Loading...
HomeMy WebLinkAboutCONTRACT BETWEEN AUGUSTA, GEORGIA AND A&D PAINTING, INC. FOR EXTERIOR PAINTING FOR HANGAR ONE CONTRACT BID ITEM 18- 257A EXTERIOR PAINTING FOR HANGAR ONE AUGUSTA, GEORGIA FOR THE AUGUSTA REGIONAL AIRPORT This Contract for Bid Item 18- 257A Exterior Painting for Hangar One (hereinafter designated as the "Contract") made and entered into as of this Al day of NO 1 M(o ''-2018, by and between the Augusta Aviation Commission for the Augusta Regional Airport, (hereinafter designated as "Airport") and A&D Painting Inc., (hereinafter designated "Contractor"), a state of Florida corporation, authorized to do business in the State of Georgia, whose address is 2016 Tucker Industrial Road, Tucker, GA, 30084. WITNESSETH: WHEREAS, the City of Augusta (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 a contractor to provide exterior painting services for Hangar One at the Airport; and WHEREAS, Contractor provided a bid in compliance with City and all other applicable federal regulations. NOW,THEREFORE, in consideration of the mutual covenants, promises, and agreements herein contained, the Airport and Contractor hereby agree as follows: OBJECTIVES OF SERVICES The objective of contracting the services described in this Contract is the provision of exterior painting for Hangar One in accordance with the specifications set forth herein. The Airport is a full-service, non-hub commercial airport serving more than 550,000 passengers annually (2015&16) with daily flights to both Atlanta and Charlotte on Delta Air Lines and American Airlines respectively. 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 exterior painting of Hangar One. SECTION 1.0 ARTICLE 1 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, transportation, security, and all other services and things necessary to provide the Airport with the facilities, improvements,features, and functions described in the Specifications identified in Attachment A. The Specifications are hereby incorporated into and made a part of this Contract. The Contractor agrees to complete the Work in a good, firm, substantial and workmanlike manner in strict conformity with this Contract. 1.2 Additionally, the following specific items shall be considered a part of the Contract Documents by reference when appropriately executed. 1.2.1 The Certificate of Insurance 1.2.4 The Contractor's completed Bid Form dated October 23, 2018 1.2.5 The Contractor's statement of qualifications 1.2.6 All required submittals 1.3 Unless otherwise modified by a written and properly executed Change Order, 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 2 TIME,TERM AND PAYMENT 2.1 Contract Time. The Contractor shall commence the Work under this Contract within ten (10) calendar days from the date of receiving the Notice to Proceed, as evidenced by official receipt of certified mail or acknowledgment of personal delivery and shall fully complete the Work within thirty(30)calendar days from receiving such Notice to Proceed. The Contract Time may be extended only by Change Order approved and executed by the Aviation Commission 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 the amount of Thirty Four Thousand two hundred and eighty dollars ($34,280.00) 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 Invoices. Original invoice(s)must be submitted as follows: Augusta Regional Airport 1501 Aviation Way Augusta, GA 30906 Attn: Risa Bingham Ph.: (706)798-3136 FAX: (706) 798-1551 ARTICLE 3 FEDERAL WORK AUTHORIZATION 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 has executed an affidavit evidencing its compliance with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. The signed affidavit is attached to this Contract as Attachment B. 3.3 Contractor agrees that in the event that it employs or contracts with any Subcontractor(s) in connection with this Contract, Contractor will secure from each Subcontractor an affidavit that indicates the employee-number category applicable to that Subcontractor and certifies the Subcontractor's current and continuing compliance with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. Any signed Subcontractor affidavit(s) obtained in connection with this Contract shall be attached hereto as Attachment B. ARTICLE 4 CORPORATE AUTHORITY Contractor has executed a Certificate of Corporate Authority attached hereto as Attachment B. 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 Bid Item 18-257A Exterior Painting for Hangar One Page 5 of 33 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 5 INDEPENDENT CONTRACTOR 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 Aviation Commission'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, its subcontractors or agent's employees, but such responsibility shall be solely that of Contractor. This clause of the Contract does not prevent the City or 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. ARTICLE 6 CONTRACTOR'S PERFORMANCE 6.1 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. 6.2 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 7 AUTHORIZED REPRESENTATIVES 7.1 AIRPORT'S REPRESENTATIVE(S) AIRPORT'S REPRESENTATIVE: shall be Paul Strycharz/Adrienne Ayers-Allen. 