HomeMy WebLinkAbout2012-09-10-Meeting Agenda
Public Service Committee Meeting Commission Chamber- 9/10/2012- 12:50 PM
PUBLIC SERVICES
1. New Ownership Application: A. N. 12 - 32: A request by Carl
H. Jones for an on premise consumption Liquor, Beer & Wine
license to be used in connection with Apple Georgia, LLC
D/B/A Applebee's Neighborhood Grill & Bar located at 3117
Washington Rd. There will be Sunday Sales. District 7. Super
District 10.
Attachments
2. New Ownership Application: A. N. 12 - 33: A request by Carl
H. Jones for an on premise consumption Liquor, Beer & Wine
license to be used in connection with Apple Georgia, LLC
D/B/A Applebee's Neighborhood Grill & Bar located at 3125
Windsor Spring Rd. There will be Sunday Sales. District 6.
Super District 10.
Attachments
3. New Application: A. N. 12 - 34: A request by Musa
Anderson for an on premise consumption Liquor, Beer &
Wine license to be used in connection with The Boar's Head
Public House located at 1135 Broad St. District 1. Super
District 9.
Attachments
4. New Application: A. N. 12 - 35: A request by Richard
Tassman for an on premise consumption Liquor, Beer & Wine
license to be used in connection with BUCA (GGGROUP),
LLC D/B/A Buca di Beppo located at 3450 Wrightsboro Rd.
There will be Sunday Sales. District 3. Super District 10.
Attachments
5. New Ownership Application: A. N. 12 - 37: A request by
Gurpreet Walia for a retail package Beer & Wine license to be
used in connection with P J Store located at 3184 Skinner Mill
Rd. There will be Sunday Sales. District 7. Super District 10.
Attachments
6. New Ownership Application: A. N. 12 - 36: A request by
Charles Sconyers for an on premise consumption Liquor,
Beer & Wine license to be used in connection with Road
Attachments
Runners Cafe located at 2821 Washington Rd. There will be
Sunday Sales. District 7. Super District 10.
7. Motion to approve an Augusta Beautification Program
Agreement between Augusta, Georgia and Johnson, Laschober
& Associates for the Broad Street Median between 13th and
15th Street.
Attachments
8. Motion to approve the Beams Contracting, Inc. Contract for
the Southeast Development Area Access Project as approved
by the Augusta Aviation Commission at their August 30, 2012
meeting.
Attachments
9. Motion to approve the Choate Construction Company Contract
Modification #9 - Fixed Base Operations Construction as
approved by the Augusta Aviation Commission at their August
30, 2012 meeting.
Attachments
10. Provide authorization to R.W. Allen, LLC to award
subcontracts that combined make up the Guaranteed Maximum
Price of $11,963,209.00, which includes all construction
disciplines and trades for the Webster Detention Center Phase
II – An Inmate Processing Center and Interior Renovations.
This GMP includes the Inmate Processing Center addition
(approx. 34,000 square feet) and Interior Renovations
consisting of the following: a. Renovate the existing Admin.
Area to accommodate the Sheriff’s Office Staff being
relocated from the jail located at 401 Walton Way to the
Charles B. Webster Detention Center located at 1941 Phinizy
Rd.
b. Renovate the existing Transportation and Medical Areas at
Webster Detention Center, turning these areas into two secure
trustee dormitories.
c. The addition of 9 attorney-client and 1 small group privacy
booths in the existing Video Visitation Center.
Attachments
11. Approve award of the contract for repairs to the connector
canopies, building fascia, gutters, downspouts and drainage for
the Health Department Complex on North Leg Road to the low
bidder, RPI of Augusta, GA, in the amount of $83,350.00.
Attachments
12. Motion to approve the minutes of the Public Services
Committee held on August 27, 2012.
Attachments
www.augustaga.gov
Public Service Committee Meeting
9/10/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Ownership Application: A. N. 12 - 32: A request by Carl H.
Jones for an on premise consumption Liquor, Beer & Wine license
to be used in connection with Apple Georgia, LLC D/B/A
Applebee's Neighborhood Grill & Bar located at 3117
Washington Rd. There will be Sunday Sales. District 7. Super
District 10.
Background:This is a new ownership application. Formerly in the name of
Amrest,LLC..
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 # 1
Attachment number 1 \nPage 1 of 3
Item # 1
Attachment number 1 \nPage 2 of 3
Item # 1
Attachment number 1 \nPage 3 of 3
Item # 1
Public Service Committee Meeting
9/10/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Ownership Application: A. N. 12 - 33: A request by Carl H.
Jones for an on premise consumption Liquor, Beer & Wine license
to be used in connection with Apple Georgia, LLC D/B/A
Applebee's Neighborhood Grill & Bar located at 3125 Windsor
Spring Rd. There will be Sunday Sales. District 6. Super District
10.
Background:This is a new ownership application. Formerly in the name of
Amrest,LLC..
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 # 2
Attachment number 1 \nPage 1 of 3
Item # 2
Attachment number 1 \nPage 2 of 3
Item # 2
Attachment number 1 \nPage 3 of 3
Item # 2
Public Service Committee Meeting
9/10/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Application: A. N. 12 - 34: A request by Musa Anderson for
an on premise consumption Liquor, Beer & Wine license to be
used in connection with The Boar's Head Public House located
at 1135 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 # 3
Attachment number 1 \nPage 1 of 2
Item # 3
Attachment number 1 \nPage 2 of 2
Item # 3
Public Service Committee Meeting
9/10/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Application: A. N. 12 - 35: A request by Richard Tassman
for an on premise consumption Liquor, Beer & Wine license to be
used in connection with BUCA (GGGROUP), LLC D/B/A Buca
di Beppo located at 3450 Wrightsboro Rd. There will be Sunday
Sales. District 3. 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 $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 # 4
Attachment number 1 \nPage 1 of 2
Item # 4
Attachment number 1 \nPage 2 of 2
Item # 4
Public Service Committee Meeting
9/10/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Ownership Application: A. N. 12 - 37: A request by
Gurpreet Walia for a retail package Beer & Wine license to be
used in connection with P J Store located at 3184 Skinner Mill Rd.
There will be Sunday Sales. District 7. Super District 10.
Background:This is a new ownership application. Formerly in the name of
Jong Soon Nathanson.
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 $635.00.
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
9/10/2012 12:50 PM
Alcohol Application
Department:Planning & Development
Caption:New Ownership Application: A. N. 12 - 36: A request by
Charles Sconyers for an on premise consumption Liquor, Beer &
Wine license to be used in connection with Road Runners Cafe
located at 2821 Washington Rd. There will be Sunday Sales.
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 $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 # 6
Attachment number 1 \nPage 1 of 2
Item # 6
Attachment number 1 \nPage 2 of 2
Item # 6
Public Service Committee Meeting
9/10/2012 12:50 PM
Augusta Beautification Program Agreement
Department:Recreation, Parks and Facilities
Caption:Motion to approve an Augusta Beautification Program Agreement
between Augusta, Georgia and Johnson, Laschober & Associates
for the Broad Street Median between 13th and 15th Street.
Background:Augusta, Georgia recognizes the need and desireability of
landscaped and well-maintained roadway right-of-way. In
addition, Augusta, Georgia has a desire to promote and foster
public/private partnerships that are of benefit to the entire
community.
Analysis:Johnson, Laschober & Associates, a local multi-discipline
engineering firm, is interested in promoting a better environment
in our community. One way to accomplish this is through their
partnership with Augusta, Georgia to be responsible for and
commit to bear the costs of design, purchase, installation,
implementation and physical maintenance of the Broad Street
Median between 13th and 15th Street. This program will be
conducted in accordance with terms and conditions included in the
Augusta Beautification Program.
Financial Impact:None anticipated.
Alternatives:1. To approve the landscape maintenance agreement between
Augusta, Georgia and Johnson, Laschober & Associates for the
Broad Street Median between 13th and 15th Street. 2.Move No
Action
Recommendation:Approve Alternative Number One.
Funds are Available
in the Following
Accounts:
N/A
Cover Memo
Item # 7
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 7
Attachment number 1 \nPage 1 of 3
Item # 7
Attachment number 1 \nPage 2 of 3
Item # 7
Attachment number 1 \nPage 3 of 3
Item # 7
Public Service Committee Meeting
9/10/2012 12:50 PM
Beams Contracting, Inc. Contract
Department:Augusta Regional Airport
Caption:Motion to approve the Beams Contracting, Inc. Contract for the
Southeast Development Area Access Project as approved by the
Augusta Aviation Commission at their August 30, 2012 meeting.
Background:This 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. Beams Contracting, Inc’s,
detailed bid and references, have been thoroughly reviewed and
approved to be qualified showing no issue that would keep the
contractor from completing the work satisfactorily. The letter of
recommendation and contract are attached for review and
approval.
