HomeMy WebLinkAbout2014-11-24-Meeting Agenda
Public Service Committee Meeting Commission Chamber- 11/24/2014- 1:00 PM
PUBLIC SERVICES
1. New Ownership Application: A.N. 14-49: A request by
Pritalkumar Patel for a retail package Beer & Wine License to
used in connection with Wheeler Express located at 3011
Wheeler Rd. District 7. Super District 10.
Attachments
2. New Ownership Application: A.N. 14-50: A request by
Yashikazu Kurokawa for an on premise consumption Liquor,
Beer, & Wine License to be used in connection with Kawa
Japanese Grill located at 1135 Broad Street. District 1. Super
District 9.
Attachments
3. New Ownership Application: A.N. 14-51: A request by Henry
Todd Schafer for an on premise consumption Liquor, Beer &
Wine License to be used in connection with ILBI LLC dba
Abel Brown located at 491 Highland Ave. District 7. Super
District 10.
Attachments
4. New Ownership Application: A.N. 14-52: A request by
Matthew G. Widener for an on premise consumption
Liquor,Beer & Wine License to be used in connection with
Surrey Tavern located at 471 Highland Ave. District 7. Super
District 10.
Attachments
5. Presentation by Mr. Billy Franke of the Pendleton King Park
Foundation regarding lease/revenue sharing/SPLOST match
for Pendleton King Park.
Attachments
6. Motion to approve the Daniel Field Airport hangar doors
renovated through the use of T-SPLOST funding. Re-Bid Item
14-186A
Attachments
7. Motion to approve an updated Airport Layout Plan for the
Daniel Field Airport.
Attachments
www.augustaga.gov
8. Determine the language for the sign at the New Entrance for
the Augusta, Georgia Municipal Building. (Referred from
November 10 Public Services Committee)
Attachments
9. Motion to approve the minutes of the Public Services
Committee held on November 10, 2014.
Attachments
10. Motion to approve an Ordinance to amend the Personnel
Policies and Procedures Manual of Augusta, GA Code Section
1-7-51; to approve edits to the following sections of Chapters
III, V and VIII of the Personnel Policies and Procedures
Manual relating to Augusta Regional Airport Personnel:
300.001, 300.002, 300.011, 300.012, 300.013, 300.014,
500.001, 500.104, 500.108, 500.121, 500.308, 500.316,
800.001, 800.004, 800.005, 800.009, 800.010, 800.013 and
800.014, to repeal all manual provisions, Code Sections and
Ordinances and parts of Code Sections and Ordinances in
conflict herewith; to provide an effective date and for other
purposes. (Requested by Commissioner Smith)
Attachments
11. Motion to approve an Ordinance to amend the Augusta, GA
Code Title One Chapter Three Article One Section 1-3-6 and
1-3-7 relating to the powers of the Augusta Aviation Board
and the powers, duties, salary and title of Airport Manager; to
repeal all Code Sections and Ordinances and parts of Code
Sections and Ordinances in conflict herewith; to provide an
effective date and for other purposes. (Requested by
Commissioner Smith)
Attachments
12. Approve the selection of and contract with McCarthy
Improvement Company for the Rehabilitation of the Air
Carrier & General Aviation Apron Project as approved by the
Augusta Aviation Commission at their October 30, 2014
meeting.
Attachments
Public Service Committee Meeting
11/24/2014 1:00 PM
Alcohol Application
Department:Planning & Development
Caption:New Ownership Application: A.N. 14-49: A request by
Pritalkumar Patel for a retail package Beer & Wine License to
used in connection with Wheeler Express located at 3011 Wheeler
Rd. District 7. Super District 10.
Background:This is a New Ownership Application formerly in the name of
John M. Bryant.
Analysis:The applicant meets of the requirements of The City of Augusta
Ordinance.
Financial Impact:The Applicant will pay a pro-rated fee of $665.00
Alternatives:
Recommendation:Planning & Development recommends approval. The R.C.S.O
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 2
Item # 1
Attachment number 1 \nPage 2 of 2
Item # 1
Public Service Committee Meeting
11/24/2014 1:00 PM
Alcohol Application
Department:Planning & Development
Caption:New Ownership Application: A.N. 14-50: A request by Yashikazu
Kurokawa for an on premise consumption Liquor, Beer, & Wine
License to be used in connection with Kawa Japanese Grill
located at 1135 Broad Street. District 1. Super District 9.
Background:This is a new ownership application. Formerly in the name of
Musa Anderson.
Analysis:The applicant meets the requirements of the City of Augusta
Alcohol Ordinance.
Financial Impact:The applicant will pay a fee of $4,365.00.
Alternatives:
Recommendation:Planning & Development recommends approval. The R.C.S.O.
recommends approval.
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Finance.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 2
Attachment number 1 \nPage 1 of 2
Item # 2
Attachment number 1 \nPage 2 of 2
Item # 2
Public Service Committee Meeting
11/24/2014 1:00 PM
Alcohol Application
Department:Planning & Development
Caption:New Ownership Application: A.N. 14-51: A request by Henry
Todd Schafer for an on premise consumption Liquor, Beer &
Wine License to be used in connection with ILBI LLC dba Abel
Brown located at 491 Highland Ave. District 7. Super District 10.
Background:This is a new ownership application. Formerly in the name of
Henry Todd Schafer.
Analysis:The applicant meets the requirements of the City of Augusta
Alcohol Ordinance.
Financial Impact:The applicant will pay $4,445.00.
Alternatives:
Recommendation:Planning & Development recommends approval. The R.C.S.O.
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
11/24/2014 1:00 PM
Alcohol Application
Department:Planning & Development
Caption:New Ownership Application: A.N. 14-52: A request by Matthew
G. Widener for an on premise consumption Liquor,Beer & Wine
License to be used in connection with Surrey Tavern located at
471 Highland Ave. District 7. Super District 10.
Background:This is a new ownership application. Formerly in the name of
Matthew G. Widener.
Analysis:The applicant meets the requirements of the City of Augusta
Alcohol Ordinance.
Financial Impact:The applicant will pay $4,445.00.
Alternatives:
Recommendation:Planning & Development recommends approval. The R.C.S.O.
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
11/24/2014 1:00 PM
Billy Franke/Pendleton King Park Foundation
Department:Clerk of Commission
Caption:Presentation by Mr. Billy Franke of the Pendleton King Park
Foundation regarding lease/revenue sharing/SPLOST match for
Pendleton King Park.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 5
Attachment number 1 \nPage 1 of 1
Item # 5
Public Service Committee Meeting
11/24/2014 1:00 PM
Daniel Field Airport Hangar Door Renovation
Department:Daniel Field Airport
Caption:Motion to approve the Daniel Field Airport hangar doors
renovated through the use of T-SPLOST funding. Re-Bid Item
14-186A
Background:The Daniel Field Airport is included in the T-SPLOST funding in
the amount of $990,000 for the renovation of the hangar doors for
both hangars located on the field. These doors are in immediate
need of renovation as they are considered a safety hazard. The top
tracks of these doors are deteriorating and the molding holding
the glass in the panels is starting to crumble, making the glass
suseptable to falling out of the doors.
Analysis:None
Financial Impact:100% funding is through T-SPLOST (TIA). The amount of
$990,000 was alloted for this project. APD, Inc. submitted a bid in
the amount of $945,075.
Alternatives:None
Recommendation:The recommendation is to award Atlanta Professional Door,
(APD, Inn.) the bid for the hangar door renovation as APD has
performed renovations similar to the one necessary at Daniel
Field.
Funds are Available
in the Following
Accounts:
100% of the funding is through T-SPLOST (TIA). GDOT has
approved the funding in Tier 1 and has given Augusta Richmond
County a Notice to Proceed with this project.
REVIEWED AND APPROVED BY:
Finance.
Cover Memo
Item # 6
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 6
Sealed re-bids will be received at this office on Wednesday, October 8,2014 @ 3:00 p.m. for furnishing:
Re-Bid ltem 14-186A Hanger Door Renovation for Daniel Field Airport
Re-Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
GeriA. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Re-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 which are non-refundable is $40.00.
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.auqustablue.com) at no charge through
Augusta Blue Print (706 722-6488) beginning Tuesday, September 16, 2014. 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.
All questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontract@auqustaqa.qov to the office of the Procurement Department by Tuesday, September
23,2014 @ 5:00 p.m. No bid will be accepted by fax, all must be received by mailor hand delivered.
No Re-Bid may be withdrawn for a period of 60 days after time has been called on the date of opening. A 1oo/o
Bid bond is required to be submitted along with the bidders' qualifications; a 100% performance
bond and a 100o/o payment bond will be required for award.
lnvitation 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 tothe appropriate commiftee 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 RE-BID documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RE-BID documents from unauthorized sources places
the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
GERIA. SAMS, Procurement Director
Revised: SlLsl2ott
Attachment number 1 \nPage 1 of 1
Item # 6
UNOFFICIAL
Re-Bid Item #14-186A
Hanger Door Renovation
for the City of Augusta - Daniel Field Airport
Re-Bid Opening Date: Wednesday, October 8, 2014
@ 3:00 p.m.
