default in the case of default for
failure to pay any fees or other required payment under when due). This Agreement and all of
Concessionaire’s rights under it will automatically terminate if the Notice of Default so provides.
Upon termination, Augusta may reenter the Premises using such force as may be necessary and
remove all persons and Property from the Premises. Augusta will be entitled to recover from
Concessionaire all Concession fees and other sum or charge otherwise payable by
Concessionaire, or any other payments and damages incurred because of Concessionaire’s
default.
SECTION 19
NON-WAIVER OF RIGHTS
Should Concessionaire breach any of its obligations hereunder, Augusta may thereafter
accept from Concessionaire any payment or payments due hereunder, and continue this
Agreement in effect, without in any way waiving Augusta’s right to exercise its default rights
hereunder, or any other remedies provided by law, for said breach. In addition, any waiver by
Augusta of any default, breach, or omission of Concessionaire under this Agreement shall not be
construed as a Waiver of any subsequent or different default, breach, or omission.
Attachment number 1 \nPage 22 of 38
Item # 14
Advertising Concession and Management Agreement Page 22 of 38
SECTION 20
ASSIGNMENT
20.1 Concessionaire may not, without the prior written consent of Augusta endorsed
hereon, assign this Agreement.
20.2 Assignees shall become liable directly to Augusta for all obligations of
Concessionaire hereunto, without relieving Concessionaire’s liability.
20.3 It is expressly understood that Concessionaire shall not sell or otherwise change
ownership of its advertising business or permit representation by any person or persons other
than Concessionaire without the prior written approval of Augusta.
SECTION 22
DAMAGE OR DESTRUCTION OF DEMISED PREMISES
If the Premises are totally destroyed (or so substantially damaged as to be un-tenantable)
by storm, fire, earthquake, or other casualty, this Agreement shall terminate as of the date of such
destruction or substantial damage, and all concession fees shall be considered accounted for as
between the parties hereunto as of that date.
SECTION 23
INSURANCE
23.1 Concessionaire agrees to carry and maintain in force at all times during the Term
of this Agreement, at Concessionaire’s sole expense, the insurance described in herein below.
23.2 Concessionaire acknowledges that Augusta has and reserves, the right to amend
the insurance requirements imposed by this Agreement at any time, provided that any such
amendment is not unreasonable.
23.3 Concessionaire understands and agrees that the minimum limits of the insurance
required herein may become inadequate during the term of this Agreement and that, if it in any
way, directly or indirectly, contingently or otherwise, affects or might affect the Airport or
Augusta, as determined in the sole but reasonable discretion of the Airport Director,
Attachment number 1 \nPage 23 of 38
Item # 14
Advertising Concession and Management Agreement Page 23 of 38
Concessionaire will increase such minimum limits by reasonable amounts on written request of
the Airport Director, with the concurrence of the Augusta-Richmond County Risk Manager. No
such amendment shall reduce the coverage amounts lower than as stated in this Agreement.
23.4 Within (30) days of the publication by the Airport of any such modifications to
the foregoing insurance requirements, Concessionaire shall deliver to the Airport insurance
certificates certifying compliance with such modified coverage(s).
23.5 No written amendment of this Agreement shall be required to effectuate said
increases in minimum limits.
23.6 All insurance required hereunder shall be by companies holding a “General
Policyholders Rating” of A or better as set forth in the most current issue of “Best’s Insurance
Guide” and shall be issued a company licensed, qualified and authorized to transact business in
the State of Georgia.
23.7 Any self-insured retention or deductible on any insurance coverage required shall
be declared by Concessionaire and approved by the Airport.
23.8 Concessionaire acknowledges that Augusta is not responsible for the costs of its
insurance premiums.
23.9 The insurance policies for coverage listed in this Section shall contain a provision
that written notice of cancellation or any material change in policy by the insurer shall be
delivered to the Airport no less than thirty (30) days prior to cancellation or change.
23.10 Proof of Insurance. Concessionaire shall provide the Airport with an annual
Certificate of Insurance on all required insurance prior to Concessionaire’s exercise of any
privileges provided by this Agreement and annually upon the effective date thereafter within
thirty (30) days of execution of this Agreement. Concessionaire shall furnish additional
Certificates of Insurance, from time to time, upon specific request of the Airport.
23.11 The Augusta Richmond County Commissioners, the Augusta Aviation
Commission, and their officers, agents, elected and appointed officials, representatives,
Attachment number 1 \nPage 24 of 38
Item # 14
Advertising Concession and Management Agreement Page 24 of 38
volunteers, and employees shall be named as “Additional Insureds” on all required coverage and
also shown on the certificate as such.
23.12 General Liability Insurance. General liability insurance with a combined single
limit of not less than $ 1,000,000 covering Concessionaire’s operations on Airport premises.
The foregoing insurance shall be endorsed to state that it will be primary to Airport’s insurance
and that the Concessionaire waives its right of subrogation against the Aviation Commission,
Augusta-Richmond County, and their officers, agents, elected and appointed officials,
representatives, volunteers, and employees. The Aviation Commission, Augusta-Richmond
County and their employees, officers, agents, elected and appointed officials shall be added as
additional insureds on said policies. Said policy shall contain Severability of Interest Clause
and Contractual Liability coverage at least as broad as that given in the most current CG 00 01
ISO form.
23.13 Workers’ Compensation Insurance. Concessionaire shall provide Workers’
Compensation insurance with statutory limits and employers liability with a limit of $1,000,000
for employees and subcontractors with limits of liability of not less than One Million Dollars
($1,000,000.00) for each accident/disease. Such policy (ies) shall be endorsed to state that the
Workers’ Compensation carrier waives its right of subrogation against the Aviation Commission,
Augusta-Richmond County, and their officers, agents, elected and appointed officials,
representatives, volunteers, and employees.
23.15 Worker’s Compensation Insurance. With employer’s liability coverage of at
least $1,000,000 each accident, $1,000,000 each employee and a $1,000,000 disease policy limit.
The foregoing insurance shall be endorsed to state that that the workers’ compensation carrier
waives its right of subrogation against the Augusta, Georgia Board of Commissioners, their
officers, agents, elected and appointed officials, representatives, volunteers, and employees, the
Aviation Commission and the Airport.
23.16 Property Insurance. To insure Concessionaire against loss or damage to the
existing structure and any improvements due to fire, lightning and all other perils included in
standard extended coverage policies, plus vandalism and malicious mischief coverage, all in
amounts of not less than ninety percent (90%) of replacement value. Upon request by the
Attachment number 1 \nPage 25 of 38
Item # 14
Advertising Concession and Management Agreement Page 25 of 38
Aviation Commission, such replacement value shall be determined by a qualified appraiser, a
copy of whose findings shall be submitted to the Risk Manager, and thereafter, proper
adjustment in the limits of insurance coverage shall be effected. Said property need not be
maintained by Concessionaire, if Concessionaire is renting or leasing improvement and
Concessionaire’s Concessionaire maintains the required insurance. The foregoing insurance shall
be endorsed to state that the carrier waives its right of subrogation against Augusta, Georgia, the
Aviation Commission, the Airport, and their officers, agents, elected and appointed officials,
representatives, volunteers, and employees. Augusta, GA and the Aviation Commission shall be
named as loss payees on any Property coverage. Said policy shall contain a Severability of
Interest clause.
23.18 An insurance binder letter or a Certificate of Insurance must be sent to:
City of Augusta
Risk Manager
530 Greene Street
Room 217
Augusta, Ga. 30901
(706) 821-2502 (Fax)
23.19 Loss Control and Safety. Concessionaire shall retain control over its employees,
agents, servants and subcontractors, as well as control over its invitees, and its activities on and
about the premises and the manner in which such activities shall be undertaken and to that end,
Concessionaire shall not be deemed to be an agent of the Aviation Commission or Augusta.
Precaution shall be exercised at all times by Concessionaire for the protection of all persons,
including employees and property. Concessionaire shall make special effort to detect hazards
and shall take prompt action where loss control/safety measure should reasonably be expected.
SECTION 24
INDEMNIFICATION AND HOLD HARMLESS
24.1 Concessionaire agrees to indemnify and hold harmless Augusta and the Augusta
Aviation Commission, and their members, officers, elected officials, agents, servants, employees
and successors in office against all claims, damages, losses and expenses, including but not
limited to attorney's fees, and expenses of litigation incurred by Airport in connection therewith
Attachment number 1 \nPage 26 of 38
Item # 14
Advertising Concession and Management Agreement Page 26 of 38
related to or arising out of any damage or injury to property or persons, occurring or allegedly
occurring in, on or about Airport property caused by any negligent act or omission of
Concessionaire or which arise out of any failure of Concessionaire to perform its obligations
hereunder during the period from the date of this Agreement to the end of the Agreement Term
or Concessionaire’s operations under this Agreement.
24.2 Concessionaire shall keep, defend and hold harmless Augusta and the Augusta
Aviation Commission, and their members, officers, elected officials, agents, servants, employees
successors in office, guests, licensees and invitees from and against any and all claims, demands,
suits, judgments, costs and expenses asserted by any person or persons, including agents or
employees of Concessionaire, by reason of death or injury to persons or loss or damage to
property, resulting from Concessionaire’s operations or activities on the Airport, or anything
done or omitted by Concessionaire under this Agreement except to the extent that such claims,
demands, suits, judgment, costs and expenses may be directly attributed to the sole negligence
of the Airport or its agents, employees, directors, or officers.
24.3 In the event of a conflict between the provisions of the Augusta Georgia Code and
this Agreement the stringent requirements shall govern.
SECTION 25
FEDERAL GOVERNMENT’S EMERGENCY CLAUSE
It is understood that, during time of war or national emergency, Augusta shall have the
right to lease any and all of the herein described Premises to the United States Government for
military use, and if any such lease is executed, the provisions of this instrument insofar as they
are inconsistent with the lease of the Government shall be suspended.
SECTION 26
SECURITY
Concessionaire, its officers, employees, agents, and those under its control, shall comply
with security measures required of Augusta or the Aviation Commission by the FAA, TSA, or U.
S. Department of Transportation, or contained in any Airport Master Security Plan approved by
the TSA, to include an Airport Tenant Security Program as outlined in 49 CFR Part 1542
Attachment number 1 \nPage 27 of 38
Item # 14
Advertising Concession and Management Agreement Page 27 of 38
regarding Concessionaire's Agreement. If Concessionaire, its officers, employees, agents, or
those under its control shall fail or refuse to comply with said measures and such noncompliance
results in a monetary penalty being assessed against Augusta, then Concessionaire shall be
responsible and shall reimburse Augusta in the full amount of any such monetary penalty or
other damages, including attorney’s fees and other costs to defend Augusta against such claims.
SECTION 27
NON-DISCRIMINATION
27.1 Concessionaire shall furnish its services on a fair, equal and not unjustly
discriminatory basis to all users thereof and it shall charge fair, reasonable, and non-
discriminatory prices for each unit or service, provided that Concessionaire may be allowed to
make reasonable and non-discriminatory discounts, rebates, or other similar type of price
reductions to volume purchasers.
27.2 Concessionaire shall make its services available to the public on fair and
reasonable terms without discrimination on the basis of race, creed, color, sex, sexual orientation,
age, national origin, or disability.
27.3 Non-compliance with the above paragraphs, after written findings, shall constitute
a material breach thereof and in the event of such non-compliance, Augusta shall have the right
to terminate this Agreement or at the election of Augusta and/or the Commission or the United
States, either or both said governments shall have the right to judicially enforce the above
paragraphs.
27.4 Concessionaire assures that it will undertake an affirmative action program to
ensure that no person shall on the grounds of race, creed, color, national origin, sex, or disability
be excluded from participating in any employment activities covered in 49 C.F.R. Part 29,
Subpart E, and/or 29 C.F.R. Part 21. Concessionaire assures that no person shall be excluded on
these grounds from participating in or receiving the services or benefits of any program or
activity covered by this subpart. Concessionaire assures that it will require that its covered sub-
organization provide assurances to Concessionaire that they similarly will undertake affirmative
Attachment number 1 \nPage 28 of 38
Item # 14
Advertising Concession and Management Agreement Page 28 of 38
action programs and that they will require assurances from their sub-organizations, as required
by the aforesaid regulations, to the same effect.
27.5 Concessionaire will maintain open hiring and employment practices and will
accept applications for employment in all positions from all qualified individuals.
27.6 Concessionaire will provide to Augusta any information needed in the preparation
of reports or documents and other data relative to equal employment.
27.7 Concessionaire shall include similar clauses in any subcontracts and shall cause
such subcontractors to include these clauses in any contract related to the provision of services.
SECTION 28
AIRPORT CONCESSION DISADVANTAGED BUSINESS ENTERPRISES
28.1 Certification Required. Augusta does not operate a DBE, MBE or WBE
Program for Augusta funded projects, as a Federal Court has entered an Order enjoining the
Race-Based portion of Augusta’s DBE Program. Instead Augusta operates a Local Small
Business Opportunity Program. However, for various projects utilizing the expenditure of State
or Federal funds, Augusta enforces DBE requirements and/or DBE goals set by the Federal
and/or State Agencies in accordance with State and Federal laws. It is the policy of Augusta to
support participation in the Airport Concession Disadvantaged Business Enterprises (ACDBE),
as defined in 49 CFR Part 23, in concession activities at the Airport. This Agreement is subject
to the provisions of 49 CFR Part 23 as applicable.