Financial Impact:The cost of the project is $4,035,194.91.
Alternatives:Deny request.
Recommendation:Approve request.
Funds are Available
in the Following
Accounts:
328-08-1130/54-12110-210351001
REVIEWED AND APPROVED BY:
Finance.
Cover Memo
Item # 8
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 8
COTRACT
AUGUSTA-RICHMOD COUTY
FOR THE
AUGUSTA REGIOAL AIRPORT
And
BEAM’S COTRACTIG, IC.
(COTRACTOR)
SOUTHEAST DEVELOPMET AREA ACCESS PROJECT
Attachment number 1 \nPage 1 of 19
Item # 8
Page 2 Contract for the Southeast Development Area Access Project
This Contract for the provision of Project (hereinafter designated as the "Contract") made and entered into
as of __________________(DATE), by and between the City of Augusta (City) for the AUGUSTA REGIONAL
AIRPORT, (hereinafter designated as "Airport”) and Beam Contracting, Inc. (CONTRACTOR) (hereinafter
designated as “Contractor”) a South Carolina corporation, authorized to do business in the State of Georgia, whose
principal office is located at 15030 Atomic Road, Beech Island, South Carolina, 29842.
WITESSETH:
WHEREAS, the City is the owner and operator of a full service commercial airport known as the Augusta
Regional Airport;
WHEREAS, the City solicited a bid for the development of an access area on the Southeast portion of the
Augusta Regional Airport; and
WHEREAS, Contractor provided a bid in compliance with City and all other applicable State SPLOST
regulations.
OW, THEREFORE , in consideration of the mutual covenants, promises, and agreements herein
contained, the City and Contractor hereby agree as follows:
OBJECTIVES OF SERVICES
The objective of contracting the services described in this Contract is the construction of a road to access
undeveloped acreage on the southeastern portion of the Airport property, which is suitable for future expansion and
industrial development. The project includes the construction of approximately one mile of two and four lane
asphalt roadways; the installation of concrete curb and gutter, storm drainage culverts and structures, fire protection
and sanitary sewer utility installation; the placement of embankment of a major drainage ditch southeast of the
primary runway; providing roadway markings and signage; security fencing and gates; seeding and mulching; and
other incidental work associated with the construction.
The Airport is a full-service commercial Airport, served by Delta (ASA) Airlines, American and U.S. Airways
routinely provide 100% of the commercial arrival and departure traffic. The commercial traffic is comprised of
sixteen (16) daily arrivals and sixteen (16) daily departures, seven (7) days per week. The facilities are operated
twenty four (24) hours/day, seven (7) days/week and three hundred sixty-five days per year.
SECTIO 1.0
ARTICLE 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 1, and the Drawings identified in Attachment 2.
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.
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.
Attachment number 1 \nPage 2 of 19
Item # 8
Page 3 Contract for the Southeast Development Area Access Project
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 30, 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 Southeast Development Area Access Project contract Specifications and Drawings
dated December 2011) 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 City. The Contractor shall be responsible for the entire project and every part thereof.
ARTICLE II. TIME, TERM AD PAYMET
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 one hundred sixty (160) 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 City and the Contractor in accordance with the terms of this
Contract. The total contract time and specifications are set forth in more detail in Division 00-Condtions of the
Contract, Section 00800, Supplementary Provisions.
2.2 Contract Price. As full payment for the faithful performance of this Contract, the City shall pay the
Contractor the Contract Price, which is an amount not to exceed four million thirty five thousand one hundred ninety
four dollars and ninety-one cents ($4,035,194.91) 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 City and the Contractor in accordance with the terms of this Contract. Contractor’s bid
form is attached hereto as Attachment A.
2.3 Subject to satisfactory completion of work performed, payments on account thereof shall be made as set
forth in Division I, General Provisions, Section 01271 Measurement and Payment:
2.4 Liquidated Damages. The Contractor acknowledges that time is of the essence with respect to the Work
governed by this Contract. Contractor acknowledges and recognizes that if it fails to achieve Substantial
Completion of any portion of the Work within the Contract Time as may be extended in accordance with the terms
of this Contract, the County will sustain substantial losses as a result of such failure. The Contractor further
acknowledges that the County will suffer damages that are difficult if not impossible to accurately estimate.
Contractor shall pay liquidated damages of Five Hundred dollars ($500.00) for each calendar day that Substantial
Completion of the Work is delayed past the Contract Time. The Contractor agrees that the foregoing rate is a
reasonable pre-estimate of the probable damages that the County will suffer if Substantial Completion is delayed,
and said daily rate is intended to compensate the County for its damages and is not intended to penalize the
Contractor for its delay. The County may deduct such liquidated damages from any unpaid amounts then or
thereafter due the Contractor under this Contract.
2.5 Contractor and City 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.
2.6 Invoices. Original invoice(s) shall be submitted as follows:
Jack Mayfield
Campbell & Paris
313 Wingo Way
Mt. Pleasant, SC 29464
Attachment number 1 \nPage 3 of 19
Item # 8
Page 4 Contract for the Southeast Development Area Access Project
With a Copy to:
Risa Bingham
Augusta Regional Airport
1501 Aviation Way
Augusta, GA 30906
Ph: (706) 798-3236
FAX: (706) 798-1551
ARTICLE III FEDERAL WORK AUTHORIZATIO
Pursuant to O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02, the City 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.
3.1 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.
3.2 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 B.
3.3 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 and shall be attached hereto as Attachment C.
ARTICLE IV CORPORATE AUTHORITY
Contractor agrees to execute the Certificate of Corporate Authority attached hereto as Attachment D. 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 necessary action on the part of the Contractor. This Contract is the valid,
legal, binding and enforceable obligation of the Contractor.
ARTICLE V O-APPROPRIATIOS
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 the City at the close of the calendar year of its
execution or if the City suspends performance pending the appropriation of funds.
ARTICLE VI IDEPEDET COTRACTOR/SUBCOTRACTOR
Contractor is acting, in performance of this Contract, as an independent Contractor. Personnel supplied by the
Contractor or its agents or subcontractors hereunder are not the City’s or the Airport’s employees or agents and
Contractor assumes full responsibility for their acts. Contractor shall be solely responsible for the payment of
compensation to Contractor's employees. The City shall not be responsible for payment of Worker's Compensation,
disability benefits, and unemployment insurance or for withholding and paying employment taxes for any
Attachment number 1 \nPage 4 of 19
Item # 8
Page 5 Contract for the Southeast Development Area Access Project
Contractor employee, or Contractor's subcontractors or agent's employees, but such responsibility shall be solely that
of Contractor. This clause of the contract does not prevent Airport from requiring Contractor to have its employees
follow normal rules and guidelines for work performance, redirecting the efforts of the employees to meet the needs
of the facilities, performing safety or from requiring Contractor to perform the requirements of this Contract
satisfactorily, according to the terms set forth herein.
ARTICLE VII COTRACTOR'S PERFORMACE
7.1 Contractor shall, at its own expense, furnish all necessary equipment, management, supervision, labor, technical
support and other accessories and services for maintenance, and the performance of other services as described in
these Contract Documents. Such services shall be performed in strict accordance with the General Conditions,
Special Conditions, and current versions of Federal Aviation Administration (FAA) Advisory Circulars (AC)
150/5320-12 and 150/5340-1.
7.2 All performance shall be subject to inspection and approval by the Aviation Director or his designee as provided
in said Performance Work Statement. If the Contractor's performance is, or becomes unsatisfactory, as determined
by the Aviation Director, an appropriate reduction in payment due will be made from Contractor's invoice and
Contractor will be directed to correct the unsatisfactory performance. The correction of unsatisfactory performance
shall be at no additional cost to the City or the Airport.
7.3 O PARTERSHIP OR JOIT VETURE; IDEPEDET CO TRACTOR . Nothing contained in
this Contract will be deemed to create a partnership or joint venture between City and Contractor or cause City to be
responsible for the debts or obligations of Contractor or any other party. Contractor must not represent to anyone
that its relationship to City is other than as City’s Contractor. Contractor must act as an independent agent and not
as the agent of City in performing this Contract, maintaining complete control over its employees and all of its
lower-tier suppliers and subcontractors. Nothing contained in this Contract or any lower tier purchase order or
subcontract awarded by Contractor will create any contractual relationship between any lower-tier supplier or
subcontractor and City. No act or direction of the City shall be deemed to be the exercise of supervision or control
of the Contractor’s performance hereunder.
ARTICLE VIII AUTHORIZED REPRESETATIVES
8.1 CITY/AIRPORT’S REPRESETATIVE
AIRPORT’S REPRESETATIVE: shall be Clarence Fennell, Aviation Division or his designee.
8.2 COTRACTOR’S REPRESETATIVE(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. Contractor’s Representative may be changed
upon prior written notice delivered to Airport’s Representative. Contractor’s initial representative shall be
Charles H. Rowland, III.