7.2 CONTRACTOR'S REPRESENTATIVE(S) Contractor must designate in writing a person(s) acceptable to Airport to serve as its representative ("Contractor's Representative") in all dealings with Airport. Contractor's Representative may be changed upon prior written notice delivered to Airport's Representative. Contractor's representative shall be Demetrios Kostopoulos. Bid Item 18-257A Exterior Painting for Hangar One Page 6 of 33 ARTICLE 8 PATENT INDEMNITY 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 9 CHANGES The Airport 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 Airport except through a properly executed Change order. ARTICLE 10 CONTRACTOR'S OBLIGATIONS The Contractor shall, in good workmanlike manner, do and perform, all Work and furnish all supplies and materials, machinery, equipment, facilities, and means, except as herein otherwise expressly specified, necessary, or proper to perform and complete all the Work required by this Contract, within the time herein specified, in accordance with the provisions of this Contract and said 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, 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 11 TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT To the extent that it does not alter the scope of this Contract, the Airport may unilaterally order a temporary stopping of the Work or delaying of the Work to be performed by Contractor under this Contract. ARTICLE 12 RIGHTS AND REMEDIES The rights and remedies of the City and Airport 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 13 NON-DISCRIMINATION Notwithstanding any other provision of this Contract, during its performance the Contractor, for itself, its heirs, personal representatives, successors in interest and assigns, as part of the consideration of this Contract does hereby covenant and agree that: 13.1 No person on the grounds of age, race, color, religion, sex or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination; and 13.2 In the furnishing of services or materials herein or hereon, no person shall, on the grounds of age, race, color, religion, sex or national origin, be excluded from participation in, or denied the benefits of, such activities, or otherwise be subjected to discrimination. Bid Item 18-257A Exterior Painting for Hangar One Page 7 of 33 ARTICLE 14 DEFECTIVE PRICING To the extent that the pricing provided by Contractor is erroneous and defective, the parties may by agreement, correct pricing errors to reflect the intent of the parties. ARTICLE 15 REPRESENTATIONS AND WARRANTIES 15. Contractor's Representations and Warranties Regarding Capacity to Contract and Perform Work/Services. In order to induce the Airport to enter into this Contract, Contractor hereby represents and warrants that as of the date above written that: 15.1. Contractor is duly organized and validly existing in good standing under the laws of the state of Georgia in which it is organized, is qualified to do business in all jurisdictions in which it is operating, and has the power and authority to execute and deliver and to perform its obligations under this Contract and the documents to which it is signatory; and 15.2 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 15.3 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; 15.4 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 15.5 Contractor has not been debarred by any city, state or federal agency. ARTICLE 16 ASSIGNMENT 16. Without the prior written consent of Airport, 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. 16.1 Consent of Airport Required. Any assignment of this Contract or rights under this Contract, in whole or part, without the prior written consent of Airport shall be void, except that, upon ten (10) calendar days prior written notice to Airport, the 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 the Airport and to any deductions provided for in this Contract. 16.2 No Relief of Responsibilities. No assignment will be approved which would relieve Contractor of its responsibilities under this Contract. 16.3 Parties Bound. This Contract will be binding upon and inure to the benefit of the Airport and Contractor and their respective successors and assigns. ARTICLE 17 NOTICES 17. 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 Bid Item 18-257A Exterior Painting for Hangar One Page 8 of 33 (iv) hand-delivery, to the parties at the addresses and facsimile numbers set forth in the Clause titled "Addresses". 17.1 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. 17.2 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. 17.3 Addresses. To Airport: 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 Law Department 535 Telfair Street, Bldg., 3000 Augusta, Georgia 30901-2286 Ph: (706)842-5550 Fax: (706)842-5556 To CONTRACTOR: For all notices to CONTRACTOR the address will be: A&D Painting, Inc. 2016 Tucker Industrial Rd Tucker, GA 30084 Phone#770-414-4111 Fax#: 770-414-4101 Attn: Demetrios Kostopoulos ARTICLE 18 COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS 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 the Airport during the term of this Contract, including any renewal periods. All references to the City, Airport or Federal codes, provisions, regulations, and rules are incorporated by reference as if fully set forth herein. ARTICLE 19 RIGHT TO INSPECT PREMISES The Airport 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. Bid Item 18-257A Exterior Painting for Hangar One Page 9 of 33 ARTICLE 20 ROYALTIES AND PATENTS The Contractor shall indemnify, hold and save the Augusta Aviation Commission, Augusta, GA and its elected and appointed officials, officers, agents, servants, and employees, harmless from liability of any nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention, process, article, 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 21 INSURANCE 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. 