28.2 Program. The Airport has established an Airport Concession Disadvantaged
Business Enterprise (ACDBE) program in accordance with regulations of the U.S. Department of
Transportation (DOT), 49 CFR Part 23. The Airport is a primary airport and has received federal
funds authorized for airport development after January 1988 (authorized under Title 49 of the
United States Code); and has executed airport grant assurances that it will comply with 49 CFR
Part 23. It is the policy of the Airport to ensure that ACDBEs as defined in Part 23, have an equal
opportunity to receive and participate in concession opportunities. It is also our policy:
Attachment number 1 \nPage 29 of 38
Item # 14
Advertising Concession and Management Agreement Page 29 of 38
28.2.1 To ensure nondiscrimination in the award and administration of
opportunities for concessions by airports receiving DOT financial assistance;
28.2.2 To create a level playing field on which ACDBEs can compete fairly for
opportunities for concessions;
28.2.3 To ensure that our ACDBE program is narrowly tailored in accordance
with applicable law;
28.2.4 To ensure that only firms that fully meet this part’s eligibility standards
are permitted to participate as ACDBEs at our airport(s);
28.2.5 To help remove barriers to the participation of ACDBEs in opportunities
for concessions at the Airport; and
28.2.6 To provide appropriate flexibility to our Airport in establishing and
providing opportunities for ACDBEs.
28.3 Contact. Augusta, on behalf of the Airport, has appointed Brenda Brown,
Augusta Regional Airport, 1501 Aviation Way, Augusta Georgia 30906 Telephone: (706) 798-
3236; E-mail: bbrown@augustaga.gov as the Airport Concessionaires DBE Liaison Officer
(ACDBELO). In that capacity, Ms. Brown is responsible for implementing all aspects of the
DBE program. Implementation of the ACDBE program is accorded the same priority as
compliance with all other legal obligations incurred by the Airport in its financial assistance
agreements with the Department of Transportation.
28.4 Opportunities for Participation. It is the policy of Augusta to ensure that
ACDBE, as defined in 49 CFR Part 23 and other small businesses have an equal opportunity to
receive and participate in Department of Transportation (DOT) assisted contracts. Augusta
encourages the Concessionaire to make every reasonable effort to maximize contracting
opportunities for ACDBE and other small businesses in any construction or architectural changes
to the premises and in the procurement of goods and services necessary for the operation of the
Concession at this Airport.
Attachment number 1 \nPage 30 of 38
Item # 14
Advertising Concession and Management Agreement Page 30 of 38
28.5 Reports. Concessionaire shall submit ACDBE participation reports to Augusta
as required for the purpose of demonstrating compliance with 49 CFR Part 23. An ACDBE
concession specific goal of three percent (3%) of total gross receipts for concessions has been
established for this Agreement. Each Concessionaire shall make good faith efforts, as defined in
Appendix A, 49 CFR Part 26, to meet the concession specific goal for ACDBE participation in
the performance of this Agreement. The Concessionaire will be required to submit the following
information:
28.5.1 Names and addresses of ACDBE firms and suppliers that will participate
in the concession;
28.5.2 A description of the work that each ACDBE will perform;
28.5.3 The dollar amount of the participation of each ACDBE firm
participating;
28.5.4 Written and signed documentation of commitment to use an ACDBE
whose participation it submits to meet a contract goal;
28.5.5 Written and signed confirmation from the ACDBE that it is participating
in the concession as provided in the prime Concessionaire’s commitment; and
28.5.6 If the concession goal is not met, evidence of good faith efforts.
28.6 Non-Discrimination in Contracts. Augusta encourages Concessionaire to create
and maintain a diverse workforce, contractor and supplier base. The Concessionaire shall not
create barriers to open and fair opportunities for minority business enterprises (MBE), women’s
business enterprises (WBE), small business enterprises (SBE) and disadvantaged business
enterprises (DBE) to participate in all contracts at Augusta and to obtain or compete for contracts
and subcontracts as sources of supplies, equipment, construction and services. In considering
offers from and doing business with contractors and suppliers, the Concessionaire shall not
discriminate on the basis of race, color, creed, religion, sex, age, disability, nationality, marital
status, sexual orientation or disability. These requirements apply to all concessions firms and
Attachment number 1 \nPage 31 of 38
Item # 14
Advertising Concession and Management Agreement Page 31 of 38
suppliers, including those who qualify as an Airport Concessions Disadvantaged Business
Enterprise (ACDBE).
SECTION 29
DAMAGE TO AIRPORT
Concessionaire shall be liable for any damage to the Airport caused by Concessionaire’s
officers, agents, employees, contractors, subcontractors, or anyone acting under its direction and
control, ordinary wear and tear excepted. All repairs for which Concessionaire is liable shall be
made by Augusta at Concessionaire’s expense.
SECTION 30
NOTICES
All notices by either party to the other shall be made by depositing such notice in the
registered or certified mail, of the United States of America, postage prepaid, and such notice
shall be deemed to have been delivered and received on the date of such depositing correctly
addressed in the registered or certified mail.
All notices to Augusta shall be mailed to:
Augusta Aviation Commission
Attn: Executive Director
1501 Aviation Way
Augusta, GA 30906
With a copy to: Augusta Law Department
501 Greene St.
Suite 302
Augusta, GA 30901
All notices to Concessionaire shall be mailed to:
Leslie Clark Bensen
Departure Media, Inc.
PO Box 31577
Charleston, SC 29417
(843) 571-2299
Either party may change the address and name of addressee to which subsequent notices
are to be sent by notice to the other given as aforesaid.
Attachment number 1 \nPage 32 of 38
Item # 14
Advertising Concession and Management Agreement Page 32 of 38
SECTION 31
LIENS
Concessionaire shall cause to be removed promptly any and all liens of any nature arising
out of or because of any construction performed by Concessionaire or any of its contractors or
subcontractors upon the Airport or arising out of or because of the performance of any work or
labor by or for it or them at said premises, reserving the right to contest in court the validity of
any such liens. Concessionaire shall have the right to post an appropriate bond to cover its
obligations pursuant to this Section. If any person or corporation attempts to assert a Mechanic's
Lien against Augusta for improvements made by Concessionaire, Concessionaire shall hold
Augusta harmless from such claim, including the cost of defense.
SECTION 32
RULES AND REGULATIONS
32.1 Concessionaire shall comply with and shall require its officers and employees and
any other persons over whom it has direct control to comply with such Rules and Regulations
governing the use of Airport facilities and the access to said facilities pursuant to this Agreement
and Augusta’s ordinances which may govern said use and access of the Airport facilities, as may
be amended from time to time by the Aviation Commission.
32.2 Concessionaire shall not use or permit to be used any Airport facilities for any
purposes or uses other than those specifically authorized by this Agreement, and such other
purposes or uses as may be mutually agreed upon in writing.
32.3 Concessionaire shall comply with and shall require its officers and employees and
any other persons over whom it has control to comply with such reasonable and
nondiscriminatory Rules and Regulations governing the use of Airport facilities pursuant to this
Agreement as may from time to time be adopted and promulgated by Augusta or the Aviation
Commission, including, but not limited to, security, health, safety, environmental concern,
sanitation, and good order, and with such amendments, revisions, or extensions thereof as may
from time to time be adopted and promulgated by the Aviation Commission. The Airport
Attachment number 1 \nPage 33 of 38
Item # 14
Advertising Concession and Management Agreement Page 33 of 38
Director will provide a copy of the initial Rules and Regulations to Concessionaire within thirty
(30) days of the date of this Agreement.
32.4 Concessionaire's right of access to the Airport shall be subject to security
considerations and all federal, State, and local laws or regulations and all Airport rules,
regulations, and ordinances now in effect or hereinafter adopted or promulgated.
32.5 Concessionaire shall, at all times, comply with any and all present and future
laws, ordinances, and general rules or regulations of any public or governmental entity pertaining
to its operations at the Airport now or at any time during the term that this Agreement is in force.
SECTION 33
SURVIVAL
Concessionaire’s obligations under this Article shall survive the expiration or earlier
termination of this Concession Agreement. No modification, termination or surrender to
Augusta of this Agreement or surrender of the Premises or any part thereof, or of any interest
therein by Concessionaire, shall be valid or effective unless agreed to and accepted in writing by
Augusta, and no act by any representative or agent of Augusta, other than such written
agreement and acceptance, shall constitute an acceptance thereof.
SECTION 34
ENTIRE AGREEMENT
This Agreement contains the entire agreement of the parties and no representation,
inducements, promises, or agreement, oral or otherwise, between the parties not embodied herein
shall be of any force or effect. No failure of Augusta to exercise any power at variance with the
terms hereof shall constitute a waiver of Augusta’s right to demand exact compliance with the
terms hereof.
SECTION 35
GOVERNING LAW
This Agreement and all disputes arising hereunder shall be governed by the laws of the
State of Georgia.
Attachment number 1 \nPage 34 of 38
Item # 14
Advertising Concession and Management Agreement Page 34 of 38
SECTION 36
VENUE
All claims, disputes, and other matters in question between Augusta and Concessionaire
arising out of or relating to this Agreement, or the breach hereof, shall be decided in the Superior
Court of Richmond County, Georgia. Concessionaire, by executing this Agreement, specifically
consents to jurisdiction and venue in Augusta-Richmond County and waives any right to contest
jurisdiction and venue in the Superior Court of Richmond County, Georgia or the United States
District Court for the Southern District of Georgia, Augusta Division.
SECTION 37
ATTORNEY’S FEES
If Augusta is reasonably required to obtain counsel to enforce any of its rights under this
Agreement or to collect its fees and charges, the Commission shall be entitled to recover from
Concessionaire reasonable attorney’s fees incurred by it in connection with such proceedings.
SECTION 38
MISCELLANEOUS PROVISIONS
38.1 No purported or alleged waiver of any of the provisions of this Agreement shall
be valid or effective unless in writing signed by the party against whom it is sought to be
enforced.
38.2 Captions herein are for convenience or reference only and in no way define, limit
or expand the scope or intent of this Agreement. Whenever the context hereof shall so require,
the singular shall include the plural, the male gender shall include the female, and vice versa.
38.3 Counterparts. This Agreement may be executed in two or more counterparts, all
of which together shall constitute but one and the same Agreement. In the event that one or more
of the provisions hereof shall be held to be illegal, invalid or enforceable, such provisions shall
be deemed severable and the remaining provisions hereof shall continue in full force and effect.
38.4 Nothing contained in this Agreement shall be construed to be a waiver of
Augusta’s sovereign immunity.
Attachment number 1 \nPage 35 of 38
Item # 14
Advertising Concession and Management Agreement Page 35 of 38
38.5 It is specifically agreed between the parties executing this Agreement that it is not
intended by any of the provisions of this Agreement to create in the public or any member
thereof, third party beneficiary status in connection with the performance of the obligations
herein.
38.6 Nothing contained in this Agreement shall be construed to be a waiver of any
individual's qualified good faith immunity.
38.7. Covenants Bind and Benefit Successors and Assigns. The provisions of this
Agreement shall be binding upon and inure to the benefit of the parties hereto and their
respective successors and permitted assigns; provided, however, that no one shall have any
benefit or acquire any rights under this Agreement pursuant to any conveyance, transfer, or
assignment in violation of any of its provisions.
38.8 Open Records. The Concessionaire acknowledges that all records relating to this
Agreement and the services to be provided under this Agreement may be a public record subject
to Georgia’s Open Records Act (O.C.G.A. § 50-18-70, et seq.). Concessionaire shall cooperate
fully in responding to such request and making all records, not exempt, available for inspection
and copying as provided by law. Concessionaire shall notify Augusta immediately of any
request made under the Open Records Act and shall furnish Augusta with a copy of the request
and the response to such request.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year first above written.
Augusta, Georgia Augusta Aviation Commission:
By: By:
Mayor Chairman
Date: Date:
Attachment number 1 \nPage 36 of 38
Item # 14
Advertising Concession and Management Agreement Page 36 of 38
Attest:
Lena Bonner, City Clerk
Date:
Signed this _____day of _________, 2012 in the presence of:
DEPARTURE MEDIA, INC.
__________________________________ ________________________________
Witness By: Leslie C. Bensen
President
Approved as to content:
By:
Gary LeTellier, Airport Director
Approved as to form:
By:
Andrew Mackenzie, General Counsel
Date: ___________________________
Attachment number 1 \nPage 37 of 38
Item # 14
Advertising Concession and Management Agreement Page 37 of 38
ATTACHMENTS
Attachment number 1 \nPage 38 of 38
Item # 14
Request for Proposal
Request for Proposals will be received at this office until Wednesday, February 29, 2012 @ 3:00 p.m. for
furnishing:
RFP Item #12-119 Concessions for Advertising for Augusta Regional Airport
RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department
ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530
Greene Street – Room 605, Augusta, GA 30901. All questions must be submitted in writing by fax to
706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement
Department by Tuesday, February 14, 2012 @ 5:00 P.M. No bid will be accepted by fax, all must be
received by mail or hand delivered.
No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and
shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual
terms and conditions, applicable to the procurement. All specific requirements contained in the invitation
to bid including, but not limited to, the number of copies needed, the timing of the submission, the
required financial data, and any other requirements designated by the Procurement Department are
considered material conditions of the bid which are not waiveable or modifiable by the Procurement
Director. All requests to waive or modify any such material condition shall be submitted through the
Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the
Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope.