ARTICLE XIV PATET IDEMITY
Except as otherwise provided, the Contractor agrees to indemnify the City and its Board of Commissioners, officers,
agents and employees against liability, including costs and expenses for infringement upon any letters or patent of
the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of
the City of supplies furnished or construction work performed hereunder.
Attachment number 1 \nPage 5 of 19
Item # 8
Page 6 Contract for the Southeast Development Area Access Project
ARTICLE X CHAGES
The City may, during the Contract period, make changes to the Scope of Work, which may result in changes to the
general scope of the Contract and its provisions. Written agreements, changes, or amendments to this Contract shall
not be binding upon the City unless signed by the Aviation Commission.
ARTICLE XI COTRACTOR’S OBLIGATIOS
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 that 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.
ARTICLE XII TEMPORARY SUSPESIO OR DELAY OF PERFOR MACE OF COTRACT
To the extent that it does not alter the scope of this Contract, the City may unilaterally order a temporary stopping of
the work, or delaying of the work to be performed by Contractor under this Contract.
ARTICLE XIII 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.
ARTICLE XIV COTIGET 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, City 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.
ARTICLE XV RIGHTS AD REMEDIES
The rights and remedies of City provided in this paragraph are not exclusive and are in addition to any other rights
and remedies provided by law or under this Contract.
ARTICLE XVI REPRESETATIOS AD WARRATIES
16 Contractor’s Representations and Warranties Regarding Capacity to Contract and Perform
Work/Services. In order to induce the City to enter into this Contract, Contractor hereby represents and warrants to
the City as of the date above written that:
16.1. Contractor is duly organized and validly existing in good standing under the laws of the state of
South Carolina 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
Attachment number 1 \nPage 6 of 19
Item # 8
Page 7 Contract for the Southeast Development Area Access Project
16.2 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
16.3 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;
16.4 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
16.5 Contractor has not been debarred by any city, state or federal agency.
ARTICLE XVII ASSIGMET
17. Without the prior written consent of City, Contractor may not assign, transfer or convey any of its interests under
this Contract, nor delegate any of its obligations or duties under this Contract except as provided herein.
17.1 Consent of City Required. Any assignment of this Contract or rights under this Contract, in
whole or part, without the prior written consent of City will be void, except that, upon ten (10)
calendar days prior written notice to City, Contractor may assign monies due or to become due
under this Contract. Any assignment of monies will be subject to proper setoffs in favor of City
and to any deductions provided for in this Contract.
17.2 o Relief of Responsibilities . No assignment will be approved which would relieve Contractor
of its responsibilities under this Contract.
17.3 Parties Bound. This Contract will be binding upon and inure to the benefit of City and
Contractor and their respective successors and assigns.
ARTICLE XVIII OTICES
18. Delivery. All notices given by either party to the other under this Contract must be in writing and may be
delivered by: (i) regular mail, postage prepaid; (ii) certified or registered mail; (iii) facsimile; or (iv) hand-
delivery, to the parties at the addresses and facsimile numbers set forth in the Clause titled “Addresses”.
18.1 Receipt. Notices sent by mail will be deemed to be received upon deposit in the mail, properly
addressed. Notices sent by certified or registered mail will be deemed to be received upon the date
of the acknowledgment. Notices sent by facsimile will be deemed to be received upon successful
transmission to the proper facsimile number. Notices delivered by hand-delivery will be deemed
to be received upon acceptance by the respective party or its agent.
18.2 Change of Address or Facsimile Number. Either party may, at any time, change its respective
address or facsimile number by sending written notice to the other party of the change.
18.3 Addresses.
To CITY: For all notices to City the address will be:
Executive Director
Augusta Regional Airport
1501 Aviation Way
Augusta, Georgia 30906
Attachment number 1 \nPage 7 of 19
Item # 8
Page 8 Contract for the Southeast Development Area Access Project
With a copy to: Augusta General Counsel
Augusta Richmond City
Department of Law
501 Greene St.
Augusta, Georgia 30901
To COTRACTOR: For all notices to CONTRACTOR the address will be:
Beam’s Contracting, Inc.
15030 Atomic Road
Beech Island, SC 29842
(803) 827-0136 (telephone)
(803) 827-1868 (fax)
browland@beamscontracting.net
ARTICLE XIV WAIVER
The failure of City to seek redress for any violation of or to insist upon the strict performance of, any term of this
Contract will not prevent a subsequent violation of this Contract from being actionable by City. The provision in
this Contract of any particular remedy will not preclude City from any other remedy.
ARTICLE XX COMPLIACE WITH APPLICABLE LAWS AD REGU LATIOS
20. Contractor covenants and agrees that it, its agents and employees will comply with all Georgia, City, state, and
federal laws, rules, regulations, Airport Rules and Regulations and City ordinances applicable to the work to be
performed under this Contract, and that it shall obtain all necessary permits, pay all license fees and taxes to comply
therewith. Further, Contractor agrees that it, its agents, and employees will abide by all rules, regulations, and
policies of Airport during the term of this Contract, including any renewal periods. In the event that any
governmental authority imposes new or materially increased taxes upon the Contractor’s operations, the parties
agree to negotiate changes in billing reflecting such increased tax costs. All references to Federal codes, provisions,
regulations, and rules are incorporated by reference as if fully set forth herein.
ARTICLE XXI CIVIL RIGHTS ACT OF 1964, TITLE VI –
COTRACTOR’S COTRACTUAL REQUIREMETS.
During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter
referred to as the "Contractor") agrees as follows:
21.1 COMPLIACE WITH REGULATIOS. The contractor shall comply with the Regulations
relative to nondiscrimination in federally assisted programs of the Department of Transportation
(hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended
from time to time (hereinafter referred to as the Regulations), which are herein incorporated by
reference and made a part of this contract.
21.2 ODISCRIMIATIO. The Contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, or national origin in the selection and
retention of subcontractors, including procurements of materials and leases of equipment. The
Contractor shall not participate either directly or indirectly in the discrimination prohibited by
section 21.5 of the Regulations, including employment practices when the contract covers a
program set forth in Appendix B of the Regulations.
21.3 SOLICITATIOS FOR SUBCOTRACTS, ICLUDIG PROCUREME TS OF
MATERIALS AD EQUIPMET. In all solicitations either by competitive bidding or
negotiation made by the Contractor for work to be performed under a subcontract, including
Attachment number 1 \nPage 8 of 19
Item # 8
Page 9 Contract for the Southeast Development Area Access Project
procurements of materials or leases of equipment, each potential subcontractor or supplier shall be
notified by the contractor of the Contractor's obligations under this contract and the Regulations
relative to nondiscrimination on the grounds of race, color, or national origin.
21.4 SACTIOS FOR OCOMPLIACE. In the event of the Contractor's noncompliance with
the nondiscrimination provisions of this Contract, the Airport shall impose such contract sanctions
as it or the FAA may determine to be appropriate, including, but not limited to:
(a.) Withholding of payments to the Contractor under the contract until the Contractor
complies, and/or
(b.) Cancellation, termination, or suspension of the Contract, in whole or in part.
21.17 CLEA AIR AD WATER POLLUTIO COTROL: (49 CFR Part 18.36(i) (12))
Contractors and subcontractors agree:
(a) That any facility to be used in the performance of the contract or subcontract or to benefit from
the contract is not listed on the Environmental Protection Agency (EPA) List of Violating
Facilities;
(b) To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42
U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33
U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as
all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all
other regulations and guidelines issued thereunder;
(c ) That, as a condition for the award of this contract, the Contractor or subcontractor will notify
the awarding official of the receipt of any communication from the EPA indicating that a facility
to be used for the performance of or benefit from the contract is under consideration to be listed on
the EPA List of Violating Facilities;
(d) To include or cause to be included in any construction contract or subcontract which exceeds $
100,000 the aforementioned criteria and requirements.
ARTICLE XXII RIGHT TO ISPECT PREMISES .
The City 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.
ARTICLE XXIII ROYALTIES AD PATETS
The Contractor shall hold and save the City 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 City, unless otherwise specifically stipulated in the Contract.
ARTICLE XXIV PROHIBITED ITERESTS
No official of the City who is authorized in such capacity and on behalf of the City 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 City who is authorized in such capacity and on behalf of the
City 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.
Attachment number 1 \nPage 9 of 19
Item # 8
Page 10 Contract for the Southeast Development Area Access Project
ARTICLE XXV ISURACE
During the term of this Contract, Contractor shall provide, pay for, and maintain with companies reasonably
satisfactory to the City and the Aviation Commission, the types of insurance as set forth in the Augusta-Richmond
County Code, and Georgia law as the same may be amended from time to time, and as described herein. All
insurance shall be issued by insurance companies eligible to do business in the State of Georgia and with an Insurer
rated “A” or better by AM Best. All policies shall include hold harmless provisions. In the event of a conflict
between the provisions of the Augusta-Richmond County Code and this Contract, the more stringent requirement
shall govern. In no event shall Contractor maintain any insurance less than the requirements set forth in the
Augusta-Richmond County Code, as amended.