Vendors
APD INC.,
125 CARNES DRIVE
FAYETTEVILLE, GA 30214
Attachment B Yes
E-Verify Number 55078
SAVE Form Yes
Bid Bond Yes
Base Bid Price $888,075.00
Total Addictive Bid $57,000.00
Total Base Bid + Additive Bid $945,075.00
The following vendor did not respond:
DABBS-WILLAIMS / 319 S.WALNUT ST. / STATESBORO, GA 30468
Page 1 of 1
Attachment number 2 \nPage 1 of 1
Item # 6
Palmetto Overhead Door
168 Sweetwater Rd.
North Augusta, SC 29860
Atlanta’s Professional Door
Attn: Wendell Yoder
125 Carnes Dr.
Fayetteville, GA 30214
Overhead Door Company of Atlanta
221 Armour Dr.
Atlanta, GA 30324
Industrial Door Contractors, Inc.
P.O. Box 158
Columbia, TN 38402-0158
Dabbs-Williams
Attn: Jay James
318 S. Walnut Street
Statesboro, GA 30458
Aero-Door International, LLC
2459 Clark St.
Apopka, FL 32703
Industrial Door
1020 W. 14 Mile Rd.
Clawson, MI 48017-1408
Michael R. Joseph, P.E.
Croy Engineering, LLC
200 North Cobb Pkwy.
Bldg. 400, Suite 413
Marietta, GA 30062
National Door Service, Inc.
3501 Century Ave.
Baltimore, MD 21227
Americkko
P.O. Box 7057
New Castle, PA 16107-7057
Aerospace Facilities Group, Inc.
4080 Paradise Rd., 15-128
Las Vegas, NV 89169
International Door, Inc.
8001 Ronda Dr.
Canton, MI 48187
Re-Bid Item 14-186A
Hanger Door Renovation
for Daniel Field Airport
Re-Bid Due: Wed. 10/8/14 @ 3:00 P.M.
Re-Bid Item 14-186A
Hanger Door Renovation
for Daniel Field Airport
Mailed September 16, 2014
Steve Gay
Daniel Field Airport
Becky Shealy
Daniel Field Airport
Yvonne Gentry
LSBOP
Attachment number 3 \nPage 1 of 1
Item # 6
/- Dedicated-(- 1-44-
A GENERAL AVIATION COMMISSION
DANIEL FIELD AIRPORT
Dedicated-October 27, 1927
I775 HIGHLAND AVE.
AUGUSTA, GA 30904
(706)733-164',7AIRPORTMANAGER
'14$itlU tSr*'rll:X#
November 6,2A1.4
Mrs. Geri A. Sams
Director, Procurement Departrnent
City of Augusta
Room 605- 530 Greene Street
August4 GA 30901
Dear Mrs. Sams,
Thank you for your recent conespondence and accompanymg bid tabulation sheet withthe submittal for Bid Item 14-1804 Hangar Door Renovation for the Daniel FieldAirport. ADP Inc., our preferred vendor, met all of the bid criteria, and we are pleasedto recommend them for this project.
We look forward to working with you and ADP hrc. on this major project which willsignificantly improve the safety and appearance of Daniel Fietd-
Interim Manager, Daniel Field Airport
C: Kay Roland, Chair, General Aviation Commission
Becky Shealy,Interim Manager, Daniel Field Airport
Sincerely,
(-*-__<>?
Steve Gay \
Attachment number 4 \nPage 1 of 1
Item # 6
Public Service Committee Meeting
11/24/2014 1:00 PM
Daniel Field Airport Layout Plan Update
Department:Daniel Field Airport
Caption:Motion to approve an updated Airport Layout Plan for the Daniel
Field Airport.
Background:The Federal Aviation Administration requires that all airports
receiving AR-21 federal grant money have an updated airport
layout plan (ALP). This is a planning document for future federal
dollars to be allocated to projects that are listed on the Capital
Improvement Plan (CIP) for the airport.
Analysis:The current ALP for Daniel Field is out of date. Without updating
the ALP, Daniel Field will not be eligible to receive federal
funding for future projects.
Financial Impact:The total amount approved by the FAA for this project is as
follows: FAA FUNDS = 90,386.00 GDOT FUNDS = 5,021.00
LOCAL SHARE = 5,022.00 TOTAL =100,429.00
Alternatives:None
Recommendation:The recommendation is to approve WK Dickson, the civil
engineer of record for Daniel Field, to perform the actions needed
to update the Airport Layout Plan.
Funds are Available
in the Following
Accounts:
FAA FUNDS = 90,386.00 GDOT FUNDS = 5,021.00 LOCAL
SHARE = 5,022.00 TOTAL =100,429.00
REVIEWED AND APPROVED BY:
Procurement
Cover Memo
Item # 7
Public Service Committee Meeting
11/24/2014 1:00 PM
Language for the Sign at the New Entrance for the Augusta, Georgia Municipal Building
Department:Recreation, Parks and Facilities
Caption:Determine the language for the sign at the New Entrance for the
Augusta, Georgia Municipal Building. (Referred from November
10 Public Services Committee)
Background:Recently the entrance to the Municipal Building was relocated
from the Greene Street side of the building to the Telfair Street
side. The design calls for a new sign over the new entrance. This
is a request for direction on how the city wishes the language of
the sign to read.
Analysis:The sign above the former Greene Street entrance reads “Augusta
– Richmond County Municipal Building” It is our understanding
that the official name for the Unified Government is “Augusta,
Georgia. This language was used on the renderings of the building
as a place holder and reads “Augusta, Georgia Municipal
Building”. Both have the address 530 under them. Before ordering
the signage for the building, direction is needed on how the city
wishes the language to read.
Financial Impact:The Construction Manager at Risk has included this signage in
their GMP and there should not be any financial impact unless
there is a significant addition to the language.
Alternatives:1. Go with “Augusta Georgia Municipal Building” the language
used as a place holder on the renderings. 2. Match the existing
language on the Greene Street side of the building, which reads
“Augusta – Richmond County Municipal Building”. 3. Determine
different language from alternatives given above.
Recommendation:Use the language “Augusta, Georgia Municipal Building” for the
sign above the new entrance.
Funds are Available
in the Following Municipal Building Renovations: JL: 212 05 5101 Ob Code: 52-
12119 GL: 328 05 1120 Cover Memo
Item # 8
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 8
Attachment number 1 \nPage 1 of 1
Item # 8
Attachment number 2 \nPage 1 of 1
Item # 8
Public Service Committee Meeting
11/24/2014 1:00 PM
Minutes
Department:Clerk of Commission
Caption:Motion to approve the minutes of the Public Services Committee
held on November 10, 2014.