Bidders are cautioned that acquisition of RFP documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places
the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle January 19, 26, February 2, 9, 2012
Metro Courier January 25, 2012
cc: Tameka Allen Deputy Administrator
Gary LeTellier Augusta Regional Airport
Diane Johnston Augusta Regional Airport
Revised: 8/15/2011
Attachment number 2 \nPage 1 of 1
Item # 14
VENDORS Attachment B E-Verify # Addendum 1 Original 6 Copies
Fee
Proposal
Clear Channel Airports
4635 Crackersport Road
Allentown, PA 18104
Yes 40635 Yes Yes Yes Yes
Departure Media Airport Advertising
P.O. Box 31577
Charleston, SC 29417
Yes LBEN8900 Yes Yes Yes Yes
Red Wolf, Inc
P. O. Box 16554
Augusta, GA 30919
Team 1 Advertising
206 Jackson Avenue
North Augusta, SC 29841
B.A.S. Rotary, LLC
346 Handsmill Road, Building 8
Belleplain, NJ 08270
Wierhouse
1124 Broad Street
Augusta, GA 30901
Corey Aiport Services
225 Corey Center SE, Suite 1
Atlanta, GA 30312
No Bid
Response
Hall Marketing, Inc
519 Blackburn Drive
Martinez, GA 30907
No Bid
Response
The Alison Group
2743 Perimeter Parkway
Building 200 Suite 200
Augusta, GA 30909
RFP Item #12-119
Concessions for Advertising
for Augusta, Georgia - Augusta Regional Airport
RFP Due: Wednesday, February 29, 2012 @ 3:00 p.m.
Page 1 of 1
Attachment number 3 \nPage 1 of 1
Item # 14
EVALUATION CRITERIA:
Pts.
Clear Channel Airports
4635 Crackersport Rd
Allentown, PA 18104
Departure Media Airport
Advertising
29 Leinbach Drive,
Bldg C, Unit 4
Charleston, SC 29407
1) Completeness of the proposal.5 4.7 5.0
2) Proponent's management capabilities and experience in
managing the specific type of concession(s). The successful
proponent(s) shall have been in business for at least five (5)
years with a demonstrated ability to provide service, financing
and monetary commitment to successfully operate provide
advertising services.
25 16.7 21.7
3) Proponent's financial capability, responsibility and
resources. The Proponent should provide such financial data
as the Proponent demonstrating the ability to perform the
services hereunder and to disclose regarding its current or
past business ventures. Such financial data may be in the
form of audited or unaudited financial statements, income
statements, balance sheets or current Dun & Bradstreet
summary.
20 16.7 16.7
4) Proponent's reputation and character. Please provide the
names, addresses and telephone numbers for three (3)
business references.
10 7.7 10.0
5) Proponent's Concept and Operational plans.30 21.7 25.0
6) Any other factors the Evaluation Committee deems
relevant, including, but not limited to:
a) The ability, capacity, and skill of the proponent to perform
the contract or provide the services required;
b) The capability of the proponent to perform the contract or
provide the service promptly or within the time specified,
without delay or interference;
c) The character, integrity, reputation, judgment, experience,
and efficiency of the proponent;
d) The quality of performance on previous contracts;
e) The previous and existing compliance by the proponent
with laws and ordinances relating to the contract or services;
f) The sufficiency of the financial resources of the proponent
relating to his ability to perform the contract;
g) The quality, availability, and adaptability of the supplies or
services to the particular use required; and
10 6.7 10.0
TOTAL 100 74.0 88.3
Cumulative Evaluation Sheet - RFP Item #12-119
Concessions for Advertising
For the City of Augusta - Augusta Regional Airport
Friday, March 16,2012 @ 9:30 a.m.
Comments:
Attachment number 4 \nPage 1 of 1
Item # 14
Attachment number 5 \nPage 1 of 1
Item # 14
The Alison Group
Attn: Mark Alison
2743 Perimeter Parkway
Building 200 Suite 220
Augusta, GA 30909
Departure Media
Attn: Leslie Bensen
P. O. Box 31323
Charlotte, NC 28231
Clear Channel Airports
Attn: Daniel Soria
4635 Crackersport Road
Allentown, PA 18104
Corey Airport Services
Attn: Steve Moody
225 Corey Center SE, Suite 1
Atlanta, GA 30312
Team 1 Advertising
Attn: Stephen Johnston
206 Jackson Avenue
North Augusta, SC 29841
Red Wolf, Inc.
Attn: Rhain Swain-Giboney
P. O. Box 16554
Augusta, GA 30919
Hall Marketing, Inc.
Attn: John Hall
519 Blackburn Dr.
Martinez, GA 30907
Wierhouse
1124 Broad Street
Augusta, GA 30901
B.A.S. Rotary, LLC
Attn: Michael Lagana
346 Handsmill Road, Building 8
Belleplain, NJ 08270
Gary LeTellier
Augusta Regional Airport
Diane Johnston
Augusta Regional Airport
Yvonne Gentry
Augusta LSBOP Office
Freeman Mathis & Gary, LLP
Attn: Pamela Everett
661 Forest Parkway Suite E
Forest Park, Ga. 30297
RFP #12-119
Concessions for Advertising
For Augusta Regional Airport
Mailed Out January 19, 2012
RFP #12-119
Concessions for Advertising
For Augusta Regional Airport
RFP Due: Wed Feb 29 2012 @ 3:00 PM
Attachment number 6 \nPage 1 of 1
Item # 14
Attachment number 7 \nPage 1 of 3
Item # 14
Attachment number 7 \nPage 2 of 3
Item # 14
Attachment number 7 \nPage 3 of 3
Item # 14
Public Service Committee Meeting
7/30/2012 12:50 PM
Integrated Telecommunication System for Trade, Exhibit and Event Center
Department:Recreation, Parks and Facilities
Caption:Motion to approve the expenditure of SPLOST funds dedicated to
the New TEE Center in the amount of $42,479.15 for the
purchase, installation and startup of all scope associated with the
new integrated telecommunication system.
Background:The TEE Center is currently under construction. Sole sourcing of
the new telephone system is recommended in order to maintain
standardization with existing equipment and systems.
Analysis:Approving expenditures for Allied Communications will move the
purchase, installation and startup forward with minimal telephone
integration issues.
Financial Impact:The cost for implementing the telecommunication integration
scope is $42,479.15. Present SPLOST funds support the
equipment's purchase, installation and startup.
Alternatives:1. To Approve the execution of expenditures with Allied
Communications from budgeted SPLOST funds in the amount of
$42,479.15 for the purchase, installation and startup of the new
telephone integration system. The firm was recommended as the
sole source supplier in order to maintain standardization with
existing systems. 2. Move No Action thus delaying the installation
of the telecommunication system by approximately 12 weeks.
Recommendation:1. To Approve the expenditure of SPLOST funds in the amount of
$42,479.15 and execute an agreement with Allied
Commuunications for the TEE Center. It is recommended that this
scope be sole sourced in order to maintain standardization with
existing systems at the site.
Funds are Available
in the Following
Accounts:
325051120 - 206351102
Cover Memo
Item # 15
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 15
Attachment number 1 \nPage 1 of 5
Item # 15
Attachment number 1 \nPage 2 of 5
Item # 15
Attachment number 1 \nPage 3 of 5
Item # 15
Attachment number 1 \nPage 4 of 5
Item # 15
Attachment number 1 \nPage 5 of 5
Item # 15
Public Service Committee Meeting
7/30/2012 12:50 PM
Jamestown Community Park Improvements
Department:Recreation, Parks and Facilities
Caption:Motion to approve an agreement with Augusta, Georgia and the
Sandridge Community Association (SCA) for Capital
Improvement Projects at Jamestown Community Park.
Background:The SCA has maintained an operational agreement with Augusta,
Georgia since 1998. The SCA and Augusta, Georgia
have previously entered into a mutual agreement in 2007 to work
jointly to make needed capital improvements to this facility.
Analysis:The SCA is contemplating making capital improvements to the
Jamestown Community Park, as per the attached list of projects
and estimated costs associated with this work, at a not to exceed
cost of $32,260.00. Funding will be made available as outlined in
the attached agreement and follows the established guidelines for
dispersal of SPLOST funds, also attached.
Financial Impact:The cost of these improvements is set at a not to exceed cost of
$32,260.00 and is currently available as part of SPLOST VI
funded projects administered through the Department of
Recreation, Parks and Facilities.
Alternatives:1. To Approve the agreement between the Sandridge Community
Association and Augusta, Georgia. 2. Move No Action.
Recommendation:1. To Approve.
Funds are Available
in the Following
Accounts:
328061110 - 211066801
REVIEWED AND APPROVED BY:
Cover Memo
Item # 16
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 16
Attachment number 1 \nPage 1 of 7
Item # 16
Attachment number 1 \nPage 2 of 7
Item # 16
Attachment number 1 \nPage 3 of 7
Item # 16
Attachment number 1 \nPage 4 of 7
Item # 16
Attachment number 1 \nPage 5 of 7
Item # 16
Attachment number 1 \nPage 6 of 7
Item # 16
Attachment number 1 \nPage 7 of 7
Item # 16
Public Service Committee Meeting
7/30/2012 12:50 PM
Minutes
Department:Clerk of Commission
Caption:Motion to approve the minutes for the Public Services Committee
held on July 9, 2012.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 17
Attachment number 1 \nPage 1 of 5
Item # 17
Attachment number 1 \nPage 2 of 5
Item # 17
Attachment number 1 \nPage 3 of 5
Item # 17
Attachment number 1 \nPage 4 of 5
Item # 17
Attachment number 1 \nPage 5 of 5
Item # 17
Public Service Committee Meeting
7/30/2012 12:50 PM
Reeves Construction Change Order #5 - Front Door Parking Lot Improvement
Department:Augusta Regional Airport
Caption:Approve Reeves Construction Change Order #5 - Front Door
Parking Improvement Project as approved by the Augusta
Aviation Commission at their May 31, 2012 meeting.
Background:The original scope of wok provides for the construction of the
Front Door Parking Lot Improvements at Auusta Regiona Airport
and shall be performed by Reeves Construction for a contract
amount of $4,310,823.10. This contract modification modifies the
original construction documents due to a design modification
associated with the consversion of the current valet parking lot.
Analysis:This contract modification modifies the original construction
documents due to a design modification associated with the
consversion of the current valet parking lot.
Financial Impact:As a result to this design modification, an additional $18,343.00
will be made to the contract. contract time will increas by 3
calendar days.
Alternatives:Deny request
Recommendation:Approve Reeves Construction Change Order #5 in the amount of
$18,343.00 which increases the original contract amount and
timeline.
Funds are Available
in the Following
Accounts:
551-08-1201/54-12110
REVIEWED AND APPROVED BY:
Finance.
Cover Memo
Item # 18
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 18
Attachment number 1 \nPage 1 of 2
Item # 18
Attachment number 1 \nPage 2 of 2
Item # 18
Public Service Committee Meeting
7/30/2012 12:50 PM
Reeves Contract Modification #6 – Front Door Parking Lot Improvement Project
Department:Augusta Regional Airport
Caption:Motion to approve Reeves Contract Modification #6 - Front Door
Parking Lot Improvement Project as approved by the Aviation
Commission at their June 28, 2012 Meeting.
Background:The original scope of work provides for the construction of the
Front Door Parking Lot Improvements at the Augusta Regional
Airport, and shall be performed by Reeves Construction for a
contract amount of $4,310,823.10. This contract modification
modifies the original construction documents to include the
relocation of mature oak trees from the construction area to other
areas on the airport.
Analysis:Because of the uncertainty of survival, the original intent was to
cut these trees and use younger trees along the west side of
Aviation Way. The relocated trees are of sufficient size to match
the size of the existing trees.
Financial Impact:The additional cost of this modification is $8,800.00. The contract
time will not increase.
Alternatives:Deny request.
Recommendation:Approve Reeves Construction Contract Modification #6 - Front
Door Parking Lot Improvement Project in the amount of
$8,800.00.
Funds are Available
in the Following
Accounts:
551-08-1201/54-12110
REVIEWED AND APPROVED BY:
Cover Memo
Item # 19
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 19
Attachment number 1 \nPage 1 of 2
Item # 19
Attachment number 1 \nPage 2 of 2
Item # 19
Public Service Committee Meeting
7/30/2012 12:50 PM
Southeast Development Area Access Project – Augusta Regional Airport at Bush Field
Department:Augusta Regional Airport
Caption:Motion to approve the Southeast Development Area Access
Project - Augusta Regional Airport at Bush Field bid awarded to
Beam's Contracting, Inc. as approved by the Aviation Commission
at their June 28, 2012 meeting.
Background:The project consists of constructing a new roadway and utility
corridor in order to access a portion of the Airport which is
currently undeveloped. A portion of this roadway includes
General Perry Smith Parkway.
Analysis:On May 30, 2012, Augusta-Richmond County Procurement
received three (3) responsive bid proposals. The apparent low
bidder was Beam’s Contracting, Inc. with a bid price of
$4,035,194.91 for the complete project. Upon reviewing Beam’s
Contracting, Inc’s, detailed bid and references, they are believed
to be qualified and find no reason why they would not perform the
specified work satisfactorily. The overall bid analysis is attached.
Financial Impact:A not to exceed bid price of $4,035,194.91.
Alternatives:Deny request.
Recommendation:Approve Beam’s Contracting, Inc. for the Southeast Development
Area Access Project at a cost not to exceed $4,035,194.91.
Funds are Available
in the Following
Accounts:
328-08-1130/54-12110-210351001
REVIEWED AND APPROVED BY:
Finance.