25.1 All liability policies of Contractor and its subcontractors shall provide coverage that includes, or
has the same substantive effect as the following:
25.2 The Contractor shall procure and maintain continuously in effect throughout the term of its
activities upon the Airport at Contractor’s sole expense, insurance of the types and in at least such
minimum amounts as set forth in this Section.
25.3 The Contractor’s insurance policies as required by this Contract shall apply separately to the City
as if separate policies had been issued to Contractor and City. The Contractor’s Comprehensive
General Liability policy shall protect the City, its officers, elected officials, employees, agents and
the Aviation Commission and its employees against any and all liability created by reason of
Contractor’s conduct.
25.4 The Contractor’s insurance shall not be subject to cancellation or material alteration until at least
thirty (30) days written notice has been provided to the City’s Risk Manager.
(a) Contractor shall furnish to the Risk Manager Certificates of Insurance evidencing that all
of the herein stated requirements have been met. The amount or amounts of all required
policies shall not be deemed a limitation of the Contractor’s Contract to indemnify and
hold harmless the City, its officers, elected officials, employees, agents and the Aviation
Commission and its employees; and in the event Contractor or the City shall become
liable in an amount in excess of the amount or amounts of such policies, then the
Contractor shall save the City, its officers, elected officials, employees, agents and the
Aviation Commission and its employees harmless from the whole thereof, except in the
event of the sole gross negligence of the City.
25.5 The Contractor is required to maintain minimum insurance to protect the Contractor and Augusta,
GA from the normal insurable liabilities that may be incurred by Contractor. In the event such
insurance as required shall lapse, the City and the Aviation Commission reserve the right to obtain
such insurance at the Contractor’s sole expense.
25.6 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 City
no less than thirty (30) days prior to cancellation or change.
25.7 Contractor shall carry the following types and minimum amounts of insurance coverage at the
Airport:
(a) 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 Richmond
County Board of Commissioners, their officers, agents, elected and appointed officials,
representatives, volunteers, and employees and the Aviation Commission.
Attachment number 1 \nPage 10 of 19
Item # 8
Page 11 Contract for the Southeast Development Area Access Project
(b) Comprehensive General Liability Insurance – In the amount of Five Million ($5,000,000)
against claims for bodily injury, death or property damage occurring on, in about the
Contractor’s premises and the Airport, in an amount recommended by the Risk Manager
and acceptable to the City. Said coverage shall include products and completed
operations. The foregoing insurance shall be endorsed to state that it will be primary to
the Aviation Commission’s insurance and that the carrier waives its right of subrogation
against Augusta-Richmond County, the Aviation Commission, and their officers, agents,
elected and appointed officials, representatives, volunteers, and employees. Augusta-
Richmond County Commission, the Aviation Commission, and their officers, agents,
elected and appointed officials shall be added as additional insureds on said policies,
including products and completed operations. Said policy shall contain Severability of
Interest Clause and shall include Contractual Liability coverage at least as broad as that
given in the most current CG 00 01 ISO form.
(c) Automobile Insurance. For any vehicles authorized in writing by the Executive Director
to operate on the Aircraft Operating Area (AOA) of the Airport, Automobile Insurance in
the minimum amount of Five Million Dollars ($5,000,000.00) combined single limit
coverage. If the Contractor’s Comprehensive General Liability coverage includes
vehicular operations on the Airport, separate automobile insurance shall not be required.
The foregoing insurance shall be endorsed to state that it will be primary to the Aviation
Commission’s insurance and that the carrier waives its right of subrogation against
Augusta-Richmond County, the Aviation Commission, and their officers, agents, elected
and appointed officials, representatives, volunteers, and employees. Augusta-Richmond
County Commission, the Aviation Commission, and their officers, agents, elected and
appointed officials shall be added as additional insureds on said policies. Said policy shall
contain Severability of Interest Clause and shall include contractual liability coverage at
least as broad as that given in the most current CA 00 01 ISO form.
(d) All such evidence of insurance shall be in the form of certificates of insurance
satisfactory to the City and its Risk Manager, accompanied by a certified true copy of an
endorsement to each policy containing the above language. The insurance coverage and
limits required shall be evidenced by properly executed certificates of insurance. These
certificates shall be signed by the authorized representative of the insurance company
shown on the certificate. The required policies of insurance shall be in compliance with
the laws of the State of Georgia.
25.8 If at any time the Aviation Director requests a written statement from the insurance company as to
any impairments to the aggregate limit, Contractor shall promptly authorize and have delivered
such statement to the Aviation Commission. Contractor authorizes the Aviation Commission
and/or the City’s Risk Manager to confirm with Contractor’s insurance agents, brokers, and
insurance companies all information furnished.
25.9 The acceptance of delivery to the City and the Aviation Commission of any certificate of
insurance evidencing the insurance coverage and limits required under this Contract does not
constitute approval or acceptance by the City or the Aviation Commission that the insurance
requirements in this Contract have been met. No operations shall commence at the Airport unless
and until the required certificates of insurance are in effect and approved by the City.
25.10 The Contractor and the City understand and agree that the minimum limits of the insurance herein
required may, from time to time, become inadequate, and Contractor agrees that it will increase
such minimum limits upon receipt of written notice defining the basis of the increase. The
Contractor shall furnish the City, within sixty (60) days of the effective date thereof, a certificate
of insurance evidencing that such insurance is in force.
25.11 If at any time the Airport Director requests a written statement from the insurance companies as to
any impairments to the Aggregate Limit, prompt authorization and delivery of all requested
Attachment number 1 \nPage 11 of 19
Item # 8
Page 12 Contract for the Southeast Development Area Access Project
information will be given to the Aviation Commission. Renewal Certificates of Insurance must be
provided to the City and Aviation Commission as soon as practical but in every instance prior to
expiration of current coverage.
25.12 The amounts and types of insurance shall conform to the following minimum requirements with
the use of Insurance Service Office policies, forms, and endorsements or broader, where
applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements
must be reasonably acceptable to the City and Aviation Commission.
25.13 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)
ARTICLE XXVI IDEMIFICATIO AD HOLD HARMLESS
Contractor agrees to indemnify and hold harmless the Augusta Aviation Commission, Augusta-Richmond County
Board of Commissioners and their members, officers, elected officials, agents, servants, employees and successors
in office, as set forth in the Augusta-Richmond County Code, and particularly Article 1, Chapter 3, Division 1,
Section 1-3-8.5, Indemnity and Insurance, as the same may be amended from time to time, and described herein,
from any and all claims including reasonable attorney's fees and expenses of litigation incurred by the Augusta-
Richmond County Board of Commissioners and the Augusta Aviation Commission, in connection therewith related
to or arising out of any damage or injury to property or persons, occurring or allegedly occurring in, on or about
Airport property which are in any way related to or arising out of any failure of Contractor to perform its obligations
hereunder. Contractor further agrees that the foregoing contract to indemnify and hold harmless applies to any
claims for damage or injury to any individuals employed or retained by Contractor in connection with any changes,
additions, alterations, modifications and/or improvements made to the premises, and hereby releases the Augusta-
Richmond County Board of Commissioners and the Augusta Aviation Commission, from liability in connection
with any such claims. In the event of a conflict between the provisions of the Augusta-Richmond County Code and
this Contract, the broader requirement shall govern.
ARTICLE XXVII BODS
27.1 The Contractor shall provide payment and performance bonds. The amount of the premiums for
such bonds shall be included in the Price. The bonds shall each be in an amount not less than
100% of the preconstruction cost at the time of the execution of this Contract. Each bond shall:
(a) Be in a form approved by the City;
(b) Incorporate by reference the terms of this Contract for Southeast Development Area Access
Project;
(c) Be executed by a company certified by the Secretary of the United States Department of
Treasury pursuant to the Act of July 30, 1947 (61 Stat. 646, as amended; 6 U.S.C. 6-13) and
listed in the most current U.S. Treasury Circular 570 document “Surety Companies
Acceptable on Federal Bonds,” as published in the Federal Register, and having a current
A.M. Best rating of "A" (Superior) with a Financial Size Category of XII or better.
(d) Be executed by a company licensed and authorized to do business in the state of Georgia;
(e) Be accompanied by a power of attorney certifying that the persons executing the bond
have the authority to do so.
27.2 The Contractor shall deliver any required bonds and powers of attorney to the City prior to
commencement of the Work.
27.3 The bonding company that issues the bonds must be registered with The Surety Association of
America (SAA).