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 9
Attachment number 1 \nPage 1 of 6
Item # 9
Attachment number 1 \nPage 2 of 6
Item # 9
Attachment number 1 \nPage 3 of 6
Item # 9
Attachment number 1 \nPage 4 of 6
Item # 9
Attachment number 1 \nPage 5 of 6
Item # 9
Attachment number 1 \nPage 6 of 6
Item # 9
Public Service Committee Meeting
11/24/2014 1:00 PM
Ordinance amending PPPM to approve edits to sections of Chapters III, V and VIII of PPPM relating to
Augusta Regional Airport Personnel
Department:Clerk of Commission
Caption:Motion to approve an Ordinance to amend the Personnel Policies
and Procedures Manual of Augusta, GA Code Section 1-7-51; to
approve edits to the following sections of Chapters III, V and VIII
of the Personnel Policies and Procedures Manual relating to
Augusta Regional Airport Personnel: 300.001, 300.002, 300.011,
300.012, 300.013, 300.014, 500.001, 500.104, 500.108, 500.121,
500.308, 500.316, 800.001, 800.004, 800.005, 800.009, 800.010,
800.013 and 800.014, to repeal all manual provisions, Code
Sections and Ordinances and parts of Code Sections and
Ordinances in conflict herewith; to provide an effective date and
for other purposes. (Requested by Commissioner Smith)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 10
Attachment number 1 \nPage 1 of 77
Item # 10
Attachment number 1 \nPage 2 of 77
Item # 10
Attachment number 1 \nPage 3 of 77
Item # 10
Attachment number 1 \nPage 4 of 77
Item # 10
Attachment number 1 \nPage 5 of 77
Item # 10
Attachment number 1 \nPage 6 of 77
Item # 10
Attachment number 1 \nPage 7 of 77
Item # 10
Attachment number 1 \nPage 8 of 77
Item # 10
Attachment number 1 \nPage 9 of 77
Item # 10
Attachment number 1 \nPage 10 of 77
Item # 10
Attachment number 1 \nPage 11 of 77
Item # 10
Attachment number 1 \nPage 12 of 77
Item # 10
Attachment number 1 \nPage 13 of 77
Item # 10
Attachment number 1 \nPage 14 of 77
Item # 10
Attachment number 1 \nPage 15 of 77
Item # 10
Attachment number 1 \nPage 16 of 77
Item # 10
Attachment number 1 \nPage 17 of 77
Item # 10
Attachment number 1 \nPage 18 of 77
Item # 10
Attachment number 1 \nPage 19 of 77
Item # 10
Attachment number 1 \nPage 20 of 77
Item # 10
Attachment number 1 \nPage 21 of 77
Item # 10
Attachment number 1 \nPage 22 of 77
Item # 10
Attachment number 1 \nPage 23 of 77
Item # 10
Attachment number 1 \nPage 24 of 77
Item # 10
Attachment number 1 \nPage 25 of 77
Item # 10
Attachment number 1 \nPage 26 of 77
Item # 10
Attachment number 1 \nPage 27 of 77
Item # 10
Attachment number 1 \nPage 28 of 77
Item # 10
Attachment number 1 \nPage 29 of 77
Item # 10
Attachment number 1 \nPage 30 of 77
Item # 10
Attachment number 1 \nPage 31 of 77
Item # 10
Attachment number 1 \nPage 32 of 77
Item # 10
Attachment number 1 \nPage 33 of 77
Item # 10
Attachment number 1 \nPage 34 of 77
Item # 10
Attachment number 1 \nPage 35 of 77
Item # 10
Attachment number 1 \nPage 36 of 77
Item # 10
Attachment number 1 \nPage 37 of 77
Item # 10
Attachment number 1 \nPage 38 of 77
Item # 10
Attachment number 1 \nPage 39 of 77
Item # 10
Attachment number 1 \nPage 40 of 77
Item # 10
Attachment number 1 \nPage 41 of 77
Item # 10
Attachment number 1 \nPage 42 of 77
Item # 10
Attachment number 1 \nPage 43 of 77
Item # 10
Attachment number 1 \nPage 44 of 77
Item # 10
Attachment number 1 \nPage 45 of 77
Item # 10
Attachment number 1 \nPage 46 of 77
Item # 10
Attachment number 1 \nPage 47 of 77
Item # 10
Attachment number 1 \nPage 48 of 77
Item # 10
Attachment number 1 \nPage 49 of 77
Item # 10
Attachment number 1 \nPage 50 of 77
Item # 10
Attachment number 1 \nPage 51 of 77
Item # 10
Attachment number 1 \nPage 52 of 77
Item # 10
Attachment number 1 \nPage 53 of 77
Item # 10
Attachment number 1 \nPage 54 of 77
Item # 10
Attachment number 1 \nPage 55 of 77
Item # 10
Attachment number 1 \nPage 56 of 77
Item # 10
Attachment number 1 \nPage 57 of 77
Item # 10
Attachment number 1 \nPage 58 of 77
Item # 10
Attachment number 1 \nPage 59 of 77
Item # 10
Attachment number 1 \nPage 60 of 77
Item # 10
Attachment number 1 \nPage 61 of 77
Item # 10
Attachment number 1 \nPage 62 of 77
Item # 10
Attachment number 1 \nPage 63 of 77
Item # 10
Attachment number 1 \nPage 64 of 77
Item # 10
Attachment number 1 \nPage 65 of 77
Item # 10
Attachment number 1 \nPage 66 of 77
Item # 10
Attachment number 1 \nPage 67 of 77
Item # 10
Attachment number 1 \nPage 68 of 77
Item # 10
Attachment number 1 \nPage 69 of 77
Item # 10
Attachment number 1 \nPage 70 of 77
Item # 10
Attachment number 1 \nPage 71 of 77
Item # 10
Attachment number 1 \nPage 72 of 77
Item # 10
Attachment number 1 \nPage 73 of 77
Item # 10
Attachment number 1 \nPage 74 of 77
Item # 10
Attachment number 1 \nPage 75 of 77
Item # 10
Attachment number 1 \nPage 76 of 77
Item # 10
Attachment number 1 \nPage 77 of 77
Item # 10
Attachment number 2 \nPage 1 of 41
Item # 10
Attachment number 2 \nPage 2 of 41
Item # 10
Attachment number 2 \nPage 3 of 41
Item # 10
Attachment number 2 \nPage 4 of 41
Item # 10
Attachment number 2 \nPage 5 of 41
Item # 10
Attachment number 2 \nPage 6 of 41
Item # 10
Attachment number 2 \nPage 7 of 41
Item # 10
Attachment number 2 \nPage 8 of 41
Item # 10
Attachment number 2 \nPage 9 of 41
Item # 10
Attachment number 2 \nPage 10 of 41
Item # 10
Attachment number 2 \nPage 11 of 41
Item # 10
Attachment number 2 \nPage 12 of 41
Item # 10
Attachment number 2 \nPage 13 of 41
Item # 10
Attachment number 2 \nPage 14 of 41
Item # 10
Attachment number 2 \nPage 15 of 41
Item # 10
Attachment number 2 \nPage 16 of 41
Item # 10
Attachment number 2 \nPage 17 of 41
Item # 10
Attachment number 2 \nPage 18 of 41
Item # 10
Attachment number 2 \nPage 19 of 41
Item # 10
Attachment number 2 \nPage 20 of 41
Item # 10
Attachment number 2 \nPage 21 of 41
Item # 10
Attachment number 2 \nPage 22 of 41
Item # 10
Attachment number 2 \nPage 23 of 41
Item # 10
Attachment number 2 \nPage 24 of 41
Item # 10
Attachment number 2 \nPage 25 of 41
Item # 10
Attachment number 2 \nPage 26 of 41
Item # 10
Attachment number 2 \nPage 27 of 41
Item # 10
Attachment number 2 \nPage 28 of 41
Item # 10
Attachment number 2 \nPage 29 of 41
Item # 10
Attachment number 2 \nPage 30 of 41
Item # 10
Attachment number 2 \nPage 31 of 41
Item # 10
Attachment number 2 \nPage 32 of 41
Item # 10
Attachment number 2 \nPage 33 of 41
Item # 10
Attachment number 2 \nPage 34 of 41
Item # 10
Attachment number 2 \nPage 35 of 41
Item # 10
Attachment number 2 \nPage 36 of 41
Item # 10
Attachment number 2 \nPage 37 of 41
Item # 10
Attachment number 2 \nPage 38 of 41
Item # 10
Attachment number 2 \nPage 39 of 41
Item # 10
Attachment number 2 \nPage 40 of 41
Item # 10
Attachment number 2 \nPage 41 of 41
Item # 10
Public Service Committee Meeting
11/24/2014 1:00 PM
Ordinance relating to Powers of Augusta Aviation Board and Powers, Duties, Salary and Title of Airport
Manager
Department:Clerk of Commission
Caption:Motion to approve an Ordinance to amend the Augusta, GA Code
Title One Chapter Three Article One Section 1-3-6 and 1-3-7
relating to the powers of the Augusta Aviation Board and the
powers, duties, salary and title of Airport Manager; to repeal all
Code Sections and Ordinances and parts of Code Sections and
Ordinances in conflict herewith; to provide an effective date and
for other purposes. (Requested by Commissioner Smith)
Background:
Analysis:
Financial Impact:
Alternatives:
Recommendation:
Funds are Available
in the Following
Accounts:
REVIEWED AND APPROVED BY:
Cover Memo
Item # 11
Attachment number 1 \nPage 1 of 8
Item # 11
Attachment number 1 \nPage 2 of 8
Item # 11
Attachment number 1 \nPage 3 of 8
Item # 11
Attachment number 1 \nPage 4 of 8
Item # 11
Attachment number 1 \nPage 5 of 8
Item # 11
Attachment number 1 \nPage 6 of 8
Item # 11
Attachment number 1 \nPage 7 of 8
Item # 11
Attachment number 1 \nPage 8 of 8
Item # 11
Attachment number 2 \nPage 1 of 1
Item # 11
Public Service Committee Meeting
11/24/2014 1:00 PM
REHABILITATE AIR CARRIER & GENERAL AVIATION APRON PROJECT
Department:Augusta Regional Airport
Caption:Approve the selection of and contract with McCarthy
Improvement Company for the Rehabilitation of the Air Carrier &
General Aviation Apron Project as approved by the Augusta
Aviation Commission at their October 30, 2014 meeting.
Background:The purpose of this project is for the rehabilitation of the existing
pavements associated with the Air Carrier and General Aviation
Aprons. The current pavements are in poor condition and in need
of repair. This work is critical to the Airport. Should the repairs
not be performed in a timely manner, the pavement could fail
structurally and create an unsafe condition, which would close the
apron area until repairs are made. The County Procurement
Department issued a Request for Bids (RFB) for a Contractor to
perform the tasks required by the design documents. As a result,
two (2) bids were received. McCarthy Improvement Company
$24,387,071.00 (Low Bidder)
Reeves Construction Company
$26,345,093.83 The project is
funded by T-SPLOST.