Cover Memo
Item # 20
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 20
MAY 2012
Bid Tab from May 30, 2012 Bid Opening
ITEM SPEC. SECTION ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST
1 MD-3.1 Mobilization/Demobilization LS 1 $406,835.53 $406,835.53 $108,271.00 $108,271.00 $283,000.00 $283,000.00 $201,362.00 $201,362.00
2 MD-3.2 Performace Bonds and Labor & Materials Payment Bonds LS 1 $30,000.00 $30,000.00 $43,067.00 $43,067.00 $135,000.00 $135,000.00 $50,000.00 $50,000.00
3 MD-3.3 Project Insurance LS 1 $20,000.00 $20,000.00 $7,465.00 $7,465.00 $100.00 $100.00 $50,000.00 $50,000.00
4 MD-3.4 Engineer and Contractor Offices and Staging Area LS 1 $50,000.00 $50,000.00 $65,909.00 $65,909.00 $30,000.00 $30,000.00 $50,000.00 $50,000.00
5 MD-3.5 Maintenance of Traffic LS 1 $50,000.00 $50,000.00 $100,041.00 $100,041.00 $35,000.00 $35,000.00 $100,000.00 $100,000.00
6 MD-3.6 Construction and Maintenance of Haul Routes LS 1 $20,000.00 $20,000.00 $7,500.00 $7,500.00 $35,000.00 $35,000.00 $20,000.00 $20,000.00
7 02221.4.2.1 Miscelaneous Demolition/Removal LS 1 $15,000.00 $15,000.00 $5,063.00 $5,063.00 $10,000.00 $10,000.00 $30,000.00 $30,000.00
8 02221.4.2.2 Full Depth Pavement Demolition/Removal SY 207 $5.00 $1,035.00 $8.58 $1,776.06 $6.00 $1,242.00 $25.00 $5,175.00
9 02221.4.2.3 Variable Depth Cold Mill SY 2,102 $2.50 $5,255.00 $2.33 $4,897.66 $4.65 $9,774.30 $5.00 $10,510.00
10 02221.4.2.4 Demolish/Remove Existing AOA Fence LF 2,120 $10.00 $21,200.00 $2.81 $5,957.20 $5.75 $12,190.00 $6.00 $12,720.00
11 02221.4.2.5 Demolish/Remove Existing Guardrail LF 496 $25.00 $12,400.00 $5.32 $2,638.72 $2.80 $1,388.80 $5.00 $2,480.00
12 02221.4.2.6 Demolish/Remove Existing 24" to 36" Pipe LF 206 $50.00 $10,300.00 $3.25 $669.50 $20.65 $4,253.90 $15.00 $3,090.00
13 02221.4.2.7 Demolish/Remove Existing 60" CMP Pipe LF 145 $75.00 $10,875.00 $3.56 $516.20 $31.00 $4,495.00 $25.00 $3,625.00
14 02230-4.2.1 Clear/Grubb AC 30 $7,500.00 $225,000.00 $3,628.00 $108,840.00 $3,600.00 $108,000.00 $2,000.00 $60,000.00
15 02230-4.2.2 Clear Existing Drainage Ditch AC 1 $9,000.00 $9,000.00 $3,628.00 $3,628.00 $17,000.00 $17,000.00 $15,000.00 $15,000.00
16 02230.3.21.A Unclassified Excavation CY 94,250 $8.00 $754,000.00 $3.97 $374,172.50 $2.90 $273,325.00 $10.00 $942,500.00
17 02230.3.21.C Subgrade Preparation SY 29,661 $2.00 $59,322.00 $1.00 $29,661.00 $0.90 $26,694.90 $3.00 $88,983.00
18 02304-9.1 Cement Treated Base - 8" depth SY 18,491 $14.00 $258,874.00 $12.34 $228,178.94 $11.35 $209,872.85 $13.00 $240,383.00
19 02304-9.2 Cement Treated Base - 6" depth SY 4,978 $12.00 $59,736.00 $13.85 $68,945.30 $13.00 $64,714.00 $12.00 $59,736.00
20 02304-9.3 Portland Cement for Cement Treated Base TON 884 $150.00 $132,600.00 $126.00 $111,384.00 $112.00 $99,008.00 $110.00 $97,240.00
21 02400.1
Asph Conc 12.5mm SuperPave, GP 2 Only, Incl. Polymer-Modified Bitum
Material & H Lime TON 6,504 $105.00 $682,920.00 $87.69 $570,335.76 $79.00 $513,816.00 $85.00 $552,840.00
22 02400.2 Asph Conc 19mm SuperPave, GP 2 Only, Incl. Bitum Material & H Lime TON 6,941 $100.00 $694,100.00 $80.18 $556,529.38 $66.50 $461,576.50 $70.00 $485,870.00
23 02413-1 Bituminous Tack Coat GAL 4,438 $8.00 $35,504.00 $3.75 $16,642.50 $3.65 $16,198.70 $4.00 $17,752.00
24 02310.5.A.1 6" Depth Graded Aggregate - incl material SY 1,802 $12.00 $21,624.00 $6.13 $11,046.26 $7.25 $13,064.50 $12.00 $21,624.00
25 02630.4.2.A.1 18" Reinforced Concrete Pipe, Class III LF 1,051 $35.00 $36,785.00 $33.25 $34,945.75 $43.55 $45,771.05 $56.00 $58,856.00
26 02630.4.2.A.2 30" Reinforced Concrete Pipe, Class III LF 50 $50.00 $2,500.00 $54.98 $2,749.00 $69.25 $3,462.50 $76.00 $3,800.00
27 02630.4.2.A.3 36" Reinforced Concrete Pipe, Class III LF 2,710 $63.00 $170,730.00 $62.49 $169,347.90 $71.25 $193,087.50 $88.00 $238,480.00
28 02630.4.2.A.4 42" Reinforced Concrete Pipe, Class III LF 108 $100.00 $10,800.00 $82.97 $8,960.76 $99.55 $10,751.40 $155.00 $16,740.00
29 02630.4.2.A.5 60" Reinforced Concrete Pipe, Class III LF 103 $180.00 $18,540.00 $132.54 $13,651.62 $178.75 $18,411.25 $200.00 $20,600.00
30 02630.4.2.A.6 84" Reinfoced Concrete Pipe, Class IV LF 1,300 $375.00 $487,500.00 $260.24 $338,312.00 $305.00 $396,500.00 $350.00 $455,000.00
31 02630.4.2.A.7 Type I Trapezoidal Concrete Paved Ditch LF 1,581 $90.00 $142,290.00 $95.53 $151,032.93 $90.00 $142,290.00 $100.00 $158,100.00
32 02630.4.2.A.8 Concrete Paved Low-flow Channel LF 260 $50.00 $13,000.00 $29.92 $7,779.20 $53.00 $13,780.00 $60.00 $15,600.00
32A 02630.4.2.A.9 24" Reinforced Concrete Pipe, Class III LF 29 $51.00 $1,479.00 $37.56 $1,089.24 $60.00 $1,740.00 $72.00 $2,088.00
33 02630.4.2.B.1 Precast Storm Sewer Manhole Structure - STD 1011A VF 18 $300.00 $5,400.00 $337.06 $6,067.08 $475.00 $8,550.00 $560.00 $10,080.00
34 02630.4.2.B.2 Ditch Drop Inlet Structure VF 105 $325.00 $34,125.00 $345.09 $36,234.45 $415.00 $43,575.00 $550.00 $57,750.00
35 02630.4.2.B.3 Curb Inlet VF 10 $500.00 $5,000.00 $484.69 $4,846.90 $488.00 $4,880.00 $520.00 $5,200.00
36 02630.4.2.B.4 Special Design Drainage Structure EA 3 $25,000.00 $75,000.00 $12,255.00 $36,765.00 $17,200.00 $51,600.00 $15,000.00 $45,000.00
37 02630.4.2.C.1 Tapered Headwall - 18" dia. EA 2 $1,500.00 $3,000.00 $832.75 $1,665.50 $620.00 $1,240.00 $675.00 $1,350.00
38 02630.4.2.C.2 Tapered Headwall - 18" dia. - Modified with Trash Rack EA 1 $3,500.00 $3,500.00 $2,098.00 $2,098.00 $1,245.00 $1,245.00 $1,200.00 $1,200.00
39 02630.4.2.C.3 Tapered Headwall - 36" dia. EA 5 $2,500.00 $12,500.00 $2,113.00 $10,565.00 $1,060.00 $5,300.00 $1,400.00 $7,000.00
40 02630.4.2.C.4 Tapered Outlet Headwall - 42" dia. EA 1 $3,500.00 $3,500.00 $2,447.00 $2,447.00 $4,125.00 $4,125.00 $1,700.00 $1,700.00
41 02630.4.2.C.5 Tapered Outlet Headwall - 60" dia. EA 1 $5,000.00 $5,000.00 $6,121.00 $6,121.00 $7,300.00 $7,300.00 $2,800.00 $2,800.00
BEAM'S CONTRACTING REEVES CONSTRUCTION MASASANNA CONSTRUCTION
ROADWAY DEVELOPMENT
AUGUSTA REGIONAL AIRPORT
Southeast Development Area Access Project
SCHEDULE OF UNIT PRICES
ENGINEER'S ESTIMATE
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
1
o
f
2
It
e
m
#
2
0
42 02630.4.2.C.6 Tapered Headwall - 84" dia. EA 1 $7,000.00 $7,000.00 $12,063.00 $12,063.00 $16,200.00 $16,200.00 $4,000.00 $4,000.00
43 02630.4.2.C.7 Pond Outlet Control Structure EA 1 $3,500.00 $3,500.00 $5,275.00 $5,275.00 $9,945.00 $9,945.00 $10,000.00 $10,000.00
44 02630.4.2.C.8 Standard Frame and Cover EA 2 $1,250.00 $2,500.00 $281.44 $562.88 $325.00 $650.00 $600.00 $1,200.00
45 02630.4.2.C.9 Fabricated Safety Grate for Ditch Drop Inlets EA 18 $750.00 $13,500.00 $2,463.43 $44,341.74 $1,065.00 $19,170.00 $1,200.00 $21,600.00
45A 02630.4.2.C.10 Safety End Section - Concrete - 24" Dia. EA 2 $751.00 $1,502.00 $924.00 $1,848.00 $1,275.00 $2,550.00 $1,800.00 $3,600.00
46 02162-5.1 7' High Security Fence w/ Barbed Wire and Mow Guard LF 1,605 $40.00 $64,200.00 $45.81 $73,525.05 $41.00 $65,805.00 $20.00 $32,100.00
47 02162-5.2 12' Manual Swing Gate EA 1 $2,000.00 $2,000.00 $1,153.10 $1,153.10 $1,325.00 $1,325.00 $1,500.00 $1,500.00
48 02162-5.3 24' Manual Swing Gate EA 1 $2,500.00 $2,500.00 $2,194.00 $2,194.00 $2,600.00 $2,600.00 $2,500.00 $2,500.00
49 02635.5.1 Permanent Timber Barricade LF 87 $150.00 $13,050.00 $35.00 $3,045.00 $45.00 $3,915.00 $20.00 $1,740.00
50 03300.4.2.A.1 30" Type 7 Curb and Gutter LF 2,530 $25.00 $63,250.00 $17.02 $43,060.60 $24.35 $61,605.50 $14.00 $35,420.00
51 03300.4.2.B.1 Type 7 Integral Reinforced Concrete Median Islands SY 49 $100.00 $4,900.00 $64.27 $3,149.23 $83.00 $4,067.00 $30.00 $1,470.00
52 03300.4.2.B.2 4" Concrete Pavement, incl. base SY 130 $50.00 $6,500.00 $50.76 $6,598.80 $47.00 $6,110.00 $50.00 $6,500.00
53 03300.4.2.B.3 5" Reinforced Concrete Apron for Headwalls, incl. base SY 31 $75.00 $2,325.00 $59.25 $1,836.75 $150.00 $4,650.00 $200.00 $6,200.00
54 03300.4.2.C.1 Reinforced Concrete Pipe Collar EA 2 $1,000.00 $2,000.00 $2,444.00 $4,888.00 $3,500.00 $7,000.00 $5,000.00 $10,000.00
55 16123.4.2.A.1 4W-6" Concrete Encased Conduit LF 470 $25.00 $11,750.00 $20.25 $9,517.50 $86.00 $40,420.00 $54.00 $25,380.00
56 16123.4.2.A.2 1W-4" Concrete Encased Conduit LF 1,105 $12.00 $13,260.00 $15.25 $16,851.25 $8.25 $9,116.25 $18.00 $19,890.00
57 02510-5.2.1 Encasement Pipe - 12" LF 225 $50.00 $11,250.00 $109.83 $24,711.75 $48.75 $10,968.75 $125.00 $28,125.00
58 02510-5.2.2 Connection to 16" Existing Waterline - Tapping Sleeve and Valve EA 2 $5,500.00 $11,000.00 $13,293.00 $26,586.00 $15,200.00 $30,400.00 $10,000.00 $20,000.00
59 02510-5.2.3 8" Water Line - DIP LF 3,978 $40.00 $159,120.00 $25.62 $101,916.36 $27.65 $109,991.70 $28.00 $111,384.00
60 02510-5.2.4 Fire Hydrant Assembly EA 5 $5,000.00 $25,000.00 $3,503.05 $17,515.25 $4,800.00 $24,000.00 $3,000.00 $15,000.00
61 02510-5.2.5 8" Gate Valve EA 7 $1,300.00 $9,100.00 $988.67 $6,920.69 $1,715.00 $12,005.00 $2,800.00 $19,600.00
61A 02510-5.2.6 16" Water Line - DIP LF 860 $75.00 $64,500.00 $58.95 $50,697.00 $66.40 $57,104.00 $55.00 $47,300.00
61B 02510-5.2.7 16" Gate Valve EA 1 $8,000.00 $8,000.00 $5,305.00 $5,305.00 $7,445.00 $7,445.00 $3,500.00 $3,500.00
62 02530-4.2.A.1 Connection to Existing Sanitary Sewer MH EA 1 $5,000.00 $5,000.00 $1,199.70 $1,199.70 $3,235.00 $3,235.00 $7,500.00 $7,500.00
63 02530-4.2.B.1 8" PVC Sanitary Sewer Pipe LF 800 $55.00 $44,000.00 $28.88 $23,104.00 $24.90 $19,920.00 $44.00 $35,200.00
64 02530-4.2.A.2 Sanitary Sewer Manholes EA 3 $2,200.00 $6,600.00 $1,800.00 $5,400.00 $1,255.00 $3,765.00 $3,800.00 $11,400.00
65 10425.4.2.A.1 Monument Sign M.1, complete and in-place LS 1 $35,000.00 $35,000.00 $42,000.00 $42,000.00 $20,900.00 $20,900.00 $7,500.00 $7,500.00