Attachment number 1 \nPage 12 of 19
Item # 8
Page 13 Contract for the Southeast Development Area Access Project
27.4 The bonds shall remain in effect for a period of not less than two (2) years following the date of
delivery or the time required to resolve any items of incomplete work and payment of any disputed
amounts whichever time period is longer, or any statutory period applicable to City.
27.5 No surety will be accepted who is now in default or delinquent on any bonds or who is interested
in any litigation against City.
27.6 Each surety shall designate an agent resident in the State of Georgia to whom any requisite notices
may be delivered and on whom services of process may be had in matters arising out of such
surety provider.
ARTICLE XXVIII FORCE MAJEURE
28.1 Neither party hereto shall be considered in default in the performance of its obligations hereunder
to the extent that the performance of any such obligation, except the payment of money, is
prevented or delayed by any cause, existing or future, which is beyond the reasonable control of
the affected party, or by a strike, lockout or other labor difficulty, the settlement of which shall be
within the sole discretion of the party involved.
28.2 Each party hereto shall give notice promptly to the other of the nature and extent of any Force
Majeure claimed to delay, hinder or prevent performance of the services under this Contract. In
the event either party is prevented or delayed in the performance of this obligation by reason of
such Force Majeure, there shall be an equitable adjustment of the schedule.
28.3 Contractor will not be liable for failure to perform or for delay in performance as a result of Force
Majeure, including the following:
(a) Any cause beyond its reasonable control;
(b) Any act of God;
(c) Inclement weather;
(d) Earthquake;
(e) Fire;
(f) Explosion;
(g) Flood;
(h) Strike or other labor dispute;
28.4 Any shortage or disruption of or inability to obtain labor, material, manufacturing facilities,
power, fuel or transportation from unusual sources, or any other transportation facility;
28.5 Delay or failure to act of any governmental or military authority;
28.6 Any war, hostility or invasion;
28.7 Any embargo, sabotage, civil disturbance, riot or insurrection;
28.8 Any legal proceedings; or
28.9 Failure to act by Contractor’s suppliers due to any cause which Contractor is not responsible, in
whole or in part.
ARTICLE XXIX PERMITS
29.1 Contractor shall obtain and maintain at all times all necessary licenses, permits and certifications to perform the
work described in the Contract. Contractor shall furnish copies of all licenses, permits, and certifications to the
Airport.
29.2 WORK PERMITS REQUIRED
Contractor agrees and acknowledges that its employees and agent's employees, as well as any
subcontractors or subcontractors' personnel, working on the Contract must be United States citizens, or
must be lawfully admitted for residence and be permitted to work in the United States under the
Immigration and Naturalization Act, 8 U.S.C. 1101, et seq.
Attachment number 1 \nPage 13 of 19
Item # 8
Page 14 Contract for the Southeast Development Area Access Project
ARTICLE XXX AIRPORT SECURITY REQUIREMETS/ SPECIAL
IDETIFICATIO DISPLAY AREA (SIDA) BADGES
30. 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 badging. 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.
30.1 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, contractual and business
associations and practices, employment histories, reputation in the business community and credit
reports for the Contractor, as well as, its employees.
30.2 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.
30.3 Contractor shall pay all costs associated with providing SIDA badges.
ARTICLE XXXI HAZARDOUS MATERIALS
Contractor shall not cause or permit any Hazardous Material to be brought, kept or used in or about the Airport by
Contractor, its agents, employees, subcontractors, or invitees. Without limiting the foregoing, if the presence of any
Hazardous Material in the Airport caused or permitted by Contractor results in any contamination of the Airport, Contractor
shall promptly take all actions at its sole expense as are necessary to return the Airport to the conditions existing prior to the
introduction of such Hazardous Material to the Airport; provided that Airport’s approval of such actions, and the corrective
actions to be used by Contractor in connection therewith, shall first be obtained. The term “Hazardous Material” means any
hazardous or toxic substance, material, or waste, which is or becomes regulated by any local governmental authority or the
United States Government. The term “Hazardous Material” includes, without limitation, any material or substance which is
(i) defined as a “hazardous waste”, “extremely hazardous waste”, or “restricted hazardous waste” or similar term under any
laws now or hereafter enacted by the United States or the State of Georgia or any political subdivision thereof, or (ii)
designated a “hazardous substance” pursuant to the Federal Water Pollution Control Act, 33 U.S.C. § 1317, or (iii) defined as
a “hazardous waste” pursuant to the Federal Resource Conservation and Recovery Act, 42 U.S.C.§ 6901 et seq., or (iv)
defined as a “hazardous substance” pursuant to the Comprehensive Environmental Response, Compensation and Liability
Act, 42 U.S.C. § 9601 et seq.
ARTICLE XXXII GOODS, PRODUCTS AD MATERIALS
32.1 The Contractor shall furnish goods, products, materials, equipment and systems which:
32.2 Comply with this Contract for construction of the Southeast Development Area Access project and
all applicable SPLOST regulations;
32.3 Conform to applicable regulations, specifications, descriptions, instructions, data and samples;
32.4 Are new and without damage;
32.5 Are of quality, strength, durability, capacity or appearance equal to or higher than that required by
the Contract Documents;
Attachment number 1 \nPage 14 of 19
Item # 8
Page 15 Contract for the Southeast Development Area Access Project
32.6 Are free from defects; and
32.7 Are beyond and in addition to those required by manufacturers' or suppliers' specifications where
such additional items are required by the Contract Documents.
32.8 All goods, products, materials, equipment and systems named or described in the Contract
Documents, and all others furnished as equal thereto shall, unless specifically stated otherwise, be
furnished, used, installed, employed and protected in strict compliance with the specifications,
recommendations and instructions of the manufacturer or supplier, unless such specifications,
recommendations or instructions deviate from applicable FAA advisory circulars or the Contract
Documents, in which case the Contractor shall so inform the City and shall proceed as directed by
the City. The Contractor shall coordinate all subcontracts to verify compatibility of goods,
products, materials, equipment and systems, and the validity of all warranties and guarantees,
required by the Contract Documents.
ARTICLE XXXIII PROHIBITIO AGAIST COTIGET FEES
The Contractor by execution of this Contract warrants that it has not employed or retained any company or person,
other than a bona fide employee working solely for it, to solicit or secure this Contract and that it has not paid or
agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely
for it, any fees, commission, percentage, gift, or other consideration contingent upon or resulting from the award or
making of this Contract.
ARTICLE XXXIV USE OF AUGUSTA, GEORGIA LADFILL
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.
ARTICLE XXXV WARRATIES AD CORRECTIO OF WORK
35.1 The Contractor shall guarantee all Work to have been accomplished in conformance with the Contract. Neither
the final certificate of payment nor any provision of the Contract, nor partial or entire occupancy or use of the Work
by the City, shall constitute an acceptance of any part of the Work not done in accordance with the Contract, or
relieve the Contractor of liability for incomplete or faulty materials or workmanship. The Contractor shall promptly
remedy any omission or defect in the Work and pay for any damage to other improvements or facilities resulting
from such omission or defect which shall appear within a period of one year from the date of final acceptance,
unless a longer period is elsewhere specified. In the event that the Contractor should fail to make repairs,
adjustments, or other remedy that may be made necessary by such defects, the City may do so and charge the
Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the
guarantee period.
35.2 The Contractor warrants to the City that materials and equipment furnished under the Contract will be of good
quality and new unless otherwise required or permitted by the Contract, that the Work will be free from defects not
inherent in the quality required or permitted, and that the Work will conform to the requirements of the Contract.
Work not conforming to these requirements, including substitutions not properly approved and authorized, is
considered defective. The City, in its sole discretion, may exclude from the Contractor's warranty, remedies for
damage or defect, which the City determines, were caused by abuse, modifications not executed by the Contractor,
improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by
the City, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment.
All warranties and guaranties shall extend for the greatest of one year commencing on the dates of Substantial
Completion of the Project or such longer period of time as is required by the Contract. The one-year period shall be
extended with respect to portions of the Work first performed after Substantial Completion for a period of one year
Attachment number 1 \nPage 15 of 19
Item # 8
Page 16 Contract for the Southeast Development Area Access Project
after the actual performance of the Work. If any defect or deviation should exist, develop, be discovered or appear
within such one year period, the Contractor, at it sole cost and expense and immediately upon demand, shall fully
and completely repair, correct, and eliminate such defect. The foregoing warranties and guarantees are cumulative
of and in addition to, and not restrictive of or in lieu of, any and all other warranties and guarantees provided for or
required by law. No one or more of the warranties contained herein shall be deemed to alter or limit any other.
35.3 The obligation of this Section shall survive acceptance of the Work and termination of the Contract. All
manufacturer warranties and guarantees shall be delivered to the City prior to Substantial Completion and such
delivery shall be a condition precedent to the issuance of the Certificate of Substantial Completion. Before Final
Payment, the Contractor shall assign and transfer to the City all guarantees warranties and agreements from all
contractors, Subcontractors, vendors, Suppliers, or manufacturers regarding their performance quality of
workmanship or quality of materials supplied in connection with the Work. The Contractor represents and warrants
that all such guarantees, warranties and agreements will be freely assignable to the City, and that upon Final
Completion of the Work, all such guarantees, warranties and agreements shall be in place and enforceable by the
City in accordance with their terms.