Analysis:In reviewing the bids, it was determined that McCarthy
Improvement Company was the lowest, responsible and
responsive bidder with a bid of $24,387,071.00 which includes the
base bid plus all alternates. County Procurement has reviewed the
information provided at the bid opening and found the information
provided to be complete. Due to funds availability, Airport Staff
recommends awarding only Schedules 1, 3, 5, Bid Alternative 1 –
Schedule 7, and Bid Alternative 2 – Schedule 8 to McCarthy
Improvement Company in the amount of $7,034,186.00. The bid
amount for the Schedules and Bid Alternative noted above is
within the budgeted amount and reasonable considering the
confining conditions for the project construction. This
combination of schedules has been discussed with McCarthy
Improvement Company and they have stated that they will hold
their original bid prices for this approach. McCarthy Improvement
Company’s total for this combination of schedules is also lower
than the other bid of $7,690,590.43 received by Reeves
Cover Memo
Item # 12
Construction Company for the same combination of schedules. A
contract which includes all terms and conditions of the scope of
work to be performed by McCarthy Improvement Company is
attached.
Financial Impact:This project is funded by TIA (STPLOST in the amount of
$7,790,093. Funds will be reimbursed to Augusta from GDOT
TIA funds.
Alternatives:Deny request.
Recommendation:Approve request.
Funds are Available
in the Following
Accounts:
371081130-5412110/T13355001-5412110 - $7,034,186.00
REVIEWED AND APPROVED BY:
Finance.
Procurement.
Law.
Administrator.
Clerk of Commission
Cover Memo
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 1 of 17
COTRACT
AUGUSTA-RICHMOD COUTY
FOR THE
AUGUSTA REGIOAL AIRPORT
AD
MCCARTHY IMPROVEMET COMPAY
REHABILITATE AIR CARRIER AD GEERAL AVIATIO
APRO PROJECT
Attachment number 1 \nPage 1 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 2 of 17
This Contract for the provision of Rehabilitate Air Carrier and General Aviation Apron Project (hereinafter
designated as the "Contract") made and entered into as of this ____ day of __________________ 2014, by and
between the City of Augusta (City) for the AUGUSTA REGIONAL AIRPORT, (hereinafter designated as
"Airport”) and McCarthy Improvement Company (hereinafter designated as “Contractor”).
WITESSETH:
WHEREAS, the City is the owner and operator of a full service commercial airport known as the Augusta
Regional Airport at Bush Field (the Airport);
WHEREAS, the City solicited bids for the provision of Rehabilitate Air Carrier and General Aviation
Apron Project at the Airport; and
Whereas, Contractor provided a bid in compliance with City, Georgia Department of Transportation
(GDOT), Federal Aviation Administration (FAA) and all other applicable federal 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 provision of Rehabilitate Air Carrier and
General Aviation Apron Project in accordance with the plans and specifications set forth herein.
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.
The work involves the repair of selected pavement areas within the air carrier and general aviation aprons at the
Airport.
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 shall
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.
1.2.3 The Certificate of Insurance
1.2.4 The Contractor's completed Bid Form dated August 5, 2014.
1.2.5 All required submittals.
Attachment number 1 \nPage 2 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 3 of 17
1.3 The Contractor shall furnish all of the materials and all of the equipment and labor necessary and to
perform all of the work entitled Rehabilitate Air Carrier and General Aviation Apron Project in compliance with the
Specifications and Drawings dated May 15, 2014, prepared by Mead & Hunt, Inc., 307 W. Main Street, Lexington,
South Carolina, 29072, and in accordance with the requirements and provisions of these 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 Airport. The Contractor shall be responsible for the entire Work 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 153 days after receiving such
Notice to Proceed. The Contract Time may be extended only by Change Order approved and executed by the
Aviation Commission, the County and the Contractor in accordance with the terms of this Contract.
2.2 Contract Price. As full payment for the faithful performance of this Contract, the County shall pay the
Contractor the Contract Price, which is an amount not to exceed $7,034,186.00 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.
2.3 Subject to satisfactory completion of work performed, payments on account thereof shall be made as set
forth in Section GP-90 Measurement and Payment:
2.4 Contractor and City agree to abide by all applicable provisions of Georgia state law concerning retainage,
including but not limited to O.C.G.A. §13-10-80. If the terms of this Contract concerning retainage conflict with
state law, state law governs.
2.5 Invoices. Original invoice(s) must be submitted as follows:
Gary Siegfried
Mead & Hunt, Inc.
307 W. Main Street
Lexington, SC 29072
With a Copy to:
Risa Bingham
Augusta Regional Airport
1501 Aviation Way
Augusta, GA 30906
Ph: (706) 798-3236
FAX: (706) 798-1551
Attachment number 1 \nPage 3 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 4 of 17
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 4.
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 shall be attached hereto as Attachment 6.
ARTICLE IV CORPORATE AUTHORITY
Contractor executed the Certificate of Corporate Authority attached hereto as Attachment 5. 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 VI IDEPEDET COTRACTOR
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 its employees and subcontractors. 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 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 the 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. No act or direction of the City or Airport shall be
deemed to be the exercise of supervision or control of the Contractor’s performance hereunder.
Attachment number 1 \nPage 4 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 5 of 17
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 terms herein,
Specifications and Plans.
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 may be made from Contractor's invoice and
Contractor shall correct any unsatisfactory performance. The correction of unsatisfactory performance shall be at no
additional cost to Airport.
ARTICLE VIII AUTHORIZED REPRESETATIVES
8.1 CITY/AIRPORT’S REPRESETATIVES
AIRPORT’S REPRESETATIVE: shall be Clarence Fennell, Engineering 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 representative shall be Ben
Robuck.
ARTICLE XIV PATET IDEMITY
Except as otherwise provided, the Contractor shall indemnify the City and its Board of Commissioners, the Aviation
Commission, and their 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 the equipment furnished or construction work performed
hereunder.
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 and City 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 Plans and 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 equipment, construction, and such temporary works as may be
required. Contractor alone shall be responsible for the safety, efficiency, and adequacy of its equipment,
installations, and methods, and for any damage which may result from their failure or their improper construction,
Attachment number 1 \nPage 5 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 6 of 17
installation, 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 County 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 XVI 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, the 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
Iowa 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
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.
Attachment number 1 \nPage 6 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 7 of 17
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
With a copy to: Augusta General Counsel
Augusta Richmond County
Department of Law
501 Greene St.
Augusta, Georgia 30901
To COTRACTOR: For all notices to Contractor the address will be:
McCarthy Improvement Company
5401 Victoria Avenue
Davenport, IA 52807
ARTICLE XIV WAIVER
Attachment number 1 \nPage 7 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 8 of 17
The failure of the 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 the City. The
provision in this Contract of any particular remedy will not preclude the City from seeking any other remedy.
ARTICLE XX COMPLIACE WITH APPLICABLE LAWS AD REGU LATIOS
Contractor covenants and agrees that it, its agents and employees will comply with all Georgia, county, 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. All references to City or Federal
codes, provisions, regulations, and rules are incorporated by reference as if fully set forth herein.
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 this contract.
ARTICLE XXIII ROYALTIES AD PATETS
The Contractor shall indemnify, hold and save Augusta, GA, its officers, elected officials, employees, agents and the
Aviation Commission and its 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, equipment 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 VVX 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 Augusta, GA, 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. Contractor shall
furnish to the Risk Manager Certificates of Insurance evidencing that all of the herein stated
Attachment number 1 \nPage 8 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 9 of 17
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 Augusta, GA, its officers,
elected officials, employees, agents and the Aviation Commission and its employees; and in the
event Contractor or Augusta, GA shall become liable in an amount in excess of the amount or
amounts of such policies, then the Contractor shall save Augusta, GA, its officers, elected
officials, employees, agents and the Aviation Commission and its employees harmless from the
whole thereof, except in the event of gross negligence of Augusta, GA.
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, Augusta, GA 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-Georgia its
officers, agents, elected and appointed officials, representatives, volunteers, and
employees, and the Aviation Commission its employees.
(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 City and the Aviation Commission’s insurance and that the carrier waives its right of
subrogation against Augusta-GA, the Aviation Commission, , and their officers, agents,
elected and appointed officials, representatives, volunteers, and employees. Augusta, GA,
the Aviation Commission, their officers, employees, 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 Augusta
GA and the Aviation Commission’s insurance and that the carrier waives its right of
subrogation against Augusta, GA, the Aviation Commission, and their officers, agents,
elected and appointed officials, representatives, volunteers, and employees. Augusta, GA,
the Aviation Commission, and their officers, agents, employees, 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.