66 02701.4.2.A.1 Highway signs, type 1 material, reflective sheeting type III SF 55 $31.00 $1,705.00 $20.25 $1,113.75 $14.00 $770.00 $14.00 $770.00
67 02701.4.2.A.2 Highway signs, type 1 material, reflective sheeting type IV SF 162 $35.00 $5,670.00 $24.75 $4,009.50 $16.00 $2,592.00 $18.00 $2,916.00
68 02701.4.2.B.1 Galvanized steel posts, type 7 LF 235 $17.00 $3,995.00 $10.15 $2,385.25 $6.00 $1,410.00 $7.00 $1,645.00
69 02701.4.2.B.2 Galvanized steel posts, type 8 LF 205 $20.00 $4,100.00 $12.40 $2,542.00 $8.00 $1,640.00 $8.00 $1,640.00
70 02580-3.3.A.1 Thermoplastic Traffic Stripe SY 1,370 $25.00 $34,250.00 $30.37 $41,606.90 $27.00 $36,990.00 $27.00 $36,990.00
71 02580-3.3.B.1 Thermoplastic Pavement Marking, Words, and Symbols - Type I EA 4 $250.00 $1,000.00 $112.50 $450.00 $100.00 $400.00 $100.00 $400.00
72 02580-3.3.B.2 Thermoplastic Pavement Marking, Words, and Symbols - Type II EA 14 $250.00 $3,500.00 $73.15 $1,024.10 $65.00 $910.00 $65.00 $910.00
73 02580-3.3.B.3 Raised Reflective Markers EA 200 $5.00 $1,000.00 $4.50 $900.00 $4.00 $800.00 $4.00 $800.00
74 02456.5.1 Indentation Rumble Strips - ground in place (skip) GLM 1.25 $2.50 $3.13 $1,688.00 $2,110.00 $2,985.00 $3,731.25 $2,500.00 $3,125.00
75 02935.3.3 Stormwater Pollution Prevention Plan LS 1 $9,000.00 $9,000.00 $10,000.00 $10,000.00 $10,100.00 $10,100.00 $10,000.00 $10,000.00
76 02161-5.1 Silt Fence LF 12,400 $6.00 $74,400.00 $2.76 $34,224.00 $3.25 $40,300.00 $2.50 $31,000.00
77 02161-5.2 Construction Entrance EA 1 $2,500.00 $2,500.00 $1,415.00 $1,415.00 $1,800.00 $1,800.00 $1,500.00 $1,500.00
78 02161-5.3 Check Dam EA 5 $1,500.00 $7,500.00 $377.45 $1,887.25 $495.00 $2,475.00 $280.00 $1,400.00
79 02161-5.4 Outlet Protection SY 547 $100.00 $54,700.00 $35.28 $19,298.16 $52.00 $28,444.00 $75.00 $41,025.00
80 02920.4.2.1.A.1 Permanent Seeding and Mulching AC 30 $2,500.00 $75,000.00 $1,856.00 $55,680.00 $1,500.00 $45,000.00 $800.00 $24,000.00
81 02920.4.2.1.A.2 Temporary Seeding and Mulching AC 30 $11.00 $330.00 $1,688.00 $50,640.00 $200.00 $6,000.00 $600.00 $18,000.00
82 02920.4.2.1.B.1 Sodding SY 509 $10.00 $5,090.00 $5.56 $2,830.04 $6.00 $3,054.00 $4.00 $2,036.00
ENGINEER'S
ESTIMATE $5,492,279.66
BEAM'S
CONTRACTING
TOTAL
$4,035,194.91 REEVES
CONSTRUCTION TOTAL $4,059,602.60
MASASANNA
CONSTRUCTION
TOTAL
$4,890,000.00
It should be noted the total amount for Beam's Contracting was in error. The actual amount is $300.30 less than the
amount shown in the bid tab. The amount shown on this page has been corrected.
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
2
o
f
2
It
e
m
#
2
0
Invitation To Bid
Sealed bids will be received at this office on Wednesday, May 23, 2012 @ 3:00 p.m. for furnishing:
Bid Item 12-153 Southeast Development Area Access Project for Augusta Regional Airport
Bid Item 12-154 Aircraft Rescue Fire Fighting Renovations for Augusta Regional Airport
Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be examined at the office of the Augusta, GA Procurement Department, 530 Greene Street –
Room 605, Augusta, GA 30901. Plans and specifications for the project shall be obtained by all prime, subcontractors
and suppliers exclusively from Augusta Blue Print. The fees for the plans and specifications for each project which are
non-refundable is:
Bid Item 12-153 – Southeast Development Area Access Project $175.00
Bid Item 12-154 – Aircraft Rescue Fire Fighting Renovations $100.00
It is the wish of the Owner that all businesses are given the opportunity to submit on this project. To facilitate this
policy the Owner is providing the opportunity to view plans online (www.augustablue.com) at no charge through
Augusta Blue Print (706 722-6488) beginning Thursday, April 12, 2012. Bidders are cautioned that submitting a
package without Procurement of a complete set are likely to overlook issues of construction phasing, delivery of goods
or services, or coordination with other work that is material to the successful completion of the project. Bidders are
cautioned that acquisition of documents through any other source is not advisable. Acquisition of documents from
unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to
base his qualifications.
A Mandatory Pre Bid Conference will be held for Bid Item 12-153 – Southeast Development Area Access Project on
Tuesday, May 8, 2012 @ 11:00 a.m. in the Procurement Department, 530 Greene Street, Room 605. There will be a
mandatory site visit at the airport immediately following the 12:00 p.m. mandatory meeting.
A Mandatory Pre Bid Conference will be held for Bid Item 12-154 – Aircraft Rescue Fire Fighting Renovations on Tuesday,
May 8, 2012 @ 12:00 p.m. in the Procurement Department, 530 Greene Street, Room 605. There will be a mandatory site
visit at the airport immediately following the meeting.
All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to
the office of the Procurement Department by Friday, May 11, 2012 @ 5:00 P.M. No bid will be accepted by fax, all must be
received by mail or hand delivered.
No Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 10% Bid bond
is required to be submitted along with the bidders’ qualifications; a 100% performance bond and a 100%
payment bond will be required for award.
Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include
specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions,
applicable to the procurement. All specific requirements contained in the invitation to bid including, but not
limited to, the number of copies needed, the timing of the submission, the required financial data, and any
other requirements designated by the Procurement Department are considered material conditions of the bid
which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such
material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta,
Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of
the envelope.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle April 12, 19, 26, May 3, 2012
Metro Courier April 18, 2012
cc: Tameka Allen Deputy Administrator
Gary LeTellier Augusta Regional Airport
Clarence Fennell Augusta Regional Airport
Revised: 8/15/2011
Attachment number 2 \nPage 1 of 1
Item # 20
VENDORS Attachment B E-Verify # Bid Bond Addendum 1 Base Bid
Reeves Construction
1 APAC Industrial Way
Augusta, GA 30907
Yes 48048 Yes Yes $4,059,602.60
Masasanna Construction
135 Celtic Blvd
Tyrone, GA 30290
Yes 139279 Yes Yes $4,890,000.00
Beam's Contracting
1530 Atomic Road
Beech Island, SC 29842
Yes 167300 Yes Yes $4,035,495.21
Bid Item #12-153
Southeast Development Area Access Project
for Augusta, Georgia - Augusta Regional Airport
Bid Due: Wednesday, May 30, 2012 @ 3:00 p.m.
The following vendor did not respond:
RW Allen, LLC / 1015 Broad Street / Augusta, GA 30901
Page 1 of 1
Attachment number 3 \nPage 1 of 1
Item # 20
Attachment number 4 \nPage 1 of 2
Item # 20
Attachment number 4 \nPage 2 of 2
Item # 20
Attachment number 5 \nPage 1 of 2
Item # 20
Attachment number 5 \nPage 2 of 2
Item # 20
C A M P B E L L & P A R I S
E N G I N E E R S
313 WINGO WAY
MT. PLEASANT, SOUTH CAROLINA 29464
WWW.CAMPBELL-PARIS.COM
TEL 843.856.9989/FAX 843.856.2829
June 15, 2012
Mr. Gary Le Tellier, AAEExecutive Director
Augusta Regional Airport
1501 Aviation WayAugusta, Georgia 30906
RE:Southeast Development Area Access Project
Augusta Regional Airport at Bush FieldLetter of Recommendation and Bid Analysis
Dear Mr. Le Tellier:
On May 30,2012,the City of Augusta’s Procurement Department received three (3) bid
proposals for consideration associated with the above referenced project. Each proposal was
opened by the Procurement Department’s representative and then reviewed to determine if thebid package was a responsive bid.Each bid was deemed “responsive” and the bid amounts
were read aloud. The apparent low bidder was Beam’s Contracting, Inc.with a bid price of$4,035,194.91 for the complete project.The second low bidder,Reeves ConstructionCompany’s bid price was $4,059,602.60, and the third low bidder, Masasanna Construction’s
bid price was $4,890,000.00.
Enclosed is the overall bid analysis with results from the three (3) bidders, as well as a general
list of projects completed by the low bidding contractor,Beam’s Contracting, Inc. Upon adetailed review of the submitted bids,it was determined all of the Bidder’s Schedule of Unit
Prices proposals to be mathematically correct and was prepared in accordance with the contract
documents.
Beam’s Contracting, Inc’s bid amount is approximately 26.5% below the Engineer’s estimate
and represents the low bid, whereas,the next low bidder, Reeves Construction Company’s bidamount is approximately 26%below the Engineer’s estimate.In reviewing the unit prices of the
apparent low bidder,it was determined their unit costs are very competitive.
In reviewing Beam’s Contracting, Inc’s (BCI)project references, it was determined:
-BCI have been in the construction industry since 1978,-BCI have successfully completed numerous projects in the CSRA, including the City of
Augusta-Richmond County, Fort Gordon, City of North Augusta and the Georgia
Department of Transportation, and-BCI has over 125 employees.
A
I
R
P
O
R
T
P
L
A
N
N
I
N
G
,
D
E
S
I
G
N
A
N
D
C
O
N
S
T
R
U
C
T
I
O
N
M
A
N
A
G
E
M
E
N
T
F
O
R
T
H
E
2
1
S
T
C
E
N
T
U
R
Y
!
Attachment number 6 \nPage 1 of 4
Item # 20
Mr. Gary Le Tellier, AAE
Contractor Letter of Recommendation forSoutheast Development Area Access Project
June 15, 2012
Page 2 of 2
Therefore, based upon my review it is believed Beam’s Contracting, Inc.to be qualified and findno reason they would not perform the specified work satisfactorily.
Should you have any questions or need any additional information, please do not hesitate tocontact me at 843.856.9989.
Sincerely,Campbell & Paris Engineers
Jack L. Mayfield, P.E.