21.1 All liability policies of Contractor and its subcontractors shall provide coverage that includes, or has the same substantive effect as the following: 21.2 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. 21.3 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 and appointed officials, employees, agents and the Aviation Commission and its employees against any and all liability created by reason of Contractor's conduct. 21.4 The Contractor's insurance shall not be subject to cancellation or material alteration until at least thirty(30)days written notice has been provided to the City's Risk Manager. (a) Contractor shall furnish to the Risk Manager Certificates of Insurance evidencing that all of the herein stated requirements have been met.The amount or amounts of all required policies shall not be deemed a limitation of the Contractor's Contract to indemnify and hold harmless Augusta, GA, its officers, elected and appointed 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 and appointed 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. 21.5 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. 21.6 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. Bid Item 18-257A Exterior Painting for Hangar One Page 10 of 33 21.7 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 and 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. (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. 21.8 If at any time the Aviation Executive 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. Bid Item 18-257A Exterior Painting for Hangar One Page 11 of 33 21.9 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. 21.10 The Contractor and the City and the Aviation Commission 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. 21.11 If at any time the Airport Executive 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. 21.12 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. 21.13 An insurance binder letter or a Certificate of Insurance must be sent to: Augusta Regional Airport 1501 Aviation Way Augusta, Ga. 30901 Attn: Executive Director ARTICLE 22 DEFAULT AND TERMINATION Termination by Airport. This Contract shall be subject to termination by the Airport at any time in the opinion of the Airport the Contractor fails to carry out the Contract provisions of any one or more of the following events occurs: 22.1 The default by Contractor in the performance of any of the terms, covenants or conditions of the Contract, and/or the failure of Consultant to remedy, or undertake to remedy with sufficient forces and to the Airport's reasonable satisfaction. The Airport shall provide the Contractor with notice of any conditions which violate or endanger the performance of the Contract. If after such notice the Contractor fails to remedy such conditions within five (5)days to the satisfaction of the Airport, the Airport may exercise its option in writing to terminate the Contract without further notice to the Contractor and order the Contractor to stop providing services immediately and vacate the premises; and to cancel ordered products with no expense to the Airport. 22.2 Contractor files a voluntary petition in bankruptcy, including a reorganization plan, makes a general or other assignment for the benefit of creditors, is adjudicated as bankrupt or if a receiver is appointed for the benefit of creditors, is adjudicated as bankrupt or if a receiver is appointed for the property or affairs of Contractor and such receivership is not vacated within thirty (30) days after the appointment of such receiver. Bid Item 18-257A Exterior Painting for Hangar One Page 12 of 33 22.3 Contractor's failure to provide services according to the specifications contained herein. 22.4 Contractor's failure to keep, perform, or observe any other term or condition of this Contract. 22.5 Contractor's performance of the Contract is unreasonably delayed. 22.6 The Airport reserves the right to terminate this Contract if the services provided under this Contract do not meet or exceed existing industry standards. The Airport reserves the right to make the final determination as to the quality of services. 22.7 Termination for Convenience The Airport may terminate this Contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Airport. Upon receipt of a written notice of termination, except as explicitly directed by the Airport, the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the Airport all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the owner to protect and preserve property and work related to this Contract that Airport will take possession. Airport agrees to pay Contractor for: a) completed and acceptable work executed in accordance with the Contract documents prior to the effective date of termination; b) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the Contract documents in connection with uncompleted work; c) reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and d) reasonable and substantiated expenses to the Contractor directly attributable to Airport's termination action Airport will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Airport's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this Contract. ARTICLE 23 INDEMNIFICATION AND HOLD HARMLESS Contractor agrees to indemnify and hold harmless the Augusta Aviation Commission, Augusta, GA and their members, officers, elected and appointed officials, agents, servants, employees and successors in office, as set forth in the Augusta-Richmond County Code, and particularly Article 1, Chapter 3, Division 1, Section 1-3-8.5, Indemnity and Insurance, as the same may be amended from time to time, and described herein, from any and all claims including reasonable attorney's fees and expenses of litigation incurred by the Augusta 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 Bid Item 18-257A Exterior Painting for Hangar One Page 13 of 33 connection with any such claims. In the event of a conflict between the provisions of the Augusta- Richmond County Code and this Contract, the broader requirement shall govern. ARTICLE 24 AIRPORT SECURITY REQUIREMENTS/SPECIAL SECURITY IDENTIFICATION DISPLAY AREA(SIDA) BADGES 24. Contractor's employees may be required to operate in the Airport's 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's SIDA 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. 