Attachment number 1 \nPage 9 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 10 of 17
(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 ten (10) 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
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, GA 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
Attachment number 1 \nPage 10 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 11 of 17
attorney's fees and expenses of litigation incurred by the Augusta GA 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, GA 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 more stringent requirement shall govern.
ARTICLE XXVII BODS
27.1 The Contractor’s payment and performance bonds are attached hereto as Attachment 3. Each
bond shall:
(a) Be in a form approved by the City;
(b) Incorporate by reference the terms of this Contract For Fiber Optic and Security Camera
Upgrade 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).
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:
Attachment number 1 \nPage 11 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 12 of 17
(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 XXIV 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 prior to commencement of Work.
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.
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 Security 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.
Attachment number 1 \nPage 12 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 13 of 17
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;
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;
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.
Attachment number 1 \nPage 13 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 14 of 17
ARTICLE XXXV WARRATIES AD CORRECTIO OF WORK
35.1 The Contractor shall guarantee all Work to have been accomplished in conformance with this 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 date 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
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 its 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.
ARTICLE XXXVI COFLICT I DOCUMETS AD PRESET DOC UMETS
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.
Attachment number 1 \nPage 14 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 15 of 17
ARTICLE XXXVII 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 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 County fix jurisdiction
and venue for any action brought with respect to this Contract in Augusta-Richmond County, Georgia. Contractor
specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court
of Richmond County, Georgia or the Southern District Court of Georgia.
ARTICLE ETIRE AGREEMET
This Contract constitutes the sole Contract between the County and the Contractor. No representations oral or
written not incorporated herein shall be binding on the parties. No Change Order, Field Order, amendment or
modification of this Contract shall be enforceable unless approved by official action as provided in this Contract.
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 and Georgia Security and Immigration Subcontractor Affidavit.
ARTICLE 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.
ARTICLE 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 FURTHER ACTS
City and Contractor each agrees to perform any additional acts and 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.
Attachment number 1 \nPage 15 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 16 of 17
I WITESS WHEREOF , the parties hereto have caused this Contract to be executed by their appropriate
officials, as of the date first written above.
____________________________
DOUGLAS LIVELY, CHAIRMA
AUGUSTA AVIATIO COMMISSIO
ATTEST:____________________________
CONTRACTOR AUGUSTA-RICHMOND COUNTY, GA
BY:_____________________________ BY:___________________________
TITLE:__________________________ TITLE:________________________
ATTEST: ATTEST:
________________________________ ______________________________
County Clerk
___________________________
City of Augusta General Counsel
Reviewed as to form
Attachment number 1 \nPage 16 of 17
Item # 12
Contract for Bid 14-180 Rehabilitate Air Carrier and General Aviation Apron Project Page 17 of 17
SECTIO 2.0
GEERAL PROVISIOS, TECHICAL SPECIFICATIOS AD AP PEDICES
ATTACHMET A
Attachment number 1 \nPage 17 of 17
Item # 12
Invitation to Bid
Sealed bids will be received at this office on Friday, July 25, 2014 @ 11:00 a.m. for furnishing:
Bid Item 14-180 Rehabilitate Air Carrier & General Aviation Apron 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 which are non-refundable is $200.00.
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, June 12, 2014. 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 on Wednesday, July 9, 2014, @ 10:00 a.m. in the
Procurement Department, 530 Greene Street, Room 200 West. Mandatory site visit to 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 Friday, July 11, 2014
@ 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.
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 June 12, 19, 26, July 3, 2014
Metro Courier June 18, 2014
Revised: 8/15/2011
Attachment number 2 \nPage 1 of 1
Item # 12
UNOFFICIAL
Vendors
McCARTHY
100 HARTSFIELD
PARKWAY STE 140
ATLANTA, GA
REEVES
CONSTRUCTION CO
1 APAC INDUSTRIAL WAY
AUGUSTA GA
Attachment B YES YES
E-Verify Number 104193 48048
Bid Bond YES YES
Addendum 1-2 YES YES
SAVE Form YES YES
Base Bid -
Schedule 1 Total Bid $4,536,300.00 $5,632,357.05
Base Bid -
Schedule 2 Total Bid $3,220,570.00 $3,576,122.20
Base Bid -
Schedule 3 Total Bid $1,144,430.00 $1,180,207.00
Base Bid -
Schedule 4 Total Bid $2,080,217.50 $2,308,288.75
Base Bid -
Schedule 5 Total Bid $955,450.00 $626,429.50
Base Bid -
Schedule 6 Total Bid $2,600,250.00 $2,268,426.50
Bid Alternative 1
Schedule 7 Total Bid $298,606.00 $167,081.88
Bid Alternative 2
Schedule 8 Total Bid $99,400.00 $84,515.00
Bid Alternative 3 -
Schedule 9 Total Bid $539,900.00 $405,061.00
Bid Alternative 4 -
Schedule 1 Total Bid $4,692,307.50 $5,480,042.75
Bid Alternative 5 -
Schedule 4 Total Bid $1,456,540.00 $1,563,537.00
Bid Alternative 6 -
Schedule 2 Total Bid $1,769,500.00 $2,326,731.50
Bid Alternative 6 -
Schedule 6 Total Bid $993,600.00 $726,293.70
TOTAL BID $24,387,071.00 $26,345,093.83
The following vendors did not respond:
PITTMAN CONSTRUCTION / 1487 FARMER ROAD / CONVERS GA
GRIFFIN FOLSOM / P.O. BOX 682 / CORDELE, GA
THE SCRUGGS CO / PO BOX 2065 / VALDOSTA GA
ER SNELL CONTRUCTION / 5102 PIERCE COURT / EVANS GA 30809
Bid Item #14-180
Rehabilitate Air Carrier & General Aviation Apron
for Augusta, GA - Augusta Regional Airport
Bid Opening Date: Tuesday August 5, 2014 @ 3:00 p.m.
Page 1 of 1
Attachment number 3 \nPage 1 of 1
Item # 12
@
Regional Airport
(106)798-3236 . (706) 798-1551 .l50l Aviation way ' Augusta, Georgia 30906 . www.AugustaRegionalAirport.com
October L4,2014
Ms. Geri Sams
Director of Procurement
Augusta Richmond County
530 Greene Street, Room 605
Augusta, GA 30901
'14 fief ?S filr3.*:dl
RE: Letter of Recommendation - McCarthy Improvement Company
Rehabilitate Air Carrier & General Aviation Apron Project for Augusta
Regional Airport - Bid Item 14-180
Dear Ms. Sams:
We received two (2) compliant responses to the solicitation regarding the airport's
Rehabilitate Air Carrier & General Aviation Apron Project. McCarthy Improvement
Company was the apparent low bidder with a total amount of $24,387,071.00 which
includes the base bid plus all alternates. Due to funds availability, we will award only
that Schedules l, 3, 5, Bid Alternative I - Schedule 7, and Bid Alternative 2 - Schedule 8
to McCarthy Improvement Company in the amount of $7,034,186.00. The bid amount
for the Schedules and Bid Alternative noted above is within the budgeted amount and
reasonable considering the confining conditions for the project construction. This
combination of schedules has been discussed with McCarthy Improvement Company and
they have stated that they will hold their original bid prices for this approach. McCarthy
Improvement Company's total for this combination of schedules is also lower than the
other bid of $7,690,5 90.43 received by Reeves Construction Company for the same
combination of schedules.
The unit costs for each of the items and the overall project cost are in line with costs for
similar projects in the region. After evaluating the costs for this work, we believe that it is
an appropriate amount for the work involved. We also believe that awarding Schedules
1,3, 5, Bid Alternative 1, and Bid Alternative 2 - Schedule 8 is in the best interests of the
Airport and Augusta-Richmond County as rebidding would likely result in a similarly
priced project and only serve to delay construction.
Attachment number 4 \nPage 1 of 2
Item # 12
Thank you for your assistance in this process. If you have any questions or require any
additional information, please do not hesitate to contact me.
Sincerely,
Augusta Aviation Commission
eugtrsA Regional Airport
tH*G,-'
c*v fr. Le Tellier. AAE
Executive Director
Phyllis Mills, Quality Assurance Analyst
Darrell White, Bids & Contract Specialist
Clarence Fennell, PE
C:
Attachment number 4 \nPage 2 of 2
Item # 12
October 10, 2014
Mr. Clarence J. Fennell, P.E.
Director of Engineering and Maintenance
Augusta Regional Airport
1501 Aviation Way
Augusta, Georgia 30906
Re: Rehabilitate Air Carrier and General Aviation Apron
Augusta, Georgia
Dear Mr. Fennell:
Mead and Hunt, Inc. has reviewed the response to the advertisement for bids (IFB 14-180) for this project. Based
on that review, we recommend that Schedules 1, 3, 5, Bid Alternative – Schedule 7, and Bid Alternative 2 –
Schedule 8 be awarded to McCarthy Improvement Company in the amount of $7,034,186.00. The bid amount for
the Schedules and Bid Alternative noted above is within the budgeted amount and reasonable considering the
confining conditions for the project construction. This combination of schedules has been discussed with
McCarthy Improvement Company and they have stated that they will hold their original bid prices for this
approach. McCarthy Improvement Company’s total for this combination of schedules is also lower than the other
bid of $7,690,590.43 received by Reeves Construction Company for the same combination of schedules.