Vice President
cc:Julie Orwen/AGS
Clarence Fennell/AGS
HD Campbell, Jr./CPEFile
Attachment number 6 \nPage 2 of 4
Item # 20
MAY 2012
Bid Tab from May 30, 2012 Bid Opening
ITEM SPEC. SECTION ITEM DESCRIPTION UNIT QUANTITY
UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST
1 MD-3.1 Mobilization/Demobilization LS 1 $406,835.53 $406,835.53 $108,271.00 $108,271.00 $283,000.00 $283,000.00 $201,362.00 $201,362.00
2 MD-3.2 Performace Bonds and Labor & Materials Payment Bonds LS 1 $30,000.00 $30,000.00 $43,067.00 $43,067.00 $135,000.00 $135,000.00 $50,000.00 $50,000.00
3 MD-3.3 Project Insurance LS 1 $20,000.00 $20,000.00 $7,465.00 $7,465.00 $100.00 $100.00 $50,000.00 $50,000.00
4 MD-3.4 Engineer and Contractor Offices and Staging Area LS 1 $50,000.00 $50,000.00 $65,909.00 $65,909.00 $30,000.00 $30,000.00 $50,000.00 $50,000.00
5 MD-3.5 Maintenance of Traffic LS 1 $50,000.00 $50,000.00 $100,041.00 $100,041.00 $35,000.00 $35,000.00 $100,000.00 $100,000.00
6 MD-3.6 Construction and Maintenance of Haul Routes LS 1 $20,000.00 $20,000.00 $7,500.00 $7,500.00 $35,000.00 $35,000.00 $20,000.00 $20,000.00
7 02221.4.2.1 Miscelaneous Demolition/Removal LS 1 $15,000.00 $15,000.00 $5,063.00 $5,063.00 $10,000.00 $10,000.00 $30,000.00 $30,000.00
8 02221.4.2.2 Full Depth Pavement Demolition/Removal SY 207 $5.00 $1,035.00 $8.58 $1,776.06 $6.00 $1,242.00 $25.00 $5,175.00
9 02221.4.2.3 Variable Depth Cold Mill SY 2,102 $2.50 $5,255.00 $2.33 $4,897.66 $4.65 $9,774.30 $5.00 $10,510.00
10 02221.4.2.4 Demolish/Remove Existing AOA Fence LF 2,120 $10.00 $21,200.00 $2.81 $5,957.20 $5.75 $12,190.00 $6.00 $12,720.00
11 02221.4.2.5 Demolish/Remove Existing Guardrail LF 496 $25.00 $12,400.00 $5.32 $2,638.72 $2.80 $1,388.80 $5.00 $2,480.00
12 02221.4.2.6 Demolish/Remove Existing 24" to 36" Pipe LF 206 $50.00 $10,300.00 $3.25 $669.50 $20.65 $4,253.90 $15.00 $3,090.00
13 02221.4.2.7 Demolish/Remove Existing 60" CMP Pipe LF 145 $75.00 $10,875.00 $3.56 $516.20 $31.00 $4,495.00 $25.00 $3,625.00
14 02230-4.2.1 Clear/Grubb AC 30 $7,500.00 $225,000.00 $3,628.00 $108,840.00 $3,600.00 $108,000.00 $2,000.00 $60,000.00
15 02230-4.2.2 Clear Existing Drainage Ditch AC 1 $9,000.00 $9,000.00 $3,628.00 $3,628.00 $17,000.00 $17,000.00 $15,000.00 $15,000.00
16 02230.3.21.A Unclassified Excavation CY 94,250 $8.00 $754,000.00 $3.97 $374,172.50 $2.90 $273,325.00 $10.00 $942,500.00
17 02230.3.21.C Subgrade Preparation SY 29,661 $2.00 $59,322.00 $1.00 $29,661.00 $0.90 $26,694.90 $3.00 $88,983.00
18 02304-9.1 Cement Treated Base - 8" depth SY 18,491 $14.00 $258,874.00 $12.34 $228,178.94 $11.35 $209,872.85 $13.00 $240,383.00
19 02304-9.2 Cement Treated Base - 6" depth SY 4,978 $12.00 $59,736.00 $13.85 $68,945.30 $13.00 $64,714.00 $12.00 $59,736.00
20 02304-9.3 Portland Cement for Cement Treated Base TON 884 $150.00 $132,600.00 $126.00 $111,384.00 $112.00 $99,008.00 $110.00 $97,240.00
21 02400.1
Asph Conc 12.5mm SuperPave, GP 2 Only, Incl. Polymer-Modified Bitum
Material & H Lime TON 6,504 $105.00 $682,920.00 $87.69 $570,335.76 $79.00 $513,816.00 $85.00 $552,840.00
22 02400.2 Asph Conc 19mm SuperPave, GP 2 Only, Incl. Bitum Material & H Lime TON 6,941 $100.00 $694,100.00 $80.18 $556,529.38 $66.50 $461,576.50 $70.00 $485,870.00
23 02413-1 Bituminous Tack Coat GAL 4,438 $8.00 $35,504.00 $3.75 $16,642.50 $3.65 $16,198.70 $4.00 $17,752.00
24 02310.5.A.1 6" Depth Graded Aggregate - incl material SY 1,802 $12.00 $21,624.00 $6.13 $11,046.26 $7.25 $13,064.50 $12.00 $21,624.00
25 02630.4.2.A.1 18" Reinforced Concrete Pipe, Class III LF 1,051 $35.00 $36,785.00 $33.25 $34,945.75 $43.55 $45,771.05 $56.00 $58,856.00
26 02630.4.2.A.2 30" Reinforced Concrete Pipe, Class III LF 50 $50.00 $2,500.00 $54.98 $2,749.00 $69.25 $3,462.50 $76.00 $3,800.00
27 02630.4.2.A.3 36" Reinforced Concrete Pipe, Class III LF 2,710 $63.00 $170,730.00 $62.49 $169,347.90 $71.25 $193,087.50 $88.00 $238,480.00
28 02630.4.2.A.4 42" Reinforced Concrete Pipe, Class III LF 108 $100.00 $10,800.00 $82.97 $8,960.76 $99.55 $10,751.40 $155.00 $16,740.00
29 02630.4.2.A.5 60" Reinforced Concrete Pipe, Class III LF 103 $180.00 $18,540.00 $132.54 $13,651.62 $178.75 $18,411.25 $200.00 $20,600.00
30 02630.4.2.A.6 84" Reinfoced Concrete Pipe, Class IV LF 1,300 $375.00 $487,500.00 $260.24 $338,312.00 $305.00 $396,500.00 $350.00 $455,000.00
31 02630.4.2.A.7 Type I Trapezoidal Concrete Paved Ditch LF 1,581 $90.00 $142,290.00 $95.53 $151,032.93 $90.00 $142,290.00 $100.00 $158,100.00
32 02630.4.2.A.8 Concrete Paved Low-flow Channel LF 260 $50.00 $13,000.00 $29.92 $7,779.20 $53.00 $13,780.00 $60.00 $15,600.00
32A 02630.4.2.A.9 24" Reinforced Concrete Pipe, Class III LF 29 $51.00 $1,479.00 $37.56 $1,089.24 $60.00 $1,740.00 $72.00 $2,088.00
33 02630.4.2.B.1 Precast Storm Sewer Manhole Structure - STD 1011A VF 18 $300.00 $5,400.00 $337.06 $6,067.08 $475.00 $8,550.00 $560.00 $10,080.00
34 02630.4.2.B.2 Ditch Drop Inlet Structure VF 105 $325.00 $34,125.00 $345.09 $36,234.45 $415.00 $43,575.00 $550.00 $57,750.00
35 02630.4.2.B.3 Curb Inlet VF 10 $500.00 $5,000.00 $484.69 $4,846.90 $488.00 $4,880.00 $520.00 $5,200.00
36 02630.4.2.B.4 Special Design Drainage Structure EA 3 $25,000.00 $75,000.00 $12,255.00 $36,765.00 $17,200.00 $51,600.00 $15,000.00 $45,000.00
37 02630.4.2.C.1 Tapered Headwall - 18" dia. EA 2 $1,500.00 $3,000.00 $832.75 $1,665.50 $620.00 $1,240.00 $675.00 $1,350.00
38 02630.4.2.C.2 Tapered Headwall - 18" dia. - Modified with Trash Rack EA 1 $3,500.00 $3,500.00 $2,098.00 $2,098.00 $1,245.00 $1,245.00 $1,200.00 $1,200.00
39 02630.4.2.C.3 Tapered Headwall - 36" dia. EA 5 $2,500.00 $12,500.00 $2,113.00 $10,565.00 $1,060.00 $5,300.00 $1,400.00 $7,000.00
40 02630.4.2.C.4 Tapered Outlet Headwall - 42" dia. EA 1 $3,500.00 $3,500.00 $2,447.00 $2,447.00 $4,125.00 $4,125.00 $1,700.00 $1,700.00
41 02630.4.2.C.5 Tapered Outlet Headwall - 60" dia. EA 1 $5,000.00 $5,000.00 $6,121.00 $6,121.00 $7,300.00 $7,300.00 $2,800.00 $2,800.00
BEAM'S CONTRACTING REEVES CONSTRUCTION MASASANNA CONSTRUCTION
ROADWAY DEVELOPMENT
AUGUSTA REGIONAL AIRPORT
Southeast Development Area Access Project
SCHEDULE OF UNIT PRICES
ENGINEER'S ESTIMATE
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
6
\
n
P
a
g
e
3
o
f
4
It
e
m
#
2
0
42 02630.4.2.C.6 Tapered Headwall - 84" dia. EA 1 $7,000.00 $7,000.00 $12,063.00 $12,063.00 $16,200.00 $16,200.00 $4,000.00 $4,000.00
43 02630.4.2.C.7 Pond Outlet Control Structure EA 1 $3,500.00 $3,500.00 $5,275.00 $5,275.00 $9,945.00 $9,945.00 $10,000.00 $10,000.00
44 02630.4.2.C.8 Standard Frame and Cover EA 2 $1,250.00 $2,500.00 $281.44 $562.88 $325.00 $650.00 $600.00 $1,200.00
45 02630.4.2.C.9 Fabricated Safety Grate for Ditch Drop Inlets EA 18 $750.00 $13,500.00 $2,463.43 $44,341.74 $1,065.00 $19,170.00 $1,200.00 $21,600.00
45A 02630.4.2.C.10 Safety End Section - Concrete - 24" Dia. EA 2 $751.00 $1,502.00 $924.00 $1,848.00 $1,275.00 $2,550.00 $1,800.00 $3,600.00
46 02162-5.1 7' High Security Fence w/ Barbed Wire and Mow Guard LF 1,605 $40.00 $64,200.00 $45.81 $73,525.05 $41.00 $65,805.00 $20.00 $32,100.00
47 02162-5.2 12' Manual Swing Gate EA 1 $2,000.00 $2,000.00 $1,153.10 $1,153.10 $1,325.00 $1,325.00 $1,500.00 $1,500.00
48 02162-5.3 24' Manual Swing Gate EA 1 $2,500.00 $2,500.00 $2,194.00 $2,194.00 $2,600.00 $2,600.00 $2,500.00 $2,500.00
49 02635.5.1 Permanent Timber Barricade LF 87 $150.00 $13,050.00 $35.00 $3,045.00 $45.00 $3,915.00 $20.00 $1,740.00
50 03300.4.2.A.1 30" Type 7 Curb and Gutter LF 2,530 $25.00 $63,250.00 $17.02 $43,060.60 $24.35 $61,605.50 $14.00 $35,420.00
51 03300.4.2.B.1 Type 7 Integral Reinforced Concrete Median Islands SY 49 $100.00 $4,900.00 $64.27 $3,149.23 $83.00 $4,067.00 $30.00 $1,470.00
52 03300.4.2.B.2 4" Concrete Pavement, incl. base SY 130 $50.00 $6,500.00 $50.76 $6,598.80 $47.00 $6,110.00 $50.00 $6,500.00
53 03300.4.2.B.3 5" Reinforced Concrete Apron for Headwalls, incl. base SY 31 $75.00 $2,325.00 $59.25 $1,836.75 $150.00 $4,650.00 $200.00 $6,200.00
54 03300.4.2.C.1 Reinforced Concrete Pipe Collar EA 2 $1,000.00 $2,000.00 $2,444.00 $4,888.00 $3,500.00 $7,000.00 $5,000.00 $10,000.00
55 16123.4.2.A.1 4W-6" Concrete Encased Conduit LF 470 $25.00 $11,750.00 $20.25 $9,517.50 $86.00 $40,420.00 $54.00 $25,380.00
56 16123.4.2.A.2 1W-4" Concrete Encased Conduit LF 1,105 $12.00 $13,260.00 $15.25 $16,851.25 $8.25 $9,116.25 $18.00 $19,890.00
57 02510-5.2.1 Encasement Pipe - 12" LF 225 $50.00 $11,250.00 $109.83 $24,711.75 $48.75 $10,968.75 $125.00 $28,125.00
58 02510-5.2.2 Connection to 16" Existing Waterline - Tapping Sleeve and Valve EA 2 $5,500.00 $11,000.00 $13,293.00 $26,586.00 $15,200.00 $30,400.00 $10,000.00 $20,000.00
59 02510-5.2.3 8" Water Line - DIP LF 3,978 $40.00 $159,120.00 $25.62 $101,916.36 $27.65 $109,991.70 $28.00 $111,384.00
60 02510-5.2.4 Fire Hydrant Assembly EA 5 $5,000.00 $25,000.00 $3,503.05 $17,515.25 $4,800.00 $24,000.00 $3,000.00 $15,000.00
61 02510-5.2.5 8" Gate Valve EA 7 $1,300.00 $9,100.00 $988.67 $6,920.69 $1,715.00 $12,005.00 $2,800.00 $19,600.00
61A 02510-5.2.6 16" Water Line - DIP LF 860 $75.00 $64,500.00 $58.95 $50,697.00 $66.40 $57,104.00 $55.00 $47,300.00
61B 02510-5.2.7 16" Gate Valve EA 1 $8,000.00 $8,000.00 $5,305.00 $5,305.00 $7,445.00 $7,445.00 $3,500.00 $3,500.00
62 02530-4.2.A.1 Connection to Existing Sanitary Sewer MH EA 1 $5,000.00 $5,000.00 $1,199.70 $1,199.70 $3,235.00 $3,235.00 $7,500.00 $7,500.00
63 02530-4.2.B.1 8" PVC Sanitary Sewer Pipe LF 800 $55.00 $44,000.00 $28.88 $23,104.00 $24.90 $19,920.00 $44.00 $35,200.00
64 02530-4.2.A.2 Sanitary Sewer Manholes EA 3 $2,200.00 $6,600.00 $1,800.00 $5,400.00 $1,255.00 $3,765.00 $3,800.00 $11,400.00
65 10425.4.2.A.1 Monument Sign M.1, complete and in-place LS 1 $35,000.00 $35,000.00 $42,000.00 $42,000.00 $20,900.00 $20,900.00 $7,500.00 $7,500.00
66 02701.4.2.A.1 Highway signs, type 1 material, reflective sheeting type III SF 55 $31.00 $1,705.00 $20.25 $1,113.75 $14.00 $770.00 $14.00 $770.00
67 02701.4.2.A.2 Highway signs, type 1 material, reflective sheeting type IV SF 162 $35.00 $5,670.00 $24.75 $4,009.50 $16.00 $2,592.00 $18.00 $2,916.00
68 02701.4.2.B.1 Galvanized steel posts, type 7 LF 235 $17.00 $3,995.00 $10.15 $2,385.25 $6.00 $1,410.00 $7.00 $1,645.00
69 02701.4.2.B.2 Galvanized steel posts, type 8 LF 205 $20.00 $4,100.00 $12.40 $2,542.00 $8.00 $1,640.00 $8.00 $1,640.00
70 02580-3.3.A.1 Thermoplastic Traffic Stripe SY 1,370 $25.00 $34,250.00 $30.37 $41,606.90 $27.00 $36,990.00 $27.00 $36,990.00
71 02580-3.3.B.1 Thermoplastic Pavement Marking, Words, and Symbols - Type I EA 4 $250.00 $1,000.00 $112.50 $450.00 $100.00 $400.00 $100.00 $400.00
72 02580-3.3.B.2 Thermoplastic Pavement Marking, Words, and Symbols - Type II EA 14 $250.00 $3,500.00 $73.15 $1,024.10 $65.00 $910.00 $65.00 $910.00
73 02580-3.3.B.3 Raised Reflective Markers EA 200 $5.00 $1,000.00 $4.50 $900.00 $4.00 $800.00 $4.00 $800.00
74 02456.5.1 Indentation Rumble Strips - ground in place (skip) GLM 1.25 $2.50 $3.13 $1,688.00 $2,110.00 $2,985.00 $3,731.25 $2,500.00 $3,125.00
75 02935.3.3 Stormwater Pollution Prevention Plan LS 1 $9,000.00 $9,000.00 $10,000.00 $10,000.00 $10,100.00 $10,100.00 $10,000.00 $10,000.00
76 02161-5.1 Silt Fence LF 12,400 $6.00 $74,400.00 $2.76 $34,224.00 $3.25 $40,300.00 $2.50 $31,000.00
77 02161-5.2 Construction Entrance EA 1 $2,500.00 $2,500.00 $1,415.00 $1,415.00 $1,800.00 $1,800.00 $1,500.00 $1,500.00
78 02161-5.3 Check Dam EA 5 $1,500.00 $7,500.00 $377.45 $1,887.25 $495.00 $2,475.00 $280.00 $1,400.00
79 02161-5.4 Outlet Protection SY 547 $100.00 $54,700.00 $35.28 $19,298.16 $52.00 $28,444.00 $75.00 $41,025.00
80 02920.4.2.1.A.1 Permanent Seeding and Mulching AC 30 $2,500.00 $75,000.00 $1,856.00 $55,680.00 $1,500.00 $45,000.00 $800.00 $24,000.00
81 02920.4.2.1.A.2 Temporary Seeding and Mulching AC 30 $11.00 $330.00 $1,688.00 $50,640.00 $200.00 $6,000.00 $600.00 $18,000.00
82 02920.4.2.1.B.1 Sodding SY 509 $10.00 $5,090.00 $5.56 $2,830.04 $6.00 $3,054.00 $4.00 $2,036.00
ENGINEER'S
ESTIMATE $5,492,279.66
BEAM'S
CONTRACTING
TOTAL
$4,035,194.91 REEVES
CONSTRUCTION TOTAL $4,059,602.60
MASASANNA
CONSTRUCTION
TOTAL
$4,890,000.00
It should be noted the total amount for Beam's Contracting was in error. The actual amount is $300.30 less than the
amount shown in the bid tab. The amount shown on this page has been corrected.