Attachment number 1 \nPage 16 of 19
Item # 8
Page 17 Contract for the Southeast Development Area Access Project
SECTIO 2.0
GEERAL PROVISIOS, TECHICAL SPECIFICATIOS AD AP PEDICES
PLEASE SEE ATTACHMET E
Attachment number 1 \nPage 17 of 19
Item # 8
Page 18 Contract for the Southeast Development Area Access Project
SECTIO 3.0
ADDITIOAL TERMS AD CODITIOS
ARTICLE XXXVI PERMITS, LICESES AD CERTIFICATIOS
Contractor shall provide a copy of all relevant licenses and certifications.
ARTICLE XXXVII ARTICLE COFLICT I DOCUMETS AD PR ESET DOCUMETS
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.
ARTICLE XXXVIII JUDICIAL ITERPRETATIO
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.
ARTICLE XXXIV GOVERIG 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 City fix jurisdiction
and venue for any action brought with respect to this Contract in Augusta-Richmond City, Georgia. Contractor
specifically consents to venue in Richmond City and waives any right to contest the venue in the Superior Court of
Richmond City, Georgia or the Southern District Court of Georgia.
ARTICLE XL ETIRE AGREEMET
This Contract constitutes the sole Contract between the City 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. Attached hereto
and incorporated herein as part of this Contract are Addendums, Insurance, Statement of Non-Discrimination, Non-
Collusion Affidavit of Prime Bidder Non-Collusion Affidavit of Sub-Contractor(s), Conflict of Interest and
Contractor Affidavit and Agreement, Bidder’s Form/Acknowledgement of Addenda, Georgia Security and
Immigration Contractor Affidavit, Georgia Security and Immigration Subcontractor Affidavit, Buy America
Certification , and Certification Of Non-segregated Facilities.
ARTICLE XLI COUTERPARTS
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.
Attachment number 1 \nPage 18 of 19
Item # 8
Page 19 Contract for the Southeast Development Area Access Project
ARTICLE XLII CAPTIOS
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.
ARTICLE XLIII FURTHER ACTS
City and Contractor each agrees to perform any additional acts, execute, and deliver any additional documents as
may reasonably be necessary in order to carry out the provisions and effectuate the intent of this Contract.
I WITESS WHEREOF , the parties hereto have caused this Contract to be executed by their appropriate
officials, as of the date first written above.
____________________________
Jay Forrester, Chairman
Augusta Regional Airport Aviation Commission
ATTEST:____________________________
CONTRACTOR AUGUSTA-RICHMOND CITY COMMISSION
BEAM’S CONTRACTING, INC.
BY:_____________________________ BY:___________________________
TITLE:__________________________ TITLE:________________________
ATTEST: ATTEST:
________________________________ ______________________________
City Clerk
___________________________
City of Augusta General Counsel
Reviewed as to form
Attachment number 1 \nPage 19 of 19
Item # 8
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 2 \nPage 1 of 4
Item # 8
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 2 \nPage 2 of 4
Item # 8
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
2
\
n
P
a
g
e
3
o
f
4
It
e
m
#
8
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
2
\
n
P
a
g
e
4
o
f
4
It
e
m
#
8
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 3 \nPage 1 of 1
Item # 8
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 4 \nPage 1 of 1
Item # 8
Attachment number 5 \nPage 1 of 2
Item # 8
Attachment number 5 \nPage 2 of 2
Item # 8
Attachment number 6 \nPage 1 of 2
Item # 8
Attachment number 6 \nPage 2 of 2
Item # 8
Attachment number 7 \nPage 1 of 5
Item # 8
Attachment number 7 \nPage 2 of 5
Item # 8
Attachment number 7 \nPage 3 of 5
Item # 8
Attachment number 7 \nPage 4 of 5
Item # 8
Attachment number 7 \nPage 5 of 5
Item # 8
Public Service Committee Meeting
9/10/2012 12:50 PM
Choate Construction Company - Contract Modification #9
Department:Augusta Regional Airport
Caption:Motion to approve the Choate Construction Company Contract
Modification #9 - Fixed Base Operations Construction as
approved by the Augusta Aviation Commission at their August
30, 2012 meeting.
Background:The Augusta Aviation Commission awarded a contract to Choate
Construction Company on June 30, 2011 for the construction of
the New Fixed Base Operation (FBO) at the Augusta Regional
Airport. The original contract was for $5,045,461.00.
Analysis:Contract Modification #9 is a request for Choate to make
reconcile cost in building finishes, unforeseen conditions,
additional testing and delays. The details of the additional costs
and credits are explained in the support materials. Attached is a
change order log for the Choate FBO contract project that details
CM #9. Original Contract $5,045,461.00 Previous Contract
Modifications $222,748.09 This Contract Modification
$151,333.41 Revised Contract Total $5,419,542.50 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 $274,081.50 (5.3%).
Financial Impact:This Contract Modification adds $151,333.41 to the original
contract.
Alternatives:Deny request.
Recommendation:Approve request.
Funds are Available
in the Following
Accounts:
551-08-1206/54-13130
Cover Memo
Item # 9
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 9
C&PE Project #: 0733-18 Contract Modification #9
Page 1 of 6
Contract Modification #9
Airport: Augusta Regional Airport Date Initiated: 18 August 2012
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 11 Project Delay General Conditions and Time
Extension LS 1 $46,538.69
2 30 Interior Finish Revisions LS 1 $11,862.34
3 31 Undercut Unsuitable Materials and AdditionalAsphalt LS 1 $2,294.14
4 40 Project Closing for the Masters LS 1 $7,316.46
5 41 Undercutting Unsuitable Soils LS 1 $3,842.14
6 45 Temporary Site Provisions for the Masters LS 1 $3,058.87
7 46 Adjust Materials Testing Allowance LS 1 $7,926.94
8 48 Reconcile Fixture Allowance –Exhibit J LS 1 $42,736.24
9 49 Adjust Material Testing Allowance LS 1 $5,886.29
10 54 Parking Lot Poles LS 1 DECLINED
11 56 Undercutting Unsuitable Soils LS 1 $4,639.08
12 58 Paving –South of Blast Fence LS 1 Declined
13 59 Adjust Materials Testing Allowance (April)LS 1 $9,817.44
14 62 Security Cameras LS 1 DECLINED
15 63 Materials Testing -Allowance Adjustment LS 1 $18,000.00
16 64 Temporary FBO –Lease Extension LS 1 $2,572.76
17 65 Dismantle and Disposal of Trailer Stairs, Ramps,Skirting LS 1 DECLINED
18 66 Yard Drain -Courtyard LS 1 $545.97
19 67 Parking Bumpers at ADA Spaces LS 1 DECLINED
20 68 Reconcile Material Testing Costs (Credit)LS 1 ($7,218.95)
21 69 ADA Detection Devices –Color Difference
(Credit)LS 1 ($3,000.00)
22 70 Water Line Repair LS 1 ($1,284.00)
23 71 Owner Furnished Patch Cables (Credit)LS 1 ($875.00)
24 72 Leave Site Poles As Installed (Credit)LS 1 ($1,030.00)
25 73 Labor for Telephone Feeder (Credit)LS 1 ($486.00)
26 74 Delete Card Reader at AOA Side Gate M (Credit)LS 1 ($1,810.00)
$151,333.41
Total Contract Amount
Original Contract Total $5,045,461.00
Previous Contract Modification Total (CM #1 -8)$222,748.09
This Contract Modification Total (CM #9)$151,333.41
Attachment number 1 \nPage 1 of 6
Item # 9
C&PE Project #: 0733-18 Contract Modification #9
Page 2 of 6
Revised Contract Total $5,419,542.50
Total Contract Time
Original Contract Time 250 calendar days
Changes to Contract Time from Previous Contract Modifications 89 calendar days
Changes to Contract Time from This Contract Modification 0 calendar days
Revised Contract Time Total 339 calendar days
This document shall become an amendment to the contract and all provisions of thecontract will apply.
Justification for Change
Brief description of the proposed contract changes and locations:
1.Project Delay General Conditions and Time Extension.This COP is
associated with delay in beginning the project due to Owner moving out of the
existing FBO. This COP requests 44 calendar days be added to the project time
and include General Condition items.This COP is an increase to the contractamount by $46,538.69.Refer to Choate Change Order Proposal #11.