The unit costs for each of the items and the overall project cost are in line with costs for similar projects in the
region. After evaluating the costs for this work, we believe that it is an appropriate amount for the work involved.
We also believe that awarding Schedules 1, 3, 5, Bid Alternative 1, and Bid Alternative 2 – Schedule 8 is in the
best interests of the Airport and Augusta-Richmond County as rebidding would likely result in a similarly priced
project and only serve to delay construction.
Should you have any questions concerning this matter, please do not hesitate to contact us at your earliest
convenience.
Sincerely,
MEAD & HUNT, INC.
Christopher J. Birkmeyer
Project Manager, Aviation Services
Attachment number 5 \nPage 1 of 1
Item # 12
Consultant: Mead & Hunt
Bid Date: 7/25/2014
Bid Time:
DBE Goals: 9.8%
SCHEDULE 1
SPEC. NO.Bid Item Description Bid Quantity Revised Quantity Unit Unit $ Total Unit $ Total Unit $ Total
P-100.1 MOBILIZATION, CLEANUP, AND DEMOBILIZATION 11LS1,435,715.00 1,435,715.00 427,000.00 427,000.00 0.00
SP-10-1 AIRFIELD SAFETY AND TRAFFIC CONTROL 11LS590,430.00 590,430.00 1,500,000.00 1,500,000.00 0.00
P-101.1 ASPHALT CONCRETE PAVEMENT REMOVAL, FULL DEPTH 21500 8240 SY 8.07 66,496.80 9.25 76,220.00 0.00
P-101.2 PCC PAVEMENT DEMOLITION AND REMOVAL 125 125 SY 123.59 15,448.75 15.00 1,875.00 0.00
X-105.5 REMOVE PAVEMENT MARKINGS 4700 4700 SF 4.73 22,231.00 7.50 35,250.00 0.00
P-152.1 UNCLASSIFIED EXCAVATION-BELOW PAVEMENT SECTION 15900 8152 CY 14.87 121,220.24 16.75 136,546.00 0.00
P-152.2 SELECT FILL 13200 5515 CY 16.44 90,666.60 13.75 75,831.25 0.00
P-156.1 SILT FENCE-TYPE C 10700 1070 LF 5.91 6,323.70 3.00 3,210.00 0.00
P-156.3 INLET SEDIMENT TRAP-SILT SAVER 44EA625.00 2,500.00 500.00 2,000.00 0.00
P-156.4 INLET SEDIMENT TRAP-SILT SACK 15 15 EA 300.00 4,500.00 250.00 3,750.00 0.00
P-156.5 CRUSHED STONE CONSTRUCTION OUTLET 22EA1,910.00 3,820.00 3,000.00 6,000.00 0.00
P-156.6 EROSION CONTROL MOBILIZATION 11EA8,840.00 8,840.00 1,000.00 1,000.00 0.00
P-156.7 EMERGENCY EROSION CONTROL MOBILIZATION 11EA1,685.00 1,685.00 1,000.00 1,000.00 0.00
P-209.1 CRUSHED AGGREGATE BASE COURSE 19500 8020 EA 13.92 111,638.40 8.50 68,170.00 0.00
P-301.1 SOIL-CEMENT BASE COURSE 700 95 SY 70.14 6,663.30 81.00 7,695.00 0.00
P-310.1 GEOTEXTILE FABRIC 19500 8020 SY 1.66 13,313.20 1.25 10,025.00 0.00
P-310.2 GEOGRID 19500 8020 SY 2.67 21,413.40 3.00 24,060.00 0.00
P-401.1 ASPHATL CONCRETE SURFACE COURSE 180 430 SY 141.66 60,913.80 155.00 66,650.00 0.00
P-401.2 ASPHALT CONCRETE BASE COURSE 1200 181 TON 116.22 21,035.82 125.00 22,625.00 0.00
P-501.1 PORTLAND CEMENT CONCRETE PAVEMENT (8")650 285 SY 133.24 37,973.40 130.00 37,050.00 0.00
P-501.2 PORTLAND CEMENT CONCRETE PAVEMENT (11")5400 0 SY 111.00 0.00 56.50 0.00 0.00
P-501.3 PORTLAND CEMENT CONCRETE PAVEMENT (14"12000 7735 SY 111.00 858,585.00 64.75 500,841.25 0.00
X-501.1 PORTLAND CMENET CONCRETE CURING FACILITY 11LS69,750.00 69,750.00 28,500.00 28,500.00 0.00
P-620.1 TEMPORARY RUNWAY AND TAXIWAY PAINTING (WHITE, YELLOW, BLACK)250 250 SF 5.91 1,477.50 9.50 2,375.00 0.00
P-620.2 PERMANENT PAVEMENT MARKINGS (WHITE, YELLOW, BALCK, RED)2600 2600 SF 8.87 23,062.00 14.25 37,050.00 0.00
D-701.1 CONCRETE SEWER PIPE, 36-INCH, CLASS V 450 0 LF 142.68 0.00 107.00 0.00 0.00
D-705.1 6-INCH PERFORATED POLYEHTYLENE PIPE, SCHEDULE 80 900 572 LF 44.13 25,242.36 48.50 27,742.00 0.00
D-751.2 CATCH BASIN, TYPE I 10EA10,065.00 0.00 3,000.00 0.00 0.00
D-751.3 CATCH BASIN, TYPE II 10EA10,065.00 0.00 3,000.00 0.00 0.00
D-751.4 CLEANOUT, TYPE I 12EA775.00 1,550.00 1,025.00 2,050.00 0.00
D-751.5 CLEANOUT, TYPE II 93EA705.00 2,115.00 1,150.00 3,450.00 0.00
T-901.1 GRASSING AND MULCHING 11LS5,950.00 5,950.00 25,000.00 25,000.00 0.00
T-905.1 IMPORT TOPSOIL 11LS4,950.00 4,950.00 1,000.00 1,000.00 0.00
F-162.1 CHAIN LINK FENCE 1200 1200 LF 24.00 28,800.00 19.00 22,800.00 0.00
F-162.4 DOUBLE SWING GATE 33EA1,300.00 3,900.00 1,300.00 3,900.00 0.00
Reeves Construction Co. McCarthy
Tabulation of Bids
3,668,210.27
Base Bid: Reconstruct Portion of Air Carrier and General Aviation Apron Pavement
DESCRIPTION:
Project Manager:
Airport:
Bid for:
Augusta Regional Airport
GDOT PI #0011399
Rehabilitate Portion of Air Carrier and GA Apron Pavement
Schedule 1: Full Depth PCC between ACA and FBO Terminal
Project:
Chris Birkmeyer
0.00TOTAL SCHEDULE 1 BID 3,160,665.50
Alternate 5: 3" AC Mill/Fill North of ACA Terminal
Schedule 3: Full Depth PCC East of ACA Terminal
Schedule 5: Full Depth AC and Mill/Fill East of ACA Terminal
Alternate 1: Schedule 7: Fuel Containment Pad
Alternate 2: Schedule 8: New Security Gates
Page 1 of 6 9/4/2014
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
6
\
n
P
a
g
e
1
o
f
6
It
e
m
#
1
2
Consultant: Mead & Hunt
Bid Date: 7/25/2014
Bid Time:
DBE Goals: 9.8%
Reeves Construction Co. McCarthy
Tabulation of Bids
Base Bid: Reconstruct Portion of Air Carrier and General Aviation Apron Pavement
DESCRIPTION:
Project Manager:
Airport:
Bid for:
Augusta Regional Airport
GDOT PI #0011399
Rehabilitate Portion of Air Carrier and GA Apron Pavement
Schedule 1: Full Depth PCC between ACA and FBO Terminal
Project:
Chris Birkmeyer
Alternate 5: 3" AC Mill/Fill North of ACA Terminal
Schedule 3: Full Depth PCC East of ACA Terminal
Schedule 5: Full Depth AC and Mill/Fill East of ACA Terminal
Alternate 1: Schedule 7: Fuel Containment Pad
Alternate 2: Schedule 8: New Security Gates
SCHEDULE 3
SPEC. NO.Bid Item Description Bid Quantity Revised Quantity Unit Unit $ Total Unit $ Total Unit $ Total
P-100.1 MOBILIZATION, CLEANUP, AND DEMOBILIZATION 1 LS 142,825.00 142,825.00 110,000.00 110,000.00 0.00