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
6
\
n
P
a
g
e
4
o
f
4
It
e
m
#
2
0
Attachment number 7 \nPage 1 of 2
Item # 20
Attachment number 7 \nPage 2 of 2
Item # 20
Attachment number 8 \nPage 1 of 5
Item # 20
Attachment number 8 \nPage 2 of 5
Item # 20
Attachment number 8 \nPage 3 of 5
Item # 20
Attachment number 8 \nPage 4 of 5
Item # 20
Attachment number 8 \nPage 5 of 5
Item # 20
Public Service Committee Meeting
7/30/2012 12:50 PM
Springfield Baptist Church
Department:Clerk of Commission
Caption:Consider a request from Springfield Baptist Church to hang/install
light post banners commemorating the storied legacy of
Springfield Baptist Church as a part of the 225th anniversary
celebration.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 21
Attachment number 1 \nPage 1 of 1
Item # 21
Public Service Committee Meeting
7/30/2012 12:50 PM
Webster Detention Center Phase II Improvements
Department:Recreation, Parks and Facilities
Caption:Motion to approve the expenditure of SPLOST funds dedicated to
the Webster Detention Center Phase II and Renovations, for the
purchase, installation, startup and all scope associated in the
estimated amounts as follows:
1. Security Electronics Equipment - $790,264.00
2. Detention Door Hardware - $142,733.00
3. Commercial Hardware - $65,120.00
4. Trane HVAC Equipment - $203,500.00
5. Southeast Automated Systems/Reliable Controls - $306,638.00
Background:Sole sourcing of the above equipment has been requested by the
Sheriff’s Office to maintain standardization with existing
equipment and systems; and has been approved by Col. Gary
Powell, on behalf of the sheriff, and by Geri Sams of the
Procurement Department.
Analysis:Approving the sole sourcing expenditures will move the bidding
process along with no delays and provide the equipment requested
by the Sheriff’s Office.(See attached correspondence from the
RCSO)
Financial Impact:The total cost for implementing the sole source for the 5 items is
estimated at $1,508,255.00 and will be included in the
Construction Manager’s GMP that will be submitted for
Commission approval at a later date.
Alternatives:1. Approve the sole sourcing expenditures from budgeted
SPLOST funds in the estimated amount of $1,508,255.00, for
purchase, installation and startup of Security Electronics
Equipment, Detention Door Hardware, Commercial Hardware,
Trane HVAC Equipment and Southeast Automated
Systems/Reliable Controls to maintain standardization with the
existing equipment and systems at the Webster Detention Center.
2. Open the bidding up to other equipment manufacturers, also
acceptable to the Architect and Engineers, and risk the possibility
of having non-compatible equipment.
Cover Memo
Item # 22
Recommendation:Approve the expenditure of SPLOST funds in the estimated
amount of $1,508,255.00 to sole source the above listed items in
order to maintain standardization with the existing equipment and
systems at the existing Webster Detention Center.
Funds are Available
in the Following
Accounts:
FUNDS ARE AVAILABLE IN ACCOUNT: GL – 328-03-1130;
JL – 210356004
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 22
Attachment number 1 \nPage 1 of 8
Item # 22
Attachment number 1 \nPage 2 of 8
Item # 22
Attachment number 1 \nPage 3 of 8
Item # 22
Attachment number 1 \nPage 4 of 8
Item # 22
Attachment number 1 \nPage 5 of 8
Item # 22
Attachment number 1 \nPage 6 of 8
Item # 22
Attachment number 1 \nPage 7 of 8
Item # 22
Attachment number 1 \nPage 8 of 8
Item # 22
Public Service Committee Meeting
7/30/2012 12:50 PM
Work Authorization #21 – Design & CM Services, Airside Pavement Crack Repair and Marking Project
Department:Augusta Regional Airport
Caption:Motion to aprove Campbell & Paris Engineering Work
Authorization #21 - Design and Construction Management
Services, Airside Pavement Crack Repair and Marking Project as
approved by the Aviation Commission at their June 28, 2012
meeting.
Background:Runway 8-26 and all of the taxiways are in serious need of
repairs. The most cost-effective approach is to perform a crack-
seal and extend the life of the pavements another 3-4 years. After
that time, a new master plan should have been completed with
more guidance on when to perform any major pavement
rehabilitation.
Analysis:This Work Authorization provides for the Design and
Construction Management Services to be performed by Campbell
& Paris Engineers for the Airside Pavement Crack Repair and
Marking Project. In addition to preparing construction documents,
Campbell & Paris Engineers will ensure: - The project is
performed in accordance with the contract documents (plans and
specifications), as well as FAA and GDOT guidelines; - All
questions raised by the Contractor are answered; - All necessary
paperwork/correspondence is provided to FAA/GDOT; and The
project is completed on time and on budget.
Financial Impact:Not to exceed $63,282.55.
Alternatives:Deny request.
Recommendation:Approve Campbell & Paris Engineering Work Authorization #21 -
Design and Construction Management Services, Airside Pavement
Crack Repair and Marking Project in the amount not to exceed
$63,282.55.
Funds are Available Cover Memo
Item # 23
in the Following
Accounts:551-08-1201/54-12110
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 23
CPE Project Number 0733-21 June 19, 2012
Page 1 of 4
ATTACHMENT “A”
Augusta Regional Airport at Bush Field
NARRATIVE SCOPE OF WORKFOR
DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES
WORK AUTHORIZATION NUMBER 21
AIRSIDE PAVEMENT CRACK REPAIR AND MARKING PROJECT
PROJECT TITLE:DESIGN AND CONSTRUCTION MANAGEMENT SERVICES FOR AIRSIDE
PAVEMENT CRACK REPAIR AND MARKING PROJECT
WORK AUTHORIZATION:Twenty One (21)
It is agreed to undertake the following work in accordance with the provision of the Prime
Agreement for Professional Services dated October 2, 2007.
INTRODUCTION
This Scope of Work provides for the Design and Construction Management Services for the
Airside Pavement Crack Repair and Marking project at the Augusta Regional Airport at Bush
Field.It is anticipated the project construction duration will take a total of 54 calendar daysto complete.
This project consists of preparing a CATEX and FAA Form 7460 for the tasks listed below;performing a crack seal application to the pavements noted in the project documents; and
performing a pavement remarking application to the pavements noted in the project
documents.
The staffing and organization for the Program/Construction Management Services for this
project is commensurate with the scope and period of service required for this element of work.
The proposed budget for the core staffing provides one on-site Resident Engineer who will beavailable on an as needed basis and is supported by and reports directly to the Construction
Manager. The Construction Manager will coordinate all construction efforts with the Airport and
provide supplemental RE coverage to cover construction schedules involving extended shifts or
extended work weeks. The estimated hours for each position required to provide these services
are detailed in the attached man-hour proposal.
TASK 1 -CONTRACT ADMINISTRATION (Estimated 8 week period total)
A.CONTRACTOR PAYMENT REQUESTS (Estimated 3 Requests)-The Engineer will
evaluate, coordinate, prepare, review and recommend payment requests to the Airport
approximately every thirty days during construction.
Attachment number 1 \nPage 1 of 9
Item # 23
CPE Project Number 0733-21 June 19, 2012
Page 2 of 4
B.SHOP DRAWINGS AND SUBMITTAL REVIEW -The Engineer will review and approve
shop drawings/submittals, proposed by the contractor, for materials and products to be
used on the project.
C.PRE-CONSTRUCTION CONFERENCES -The Engineer will conduct a formal pre-
construction conference. The conference will be scheduled to permit Airport Staff,
contractor representatives and other associated agencies to attend. The agenda and
format will be in accordance with local agency guidelines and recommendations.
D.PERIODIC SITE VISITS -The Project Manager will visit the construction site periodicallyduring construction to review the progress on the project and report progress to the
Airport based on the Contractor’s monthly revised construction CPM schedule.
E.ROUTINE CONSTRUCTION MANAGEMENT –The Senior Project Engineer will be
designated as the Project Manager and will be assigned for the duration of the project.
The Project Manager and Senior Project Manager will respond to project requirements
throughout construction including contractor questions, problems, claims andinterpretations of contract documents.
TASK 2 -RESIDENT ENGINEERING (Estimated 8 week period total)
A.ON-SITE INSPECTION -The Engineer will provide an on-site representative on an as
needed basis to inspect the work during construction.The Resident Engineer (RE) willmonitor and document construction progress, confirm conformance with schedules,
plans and specifications, measure and document construction pay quantities, document
significant conversations, situations and visits/inspections by authorities and prepare the
necessary field construction compliance reports for payment. The proposed man-hour
budget assumes that one on-site Resident Engineer and one Construction Manager will
be assigned to the project for the duration of this contract and be used on an as needed
basis. During periods when construction activity on the site is minimal or none (e.g.weather prohibitive construction days, curing times,etc.) the RE will be assigned for
partial duty to continue to coordinate construction efforts, make periodic updates and
site inspections.
B.FINAL INSPECTION AND PUNCH LIST COORDINATION -The Engineer will coordinate
for final inspection and assist with the preparation of the final "PUNCH LIST" and
document the accomplishment of the "PUNCH LIST" items to facilitate final projectacceptance.Upon the contractor’s successful completion of remedial work, the Engineer
will recommend acceptance by the Owner.
TASK 3 -FINAL PROJECT CLOSE OUT
A.CONTRACT CLOSE OUT-FINAL ENGINEER’S REPORT –FINAL RECORD DRAWINGS TheEngineer will assist the Airport with those requirements necessary to formally close-out
the project at the conclusion of construction.The Engineer will coordinate and schedule
a final inspection of the work with the Airport,local agencies and contractors.