2.Interior Finish Revisions.This COP is associated with revisions in approved
finish selections in accordance with drawings IN1.1R –IN2.1R, as well as
revisions to Cabinetry per revised A drawings. This COP also includes pricingassociated with the paint finish sheens in accordance with IN2.0R. This COP
also requests 3 days to the contract time and General Condition items. This COP
is an increase to the contract amount by $11,862.34. Refer to Choate Change
Order Proposal #30.
3.Undercut Unsuitable Materials and Additional Asphalt.This COP isassociated with undercutting and backfilling with stone for areas of subgrade
deemed unsuitable. This COP also includes adjustment of the curb and gutter in
order to widen the access way to meet clearances for emergency vehicles. As a
result, 80 syds of additional asphalt and a reduction of 9 LF of curb and gutter.
This COP is an increase to the contract amount by $2,294.14.Refer to ChoateChange Order Proposal #31.
4.Project Closing for Masters.This COP is associated with the time down of the
Contractor during the Masters.This COP also requests 11 days to the contract
time and General Condition items.This COP is an increase to the contractamount by $7,316.46.Refer to Choate Change Order Proposal #40.
5.Undercutting Unsuitable Soils.This COP is associated with the undercutting
of unsuitable material and replaced with suitable fill material discovered during
proof rolling operations. This COP is an increase to the contract amount by$3,842.14. Refer to Choate Change Order Proposal #41.
Attachment number 1 \nPage 2 of 6
Item # 9
C&PE Project #: 0733-18 Contract Modification #9
Page 3 of 6
6.Temporary Site Provisions for the Masters.This COP is associated with the
items requested of the Contractor to prepare the parking lot for temporary useduring the Masters. This COP is an increase to the contract amount by$3,058.87. Refer to Choate Change Order Proposal #45.
7.Adjust Materials Testing Allowance.This COP is associated with additional
costs incurred by the Contractor for material testing. The Contractor isrequesting additional monies over the original budgeted amount in the contract.This COP is an increase to the contract amount by $7,926.94. Refer to Choate
Change Order Proposal #46.
8.Reconcile Fixture Allowance –Exhibit J.This COP is associated with the
reconciliation associated with the Light Fixture Allowance.This COP is anincrease to the contract amount by $42,736.24. Refer to Choate Change Order
Proposal #48.
9.Adjust Material Testing Allowance.This COP is associated with additional
costs incurred by the Contractor for material testing. The Contractor isrequesting additional monies over the original budgeted amount in the contract.
This COP is an increase to the contract amount by $5,886.29. Refer to Choate
Change Order Proposal #49.
10.Parking Lot Poles.This COP is associated with a request from the ElectricalSubcontractor for additional cost incurred to purchase parking lot light poles.This COP was rejected. There will be no charge in contract amount.Refer to
Choate Change Order Proposal #54.
11.Undercutting Unsuitable Soils.This COP is associated with the undercuttingof unsuitable material and replaced with suitable fill material discovered duringproof rolling operations. This COP is an increase to the contract amount by
$4,639.08. Refer to Choate Change Order Proposal #56.
12.Paving –South of Blast Fence. This COP is associated with paving a cut area
south of the existing blast fence that was to be sodded. It was determined not topave, as well as not to place sod in the cut-out area. This COP was declined.
Therefore, there will be no cost associated with this COP.Refer to Choate
Change Order Proposal #58.
13.Adjust Materials Testing Allowance (April).This COP is associated withadditional costs incurred by the Contractor for material testing. The Contractor is
requesting additional monies over the original budgeted amount in the contract.
This COP is an increase to the contract amount by $9,817.44. Refer to Choate
Change Order Proposal #59.
Attachment number 1 \nPage 3 of 6
Item # 9
C&PE Project #: 0733-18 Contract Modification #9
Page 4 of 6
14.Security Cameras.This COP is associated with the installation of the
installation of the mounting brackets (owner and contractor provided), as well as
all cabling from the brackets to the IT Room to the proposed position of thesecurity cameras.This COP was declined. There will be no change in contractamount. Refer to Choate Change Order Proposal #62.
15.Material Testing –Allowance Adjustment.This COP is associated with
additional costs incurred by the Contractor for testing asphalt, which was over theoriginal contract testing budget. This COP is estimated to be an increase to thebudgetamount by $18,000.00. Refer to Choate Change Order Proposal #63.
16.Temporary FBO –Lease Extension.This COP is associated with the
extension of time for the original Lease Agreement for Temporary FBO trailers,
which is an additional 2 months. This COP is an increase to the contract amountby $2,572.76. Refer to Choate Change Order Proposal #64.
17.Dismantle and Disposal or Trailer Stairs, Ramps and Skirting.This COP is
associated with the dismantling and removal of the stairs, ramps and skirting
required for the temporary FBO trailers. It was determined that the Airport staffwouldperform this work.This COP was declined. There will be no change in
contract amount.Refer to Choate Change Order Proposal #65.
18.Yard Drain –Courtyard.This COP is associated with the installation of an
additional yard drain located within the courtyard. It is felt one is needed toensure proper drainage within the brick fencing. This COP is an increase to thecontract amount by $545.97. Refer to Choate Change Order Proposal #66.
19.Parking Bumpers at ADA Spaces.This COP is associated with the
procurement and installation of five (5) wheel stops at the ADA spaces. It wasdetermined the Airport staff would perform this work. This COP was declined.There will be no change in contract amount. Refer to Choate Change Order
Proposal #67.
20.Reconcile Material Testing Costs.This COP is associated with reconciling the
final Material Testing Costs. As a result, the total anticipated Material TestingAllowanceamount has been reduced by $7,218.95. Therefore, the contract
amount will be reduced by the same amount. Refer to Choate Change Order
Proposal #68.
21.ADA Detection Devices –Color Difference.This COP is associated with thecontractor installing the wrong color ADA Detection Devices. The options were
to accept the installed ADA Detection Devices (wrong color), or to remove and
replace with the correct color ADA Detection Devices. The preference was not to
remove and replace, but request a credit for leaving the install devices as is. As
a result, a credit of $3,000.00 was offered and accepted. Therefore, the contract
Attachment number 1 \nPage 4 of 6
Item # 9
C&PE Project #: 0733-18 Contract Modification #9
Page 5 of 6
amount will be reduced by this same amount. Refer to Choate Change Order
Proposal #69.
22.Water Line Repair.During the construction process, an existing water line wasdamaged and required to be repaired. AGS staff contacted a local contractor to
repair the line in order to reduce the “down-time” of water service. The contractor
was billed the amount to repair the water line as well as AGS staff’s time. This
COP is a credit to the contract amount of $1,284.00. Refer to Choate ChangeOrder Proposal #70.
23.Owner Furnished Patch Cables.During the construction, AGS staff purchased
needed patch cables and installed them as needed.The original contract was for
the contractor to provide the patch cables, where AGS staff would install. As a
result, the contractor was requested not to provide the required patch cables andprovide a credit. This COP is a credit to the contract amount of $875.00. Refer
to Choate Change Order Proposal #71.
24.Leave Site Poles as Installed.Three (3) of the parking lot light poles were not
aligned as shown on the project plans. While the poles were not aligned exactlyas shown, the illumination of the lights is not affected. Therefore, it is
recommended to leave the poles as is and request a credit to leave as is. This
COP is a credit to the contract amount of $1,030.00. Refer to Choate Change
Order Proposal #73.
25.Labor for Telephone Feeder.This COP is associated with the contractor notinstalling copper wire associated with AT&T. This COP is a credit to the contract
amount of $486.00. Refer to Choate Change Order Proposal #74.
26.Delete Card Reader at AOA Side, Gate M.It was determined a card readerwas not required to exit the AOA side of Gate M (south side of the FBO). Thecard reader had been purchased, so there is a credit for the installation of the
equipment. This COP is a credit to the contract amount of $1,810.00. Refer to
Choate Change Order Proposal #74.
Attachment number 1 \nPage 5 of 6
Item # 9
C&PE Project #: 0733-18 Contract Modification #9
Page 6 of 6
Recommendedby:___________________________________
Campbell & Paris Engineers
August 18,2012
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 6 of 6
Item # 9
Public Service Committee Meeting
9/10/2012 12:50 PM
GMP for the Webster Detention Center Phase II
Department:Recreation, Parks and Facilities - Parks and Facilities
Caption:Provide authorization to R.W. Allen, LLC to award subcontracts
that combined make up the Guaranteed Maximum Price of
$11,963,209.00, which includes all construction disciplines and
trades for the Webster Detention Center Phase II – An Inmate
Processing Center and Interior Renovations. This GMP includes
the Inmate Processing Center addition (approx. 34,000 square
feet) and Interior Renovations consisting of the following:
a. Renovate the existing Admin. Area to accommodate the
Sheriff’s Office Staff being relocated from the jail located at 401
Walton Way to the Charles B. Webster Detention Center located
at 1941 Phinizy Rd.
b. Renovate the existing Transportation and Medical Areas at
Webster Detention Center, turning these areas into two secure
trustee dormitories.
c. The addition of 9 attorney-client and 1 small group privacy
booths in the existing Video Visitation Center.
