Loading...
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