Attachment number 1 \nPage 2 of 9
Item # 23
CPE Project Number 0733-21 June 19, 2012
Page 3 of 4
The Engineer will coordinate the preparation of a set of final "Record Drawings" from
the contractor’s red-lined markup set and a final Engineer's Report documenting the
project construction.
SCHEDULE:
The work shall begin as soon as the Notice to Proceed is given.
BASIS OF COMPENSATION:
The SPONSOR will compensate Campbell & Paris Engineers the following for the DESIGN AND
CONSTRUCTION MANAGEMENT SERVICES FOR AIRSIDE PAVEMENT CRACK REPAIR AND
MARKING PROJECT in accordance with Exhibit C, which is attached and made part of thisAgreement.
TASK CONTRACT AMOUNT
Design $40,382.12 (Lump Sum)
Contraction Administration and Project
Closeout Services
$10,475.54 (Lump Sum)
Resident Engineering $12,214.39 (Cost Plus)
TOTAL $61,975.04 (Not-To-Exceed)
Attachment number 1 \nPage 3 of 9
Item # 23
CPE Project Number 0733-21 June 19, 2012
Page 4 of 4
NOWTHEREFORE, This Work Authorization is agreed upon for the scope of services, period of
services and basis of compensation. The budget will not be exceeded without an Amendment
to this Work Authorization.
SPONSOR: Augusta Aviation Commission
Augusta, Georgia
Jay Forrester,Chairman
Augusta Aviation Commission
DATE:
Gary W.Le Tellier, AAE, Executive Director Jack Mayfield, P.E., Senior Vice President
Augusta Regional Airport at Bush Field Campbell &Paris Engineers, P.C.
DATE:DATE:June 19, 2012
Attachment number 1 \nPage 4 of 9
Item # 23
CAMPBELL & PARIS ENGINEERS, 313 WINGO WAY, MT PLEASANT, SC 29464
DATE
0733-20 19-Jun-12
I. DIRECT COSTS
No. Hrs. Rate/Hr.Total No. Hrs. Rate/Hr. Total No. Hrs. Rate/Hr.Total No. Hrs. Rate/Hr. Total
1. Senior Project Manager/Principle-in-Charge 0 $79.33 $0.00 7 $79.33 $555.31 0 $79.33 $0.00 0 $79.33 $0.00
2. Senior Project Engineer 24 $51.68 $1,240.32 52 $51.68 $2,687.36 24 $51.68 $1,240.32 60 $51.68 $3,100.80
3. Project Engineer 6 $33.03 $198.18 16 $33.03 $528.48 0 $33.03 $0.00 8 $33.03 $264.24
4. Senior Electrical Engineer 0 $49.12 $0.00 4 $49.12 $196.48 0 $49.12 $0.00 0 $49.12 $0.00
5. Engineer 8 $24.67 $197.36 188 $24.67 $4,637.96 0 $24.67 $0.00 26 $24.67 $641.42
6. Construction Specialist 0 $34.38 $0.00 12 $34.38 $412.56 0 $34.38 $0.00 0 $34.38 $0.00
7. Administrative Assistant 2 $19.23 $38.46 18 $19.23 $346.14 0 $19.23 $0.00 0 $19.23 $0.00
8. Other 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00 0 $0.00 $0.00
Task Total Hours 40 297 24 94
$1,674.32 $9,364.29 $1,240.32 $4,006.46
$0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00
1. Overhead on Direct Labor -- Percentage 175.00%$2,930.06 $16,387.51 $2,170.56 $7,011.31
2. General and Administrative Costsl (% Direct Labor)0%$0.00 $0.00 $0.00 $0.00
Profit -- % of All above Direct and Indirect Costs 15.00%$690.66 $3,862.77 $511.63 $1,652.66
$3,620.72 $20,250.28 $2,682.19 $8,663.97
$5,295.04 $29,614.57 $3,922.51 $12,670.43
1. Reproduction and Mailing Costs $50.00 $250.00 $25.00 $150.00
2. Travel Expenses $220.00 $440.00 $440.00 $880.00
3. Meal Expenses $25.00 $50.00 $50.00 $100.00
4. Subconsultant - Resident Inspector $0.00 $0.00 $0.00 $9,100.00
5. Subconsultant - N/A $0.00 $0.00 $0.00 $0.00
6. Subcontractor - N/A $0.00 $0.00 $0.00 $0.00
7.$0.00 $0.00 $0.00 $0.00
8.$0.00 $0.00 $0.00 $0.00
$295.00 $740.00 $515.00 $10,230.00
$5,590.04 $30,354.57 $4,437.51 $22,900.43
GRAND TOTAL $63,282.55
NAME AND ADDRESS OF FIRM
TASK 4. CONSTRUCTION
PHASE SERVICES
TOTAL OF TASK 4
TOTAL OF SECTION VI
V. TOTAL OF SECTIONS I, II, III, AND IV
VI. REIMBURSABLE ITEMS (Give Details)
VII. PROPOSAL (TOTAL OF SECTIONS V AND VI)
TOTAL OF SECTION IV
TOTAL OF TASK 2 TOTAL OF TASK 3
Work Classification
II. IN-HOUSE REPRODUCTION COSTS
III. MATERIAL AND SUPPLIES (Not included in G&A Costs)
IV. INDIRECT COSTS (Furnish Details)
TOTAL OF TASK I
TASK 1. PREPARATION OF
CATEX AND 7460
TASK 2. CONTRACT
DOCUMENTS TASK 3. BID AND AWARD PHASE
EXHIBIT "C"
Campbell & Paris Engineers
CONSTRUCTION MANAGEMENT SERVICES COST BREAKDOWN
PROJECT NUMBER(S) AND DESCRIPTION
AUGUSTA REGIONAL AIRPORT - AIRSIDE PAVEMENT CRACK REPAIR AND MARKING PROJECT
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
5
o
f
9
It
e
m
#
2
3
Labor Category Sr. Proj.
Manager
Sr. Prof.
Engineer
Project
Engineer
Sr. Electrical
Engineer Engineer
Construction
Specialist
Admin.
Assistant
Sub-
Consultant
Contract Direct Labor Rate 79.33$ 51.68$ 33.03$ 49.12$ 24.67$ 34.38$ 19.23$
1A.CATEX Preparation 12 6 4 2 24 955.48$
1B.7460 Preparation 12 4 16 718.84$
0 24 6 0 8 0 2 n/a 0
-$ 1,240.32$ 198.18$ -$ 197.36$ -$ 38.46$ -$ 1,674.32$
Total Salary Costs
Labor and G/A Overhead @ 175.00%
Subtotal Salary and OH
Fixed Payment @ 15.00%
Subtotal Salary, OH & Fixed Payment
Other Non-Salary Expenses:
Reproduction and Mailing Costs
Travel: 1 trip @ 400 miles per trip @ 0.55 per mile
Meals: 1 trip @ $25 per trip
Subcontracts
TASK 1. CATEX AND 7460 PREPARATION
$25.00
$50.00
$220.00
$0.00
$5,590.04
$4,604.38
$690.66
$5,295.04
SUBTOTAL DESIGN PHASE SERVICES - MH'S
DIRECT LABOR COSTS
CRACK SEAL AND PAVEMENT MARKING
AUGUSTA REGIONAL AIRPORT
TASK 1. CATEX AND 7460 PREPARATION
TOTAL
ALL
MH'S
TOTAL
DIRECT LABOR
COST
$1,674.32
$2,930.06
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
6
o
f
9
It
e
m
#
2
3
Labor Category Sr. Proj.
Manager
Sr. Prof.
Engineer
Project
Engineer
Sr. Electrical
Engineer Engineer
Construction
Specialist
Admin.
Assistant
Sub-
Consultant
Contract Direct Labor Rate 79.33$ 51.68$ 33.03$ 49.12$ 24.67$ 34.38$ 19.23$
2A.Contract Documents (See Detail Below)7 52 16 4 188 12 18
Tentative Sheet List
1 Cover Sheet 1 6
2 Legends, Abbreviations and Work Quantities 2 12
3 Site Access, Safety, and Staging Plan 2 14
4 Construction Phasing Plan 16
5 General Safety Notes and Details 1 8
6-10 Demolition Plans 2 24
11-15 Layout Plans 2 4 24
16 Misellaneous Details 2 12
17-20 Cross Sections 2 24
Engineer's Report and Construction Estimate 1 12 4 16 4
Contract Documents and Technical Specifications 1 16 24 12 4
Quality Control Review 2 8 4
Coordination Review and Address Comments 1 8 8 8 6
and Modifications to Plans per Comments
7 52 16 4 188 12 18 n/a 0
555.31$ 2,687.36$ 528.48$ 196.48$ 4,637.96$ 412.56$ 346.14$ -$ 9,364.29$
Total Salary Costs
Labor and G/A Overhead @ 175.00%
Subtotal Salary and OH
Fixed Payment @ 15.00%
Subtotal Salary, OH & Fixed Payment
Other Non-Salary Expenses:
Reproduction and Mailing Costs
Travel: 2 trips @ 400 miles per trip @ 0.55 per mile
Meals: 2 trips @ $25 per trip
Subcontracts
TASK 2. DESIGN PHASE SERVICES $30,354.57
$440.00
$50.00
$0.00
$29,614.57
SUBTOTAL DESIGN PHASE SERVICES - MH'S
DIRECT LABOR COSTS
$9,364.29
$250.00
$16,387.51
$25,751.80
$3,862.77
AUGUSTA REGIONAL AIRPORT
TASK 2. DESIGN PHASE SERVICES
TOTAL
ALL
MH'S
TOTAL
DIRECT LABOR
COST
CRACK SEAL AND PAVEMENT MARKING
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
7
o
f
9
It
e
m
#
2
3
Labor Category Sr. Proj.
Manager
Sr. Prof.
Engineer
Project
Engineer
Sr. Electrical
Engineer Engineer
Construction
Specialist
Admin.
Assistant
Sub-
Consultant
Contract Direct Labor Rate 79.33$ 51.68$ 33.03$ 49.12$ 24.67$ 31.25$ 19.23$
3A.Bidding 16 16 826.88$
Pre-Bid Conference, Bid Opening
3B.Award 8 8 413.44$
Bid Tabulation, Review, Award Recommndation
0 24 0 0 0 0 0 24
-$ 1,240.32$ -$ -$ -$ -$ -$ -$ 1,240.32$
Total Salary Costs
Labor and G/A Overhead @ 175.00%
Subtotal Salary and OH
Fixed Payment @ 15.00%
Subtotal Salary, OH & Fixed Payment
Other Non-Salary Expenses:
Reproduction and Mailing Costs
Travel: 2 trips @ 400 miles per trip @ 0.55 per mile
Meals: 2 trips @ $25 per trip
Subcontracts
TASK 3. BIDDING AND AWARD PHASE SERVICES
$440.00
DIRECT LABOR COSTS
$2,170.56
CRACK SEAL AND PAVEMENT MARKING
AUGUSTA REGIONAL AIRPORT
SUBTOTAL DESIGN PHASE SERVICES - MH'S
$1,240.32
TASK 3. BIDDING AND AWARD PHASE SERVICES
TOTAL
ALL
MH'S
TOTAL
DIRECT LABOR
COST
$0.00
$4,437.51
$3,922.51
$25.00
$50.00
$3,410.88
$511.63
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
8
o
f
9
It
e
m
#
2
3
Labor Category Sr. Proj.
Manager
Sr. Prof.
Engineer
Project
Engineer
Sr. Electrical
Engineer Engineer
Construction
Specialist
Admin.
Assistant
Sub-
Consultant
Contract Direct Labor Rate 79.33$ 51.68$ 33.03$ 49.12$ 24.67$ 34.38$ 19.23$ 35.00$
4A.Pre Construction Conference 8 10 4 18 660.14$
4B.Submittal Review/RFI 4 8 12 470.96$
4C.Administration 16 8 16 826.88$
Assume 2 Pay Requests plus Final Retianage Release
4D.Resident Inspection 16 8 240 24 1,024.24$
4E.Project Closeout 16 8 8 24 1,024.24$
Punchlist, Construction Reports, Grant Closeout
0 60 8 0 26 0 0 260 94
-$ 3,100.80$ 264.24$ -$ 641.42$ -$ -$ 9,100.00$ 4,006.46$
Total Salary Costs
Labor and G/A Overhead @ 175.00%
Subtotal Salary and OH
Fixed Payment @ 15.00%
Subtotal Salary, OH & Fixed Payment
Other Non-Salary Expenses:
Reproduction and Mailing Costs
Travel: 4 trips @ 400 miles per trip @ 0.55 per mile
Meals: 4 trips @ $25 per trip
Subcontracts: Jimmy Hendrix
TASK 4. CONSTRUCTION PHASE SERVICES $22,900.43
$100.00
$9,100.00
$150.00
$880.00
$11,017.77
$1,652.66
$12,670.43
SUBTOTAL DESIGN PHASE SERVICES - MH'S
DIRECT LABOR COSTS
$4,006.46
$7,011.31
CRACK SEAL AND PAVEMENT MARKING
AUGUSTA REGIONAL AIRPORT
TASK 4. CONSTRUCTION PHASE SERVICES
TOTAL
ALL
MH'S
TOTAL
DIRECT LABOR
COST
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
1
\
n
P
a
g
e
9
o
f
9
It
e
m
#
2
3