Background:R.W. Allen, LLC was selected to be the Construction Manager at
Risk under RFQ Item #11-124 for the New Webster Detention
Center (Phase II). The architectural/engineering team, led by
Johnson, Laschober & Associates, P.C. (JLA) completed 100%
contract documents. Sub-contractor bids were accepted and
reviewed by R.W. Allen, LLC, under the observation of the
Procurement Department, the Architect and the Capital
Improvements Program Management organization.
Analysis:R.W. Allen, LLC, in conjunction with the
architectural/engineering, the consultants and the program
management team, will provide oversight of the project.
Proceeding with this work now will allow construction to proceed
in an expedited fashion, leading to quicker completion of the new
Inmate Processing Center and Interior Renovations. Building an
Inmate Processing Center at the Webster Detention Center site
would allow Augusta, Georgia and the Sheriff’s Office to move
this operation away from the facility on Walton Way. With the
Sheriff’s Office moving into their new facility, this would empty
the building on Walton Way freeing up the Augusta, Georgia’s
Cover Memo
Item # 10
resources.
Financial Impact:The amount of this Guaranteed Maximum Price (GMP) has been
established by R.W. Allen, LLC and reviewed and accepted by the
Capital Improvements Program Management organization at a
total of $11,963,209.00.
Alternatives:1. Provide authorization to R.W. Allen, LLC to award
subcontracts that combined make up the Guaranteed Maximum
Price of $11,963,209.00, which includes all construction
disciplines and trades for the Webster Detention Center Phase II –
An Inmate Processing Center and Interior Renovations. This GMP
includes the Inmate Processing Center addition (approx. 34,000
square feet) and Interior Renovations consisting of the following:
a. Renovate the existing Admin. Area to accommodate the
Sheriff’s Office Staff being relocated from the jail located at 401
Walton Way to the Charles B. Webster Detention Center located
at 1941 Phinizy Rd. b. Renovate the existing Transportation and
Medical Areas at Webster Detention Center, turning these areas
into two secure trustee dormitories. c. The addition of 9 attorney-
client and 1 small group privacy booths in the existing Video
Visitation Center. 2. Refuse to authorize R.W. Allen, LLC to
award subcontracts delaying and adding cost to the project.
Recommendation:#1. Provide authorization to R.W. Allen, LLC to award
subcontracts that combined make up the Guaranteed Maximum
Price of $11,963,209.00, which includes all construction
disciplines and trades for the Webster Detention Center Phase II –
An Inmate Processing Center and Interior Renovations. This GMP
includes the Inmate Processing Center addition (approx. 34,000
square feet) and Interior Renovations consisting of the following:
a. Renovate the existing Admin. Area to accommodate the
Sheriff’s Office Staff being relocated from the jail located at 401
Walton Way to the Charles B. Webster Detention Center located
at 1941 Phinizy Rd. b. Renovate the existing Transportation and
Medical Areas at Webster Detention Center turning these areas
into two secure trustee dormitories. c. The addition of 9 attorney-
client and 1 small group privacy booths in the existing Video
Visitation Center.
Funds are Available
in the Following
Accounts:
FUNDS ARE AVAILABLE IN ACCOUNT: GL – 328-03-1130,
JL 210356004 GL – 325-05-1130, OC 6011110
REVIEWED AND APPROVED BY:
Cover Memo
Item # 10
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 10
Attachment number 1 \nPage 1 of 1
Item # 10
Public Service Committee Meeting
9/10/2012 12:50 PM
Health Department North Leg - Canopy Repairs
Department:Recreation, Parks and Facilities - Parks and Facilities
Caption:Approve award of the contract for repairs to the connector
canopies, building fascia, gutters, downspouts and drainage for the
Health Department Complex on North Leg Road to the low
bidder, RPI of Augusta, GA, in the amount of $83,350.00.
Background:Augusta purchased the Health Department complex on North Leg
Road years ago and leases it to the Richmond County Health
Department for a nominal fee. As part of the agreement, Augusta
agreed to retain responsibility for major maintenance items.
These canopies were constructed in 1974 and are in need of repair.
Analysis:A Request for Bids (RFB), Bid Item 12-162 was issued for this
project. Responses were received from two firms. RPI was the
lowest bidder and is located in Augusta.
Financial Impact:The cost of the contract is $83,350.00 to be funded from Capital -
General Ledger Number 272-01-6215, Job Ledger Number 207-
27-2005.
Alternatives:1. Approve award of the contract for repairs to the connector
canopies, building fascia, gutters, downspouts and drainage for the
Health Department Complex on North Leg Road to the low
bidder, RPI of Augusta, GA in the amount of $83,350.00. 2. Do
not approve the award.
Recommendation:1. Approve award of the contract for repairs to the connector
canopies, building fascia, gutters, downspouts and drainage for the
Health Department Complex on North Leg Road to the low
bidder, RPI of Augusta, GA in the amount of $83,350.00.
Funds are Available
in the Following
Accounts:
FUNDS ARE AVAILABLE IN ACCOUNT: Capital - General
Ledger Number 272-01-6215, Job Ledger Number 207-27-2005.
Cover Memo
Item # 11
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 11
Invitation to Bid
Sealed bids will be received at this office on Tuesday, June 12, 2012 @ 3:00 p.m. for furnishing:
Bid Item 12-162 Health Department Canopies, Gutters & Downspouts for Recreation, Parks &
Facilities
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 viewed on the Augusta, Georgia web site under the Procurement Department
ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 530
Greene Street – Room 605, Augusta, GA 30901. Documents may be examined during regular business
hours at the offices of Augusta, GA Procurement Department. A Mandatory Pre Bid Conference will be held
on Tuesday, May 29, 2012 @ 10:00 a.m. in the Procurement Department, 530 Greene Street, Room 605. A
mandatory site visit will follow. 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
Thursday, May 31, 2012 @ 5:00 p.m. No bid will be accepted by fax, all must be received by mail or
hand delivered.
The local bidder preference program is applicable to this project. To be approved as a local bidder
and receive bid preference an eligible bidder must submit a completed and signed written application
to become a local bidder at least thirty (30) days prior to the date bids are received on an eligible
local project. An eligible bidder who fails to submit an application for approval as a local bidder at
least thirty (30) days prior to the date bids are received on an eligible local project, and who
otherwise meets the requirements for approval as a local bidder, will not be qualified for a bid
preference on such eligible local project.
No Bid may be withdrawn for a period of 90 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.
Bidders are cautioned that acquisition of BID documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of BID 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
Augusta Chronicle May 3, 10, 17, 24, 2012
Metro Courier May, 9 2012
cc: Tameka Allen Deputy Administrator
Bill Shanahan Interim Director, Recreation, Parks & Facilities Department
Ron Houck Recreation, Parks & Facilities Department
Rick Acree Recreation, Parks & Facilities Department
Revised: 8/15/2011
Attachment number 1 \nPage 1 of 1
Item # 11
Attachment number 2 \nPage 1 of 1
Item # 11
Attachment number 3 \nPage 1 of 1
Item # 11
Attachment number 4 \nPage 1 of 3
Item # 11
Attachment number 4 \nPage 2 of 3
Item # 11
Attachment number 4 \nPage 3 of 3
Item # 11
VENDORS Attachment B E-Verify # Addendum Original
2
Copies
Bid
Bond Base Bid Amount Unit Costs
Add/Deduct
RPI
1810 E Wylds Road
Augusta, GA 30909
YES 63141 YES YES YES YES $83,350.00 $6.00
Turner Mech Inc
12384 Atomic Road
Beech Island, SC 29840
YES 229799 YES YES YES YES $119,000.00 $6.00
Ammar Construction
4211 Smith Field Creek
Evans, GA 30809
Modern Roofing Co
1241 Gordon Park Road
Augusta, GA 30901
Sitec LLC
217 Fairfield Street NE
Aiken, SC 29801
Veracity Construction
1556 Cedar Creek Drive
Thomson, GA 30024
Bid Opening
Bid Item #12-162
Health Department Canopies, Gutters & Downspouts
for Augusta, Georgia - Recreation, Parks and Facilities Department
Bid Due: Tuesday, June 12, 2012 @ 3:00 p.m.
NON-COMPLIANT
Did not submit the proper number of copies
Page 1 of 1
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
5
\
n
P
a
g
e
1
o
f
1
It
e
m
#
1
1
Public Service Committee Meeting
9/10/2012 12:50 PM
Minutes
Department:Clerk of Commission
Caption:Motion to approve the minutes of the Public Services Committee
held on August 27, 2012.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 12
Attachment number 1 \nPage 1 of 3
Item # 12
Attachment number 1 \nPage 2 of 3
Item # 12
Attachment number 1 \nPage 3 of 3
Item # 12