SP-10-1 AIRFIELD SAFETY AND TRAFFIC CONTROL 1 LS 93,305.00 93,305.00 427,500.00 427,500.00 0.00
P-101.1 ASPHALT CONCRETE PAVEMENT REMOVAL, FULL DEPTH 5000 SY 6.28 31,400.00 8.00 40,000.00 0.00
P-101.2 PCC PAVEMENT DEMOLITION AND REMOVAL 235 SY 92.38 21,709.30 20.00 4,700.00 0.00
P-152.1 UNCLASSIFIED EXCAVATION-BELOW PAVEMENT SECTION 3500 CY 19.96 69,860.00 14.25 49,875.00 0.00
P-152.2 SELECT FILL 2800 CY 18.02 50,456.00 14.75 41,300.00 0.00
P-156.6 EROSION CONTROL MOBILIZATION 1 EA 3,475.00 3,475.00 1,000.00 1,000.00 0.00
P-156.7 EMERGENCY EROSION CONTROL MOBILIZATION 1 EA 1,685.00 1,685.00 1,000.00 1,000.00 0.00
P-209.1 CRUSHED AGGREGATE BASE COURSE 4000 EA 15.71 62,840.00 8.50 34,000.00 0.00
P-301.1 SOIL-CEMENT BASE COURSE 850 SY 59.32 50,422.00 45.00 38,250.00 0.00
P-310.1 GEOTEXTILE FABRIC 4000 SY 1.66 6,640.00 1.25 5,000.00 0.00
P-310.2 GEOGRID 4000 SY 2.67 10,680.00 3.00 12,000.00 0.00
P-401.1 ASPHATL CONCRETE SURFACE COURSE 230 SY 162.67 37,414.10 180.00 41,400.00 0.00
P-401.2 ASPHALT CONCRETE BASE COURSE 320 TON 126.15 40,368.00 140.00 44,800.00 0.00
P-501.3 PORTLAND CEMENT CONCRETE PAVEMENT (14"4000 SY 114.37 457,480.00 65.50 262,000.00 0.00
X-501.1 PORTLAND CMENET CONCRETE CURING FACILITY 1 LS 69,750.00 69,750.00 1,725.00 1,725.00 0.00
D-705.1 6-INCH PERFORATED POLYEHTYLENE PIPE, SCHEDULE 80 480 LF 44.12 21,177.60 48.50 23,280.00 0.00
D-751.1 60-INCH MANHOLE 1 EA 7,240.00 7,240.00 4,450.00 4,450.00 0.00
D-751.4 CLEANOUT, TYPE I 1 EA 775.00 775.00 1,025.00 1,025.00 0.00
D-751.5 CLEANOUT, TYPE II 1 EA 705.00 705.00 1,125.00 1,125.00 0.00
1,180,207.00 1,144,430.00 0.00TOTAL SCHEDULE 3 BID
Page 2 of 6 9/4/2014
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
6
\
n
P
a
g
e
2
o
f
6
It
e
m
#
1
2
Consultant: Mead & Hunt
Bid Date: 7/25/2014
Bid Time:
DBE Goals: 9.8%
Reeves Construction Co. McCarthy
Tabulation of Bids
Base Bid: Reconstruct Portion of Air Carrier and General Aviation Apron Pavement
DESCRIPTION:
Project Manager:
Airport:
Bid for:
Augusta Regional Airport
GDOT PI #0011399
Rehabilitate Portion of Air Carrier and GA Apron Pavement
Schedule 1: Full Depth PCC between ACA and FBO Terminal
Project:
Chris Birkmeyer
Alternate 5: 3" AC Mill/Fill North of ACA Terminal
Schedule 3: Full Depth PCC East of ACA Terminal
Schedule 5: Full Depth AC and Mill/Fill East of ACA Terminal
Alternate 1: Schedule 7: Fuel Containment Pad
Alternate 2: Schedule 8: New Security Gates
SCHEDULE 5
SPEC. NO.Bid Item Description Bid Quantity Revised Quantity Unit Unit $ Total Unit $ Total Unit $ Total
P-100.1 MOBILIZATION, CLEANUP, AND DEMOBILIZATION 1 LS 45,675.00 45,675.00 90,000.00 90,000.00 0.00
SP-10-1 AIRFIELD SAFETY AND TRAFFIC CONTROL 1 LS 66,160.00 66,160.00 293,000.00 293,000.00 0.00
P-101.1 ASPHALT CONCRETE PAVEMENT REMOVAL, FULL DEPTH 3200 SY 10.21 32,672.00 8.00 25,600.00 0.00
P-101.3 MILLING AND SURFACE PREP FOR OVERLAY 3100 SY 7.08 21,948.00 11.00 34,100.00 0.00
X-105.5 REMOVE PAVEMENT MARKINGS 550 SF 4.73 2,601.50 19.00 10,450.00 0.00
P-152.1 UNCLASSIFIED EXCAVATION-BELOW PAVEMENT SECTION 900 CY 32.20 28,980.00 18.00 16,200.00 0.00
P-156.6 EROSION CONTROL MOBILIZATION 1 EA 3,475.00 3,475.00 1,000.00 1,000.00 0.00
P-156.7 EMERGENCY EROSION CONTROL MOBILIZATION 1 EA 1,685.00 1,685.00 1,000.00 1,000.00 0.00
P-301.1 SOIL-CEMENT BASE COURSE 3050 SY 23.48 71,614.00 26.00 79,300.00 0.00
P-401.1 ASPHATL CONCRETE SURFACE COURSE 1500 SY 123.42 185,130.00 140.00 210,000.00 0.00
P-401.2 ASPHALT CONCRETE BASE COURSE 1100 TON 107.94 118,734.00 120.00 132,000.00 0.00
X-107.1 PAVING FABRIC 2900 SY 12.39 35,931.00 12.00 34,800.00 0.00
P-620.1 TEMPORARY RUNWAY AND TAXIWAY PAINTING (WHITE, YELLOW, BLACK)800 SF 5.91 4,728.00 17.00 13,600.00 0.00
P-620.2 PERMANENT PAVEMENT MARKINGS (WHITE, YELLOW, BALCK, RED)800 SF 8.87 7,096.00 18.00 14,400.00 0.00
626,429.50 955,450.00TOTAL SCHEDULE 5 BID 0.00
Page 3 of 6 9/4/2014
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
6
\
n
P
a
g
e
3
o
f
6
It
e
m
#
1
2
Consultant: Mead & Hunt
Bid Date: 7/25/2014
Bid Time:
DBE Goals: 9.8%
Reeves Construction Co. McCarthy
Tabulation of Bids
Base Bid: Reconstruct Portion of Air Carrier and General Aviation Apron Pavement
DESCRIPTION:
Project Manager:
Airport:
Bid for:
Augusta Regional Airport
GDOT PI #0011399
Rehabilitate Portion of Air Carrier and GA Apron Pavement
Schedule 1: Full Depth PCC between ACA and FBO Terminal
Project:
Chris Birkmeyer
Alternate 5: 3" AC Mill/Fill North of ACA Terminal
Schedule 3: Full Depth PCC East of ACA Terminal
Schedule 5: Full Depth AC and Mill/Fill East of ACA Terminal
Alternate 1: Schedule 7: Fuel Containment Pad
Alternate 2: Schedule 8: New Security Gates
ALTERNATE 1: SCHEDULE 7
SPEC. NO.Bid Item Description Bid Quantity Revised Quantity Unit Unit $ Total Unit $ Total Unit $ Total
P-100.1 MOBILIZATION, CLEANUP, AND DEMOBILIZATION 1 LS 43,400.00 43,400.00 28,000.00 28,000.00 0.00
SP-10-1 AIRFIELD SAFETY AND TRAFFIC CONTROL 1 LS 24,750.00 24,750.00 160,000.00 160,000.00 0.00
P-101.1 ASPHALT CONCRETE PAVEMENT REMOVAL, FULL DEPTH 550 SY 9.57 5,263.50 8.00 4,400.00 0.00
P-156.6 EROSION CONTROL MOBILIZATION 1 EA 1,700.00 1,700.00 1,000.00 1,000.00 0.00
P-156.7 EMERGENCY EROSION CONTROL MOBILIZATION 1 EA 1,685.00 1,685.00 1,000.00 1,000.00 0.00
P-209.1 CRUSHED AGGREGATE BASE COURSE 500 SY 16.34 8,170.00 10.00 5,000.00 0.00
P-501.1 PORTLAND CEMENT CONCRETE PAVEMENT (8")500 SY 151.39 75,695.00 157.00 78,500.00 0.00
P-501.3 PORTLAND CEMENT CONCRETE PAVEMENT (14"18 SY 177.41 3,193.38 317.00 5,706.00 0.00
X-109 FUELD CONTAINMENT PIPING 1 EA 3,225.00 3,225.00 15,000.00 15,000.00 0.00
298,606.00167,081.88TOTAL ALTERNATE 1: SCHEDULE 7 BIID 0.00
Page 4 of 6 9/4/2014
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
6
\
n
P
a
g
e
4
o
f
6
It
e
m
#
1
2
Consultant: Mead & Hunt
Bid Date: 7/25/2014
Bid Time:
DBE Goals: 9.8%
Reeves Construction Co. McCarthy
Tabulation of Bids
Base Bid: Reconstruct Portion of Air Carrier and General Aviation Apron Pavement
DESCRIPTION:
Project Manager:
Airport:
Bid for:
Augusta Regional Airport
GDOT PI #0011399
Rehabilitate Portion of Air Carrier and GA Apron Pavement
Schedule 1: Full Depth PCC between ACA and FBO Terminal
Project:
Chris Birkmeyer
Alternate 5: 3" AC Mill/Fill North of ACA Terminal
Schedule 3: Full Depth PCC East of ACA Terminal
Schedule 5: Full Depth AC and Mill/Fill East of ACA Terminal
Alternate 1: Schedule 7: Fuel Containment Pad
Alternate 2: Schedule 8: New Security Gates
ALTERNATE 2: SCHEDULE 8
SPEC. NO.Bid Item Description Bid Quantity Revised Quantity Unit Unit $ Total Unit $ Total Unit $ Total
P-100.1 MOBILIZATION, CLEANUP, AND DEMOBILIZATION 1 LS 10,410.00 10,410.00 6,000.00 6,000.00 0.00
SP-10-1 AIRFIELD SAFETY AND TRAFFIC CONTROL 1 LS 18,530.00 18,530.00 41,000.00 41,000.00 0.00
X-105.3 REMOVE CHAIN-LINK FENCE 40 LF 24.00 960.00 10.00 400.00 0.00
X-105.4 REMOVE SWING ARM GATE AND CONTROLLER 2 EA 890.00 1,780.00 5,000.00 10,000.00 0.00
P-156.6 EROSION CONTROL MOBILIZATION 1 EA 1,685.00 1,685.00 1,000.00 1,000.00 0.00
P-156.7 EMERGENCY EROSION CONTROL MOBILIZATION 1 EA 1,685.00 1,685.00 1,000.00 1,000.00 0.00
F-162.1 CHAIN LINK FENCE 40 LF 24.00 960.00 50.00 2,000.00 0.00
F-162.2 14' CANTILEVER GATE 1 EA 23,800.00 23,800.00 18,000.00 18,000.00 0.00
F-162.3 18' CANTILEVER GATE 1 EA 24,705.00 24,705.00 20,000.00 20,000.00 0.00
F-162.4 DOUBLE SWING GATE 0 EA 0.00 0.00 0.00 0.00 0.00
X-109 FUELD CONTAINMENT PIPING 0 EA 0.00 0.00 0.00 0.00 0.00
84,515.00 99,400.00TOTAL ALTERNATE 2: SCHEDULE 8 BID 0.00
Page 5 of 6 9/4/2014
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
6
\
n
P
a
g
e
5
o
f
6
It
e
m
#
1
2
Consultant: Mead & Hunt
Bid Date: 7/25/2014
Bid Time:
DBE Goals: 9.8%
Reeves Construction Co. McCarthy
Tabulation of Bids
Base Bid: Reconstruct Portion of Air Carrier and General Aviation Apron Pavement
DESCRIPTION:
Project Manager:
Airport:
Bid for:
Augusta Regional Airport
GDOT PI #0011399
Rehabilitate Portion of Air Carrier and GA Apron Pavement
Schedule 1: Full Depth PCC between ACA and FBO Terminal
Project:
Chris Birkmeyer
Alternate 5: 3" AC Mill/Fill North of ACA Terminal
Schedule 3: Full Depth PCC East of ACA Terminal
Schedule 5: Full Depth AC and Mill/Fill East of ACA Terminal
Alternate 1: Schedule 7: Fuel Containment Pad
Alternate 2: Schedule 8: New Security Gates
ALTERNATE 5
SPEC. NO.Bid Item Description Bid Quantity Revised Quantity Unit Unit $ Total Unit $ Total Unit $ Total
P-100.1 MOBILIZATION, CLEANUP, AND DEMOBILIZATION 1 LS 316,660.00 316,660.00 140,000.00 140,000.00 0.00
SP-10-1 AIRFIELD SAFETY AND TRAFFIC CONTROL 1 LS 153,715.00 153,715.00 440,000.00 440,000.00 0.00
P-101.1 ASPHALT CONCRETE PAVEMENT REMOVAL, FULL DEPTH 2700 SY 8.04 21,708.00 13.00 35,100.00 0.00
P-101.2 PCC PAVEMENT DEMOLITION AND REMOVAL 145 SY 103.61 15,023.45 18.00 2,610.00 0.00
P-101.3 MILLING AND SURFACE PREP FOR OVERLAY 9800 SY 6.35 62,230.00 3.00 29,400.00 0.00
X-105.1 REMOVE STORM SEWER 450 LF 90.17 40,576.50 33.00 14,850.00 0.00
X-105.2 REMOVE CATCH BASIN / INLET 2 EA 1,225.00 2,450.00 1,025.00 2,050.00 0.00
P-152.1 UNCLASSIFIED EXCAVATION-BELOW PAVEMENT SECTION 1500 CY 23.06 34,590.00 14.00 21,000.00 0.00
P-152.2 SELECT FILL 50 CY 68.50 3,425.00 14.00 700.00 0.00
P-156.2 SILT FENCE-COMPOST FILTER SOCK 500 LF 16.95 8,475.00 3.00 1,500.00 0.00
P-156.6 EROSION CONTROL MOBILIZATION 1 EA 86,550.00 86,550.00 1,000.00 1,000.00 0.00
P-156.7 EMERGENCY EROSION CONTROL MOBILIZATION 1 EA 1,685.00 1,685.00 1,000.00 1,000.00 0.00
P-209.1 CRUSHED AGGREGATE BASE COURSE 2300 EA 16.24 37,352.00 8.50 19,550.00 0.00
P-301.1 SOIL-CEMENT BASE COURSE 235 SY 210.65 49,502.75 125.00 29,375.00 0.00
P-310.1 GEOTEXTILE FABRIC 2300 SY 1.67 3,841.00 1.25 2,875.00 0.00
P-310.2 GEOGRID 2300 SY 2.70 6,210.00 3.00 6,900.00 0.00
P-401.1 ASPHATL CONCRETE SURFACE COURSE 2650 SY 125.11 331,541.50 140.00 371,000.00 0.00
P-401.2 ASPHALT CONCRETE BASE COURSE 80 TON 107.60 8,608.00 120.00 9,600.00 0.00
X-107.1 PAVING FABRIC 9800 SY 8.21 80,458.00 8.00 78,400.00 0.00
P-501.1 PORTLAND CEMENT CONCRETE PAVEMENT (8")2300 SY 110.65 254,495.00 71.75 165,025.00 0.00
X-501.1 PORTLAND CMENET CONCRETE CURING FACILITY 1 LS 69,750.00 69,750.00 1,725.00 1,725.00 0.00
P-620.1 TEMPORARY RUNWAY AND TAXIWAY PAINTING (WHITE, YELLOW, BLACK)160 SF 5.91 945.60 52.00 8,320.00 0.00
P-620.2 PERMANENT PAVEMENT MARKINGS (WHITE, YELLOW, BALCK, RED)110 SF 8.87 975.70 76.00 8,360.00 0.00
D-705.1 6-INCH PERFORATED POLYEHTYLENE PIPE, SCHEDULE 80 650 LF 44.13 28,684.50 48.50 31,525.00 0.00
D-751.1 60-INCH MANHOLE 1 EA 7,280.00 7,280.00 4,450.00 4,450.00 0.00
D-751.4 CLEANOUT, TYPE I 4 EA 775.00 3,100.00 1,025.00 4,100.00 0.00
D-751.5 CLEANOUT, TYPE II 1 EA 705.00 705.00 1,125.00 1,125.00 0.00
T-901.1 GRASSING AND MULCHING 1 LS 5,950.00 5,950.00 5,000.00 5,000.00 0.00
T-905.1 IMPORT TOPSOIL 1 LS 4,950.00 4,950.00 20,000.00 20,000.00 0.00
TOTAL BID 7,367,880.65$ 7,115,091.50$
1,641,437.00 1,456,540.00TOTAL ALTERNATE 5 BID 0.00
Page 6 of 6 9/4/2014
At
t
a
c
h
m
e
n
t
n
u
m
b
e
r
6
\
n
P
a
g
e
6
o
f
6
It
e
m
#
1
2
Attachment number 7 \nPage 1 of 4
Item # 12
Attachment number 7 \nPage 2 of 4
Item # 12
Attachment number 7 \nPage 3 of 4
Item # 12
Attachment number 7 \nPage 4 of 4
Item # 12