24.1 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. 24.2 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. 24.3 Contractor shall pay all costs associated with providing SIDA badges. ARTICLE 25 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 26 PROHIBITION OF SEGREGATED FACILITIES The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this Contract. Bid Item 18-257A Exterior Painting for Hangar One Page 14 of 33 (a) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. (b) The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Opportunity clause of this Contract. ARTICLE 27 TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT To the extent that it does not alter the scope of this Contract, the Airport may unilaterally order a temporary stopping of the work or delaying of the work to be performed by Consultant under this Contract. ARTICLE 28. GOODS, PRODUCTS AND MATERIALS 28.1 The Contractor shall furnish goods, products, materials, equipment and systems which: 28.2 Comply with this Contract for; 28.3 Conform to applicable regulations, specifications, descriptions, instructions, data and samples; 28.4 Are new and without damage; 28.5 Are of quality, strength, durability, capacity or appearance equal to or higher than that required by the Contract Documents; 28.6 Are free from defects; and 28.7 Are beyond and in addition to those required by manufacturers'or suppliers'specifications where such additional items are required by the Contract Documents. 28.8 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 29 WARRANTIES AND CORRECTION OF WORK 29.1 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 Airport, 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 Airport may do so and charge the Contractor the cost thereby incurred. 29.2 The Contractor warrants to the Airport 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 Bid Item 18-257A Exterior Painting for Hangar One Page 15 of 33 requirements of the Contract. Work not conforming to these requirements, including substitutions not properly approved and authorized, is considered defective. The Airport, in its sole discretion, may exclude from the Contractor's warranty, remedies for damage or defect which the Airport 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 Airport, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. All warranties and guaranties shall extend for the greatest of one year commencing on the dates of Substantial Completion of the Project or such longer period of time as is required by the Contract. The one-year period shall be extended with respect to portions of the Work first performed after Substantial Completion for a period of one year 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. 29.3 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 30 MISCELLANEOUS PROVISIONS 30.1 JUDICIAL INTERPRETATION. Should any provision of this Contract require judicial interpretation, it is agreed that the court interpreting or construing the same shall not apply a presumption that the terms hereof shall be more strictly construed against one party by reason of the rule of construction that a document is to be construed more strictly against the party who itself or through its agent prepared same, it being agreed that the agents of all parties have participated in the preparation hereof and all parties have had an adequate opportunity to consult with legal counsel. 30.2 GOVERNING LAW; JURISDICTION AND VENUE; ATTORNEYS' FEES. This Contract shall be governed by, and construed and enforced in accordance with, the laws of the State of Georgia (without regard to the conflicts or choice of law principles thereof). The parties irrevocably consent to the jurisdiction of the State of Georgia, and agree that the Superior Court of Richmond County, Georgia, shall be an appropriate and convenient place of venue to resolve any dispute with respect to this Contract. In the event either party commences any proceeding against the other party with respect to this Contract, the parties agree that neither party shall be entitled to recover attorneys'fees except as otherwise specifically provided for by law. 30.3 COMMERCIAL ACTIVITY: 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. 30.4 CONTINGENT FEES. Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Contract; and that Contractor has not paid or agreed to pay any company, association, corporation, firm or person, other than a bona fide employee working for Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Contract. For the breach or violation of this warranty and upon a finding after notice and hearing, City may terminate the Contract and, at its discretion, may deduct from the Contract Bid Item 18-257A Exterior Painting for Hangar One Page 16 of 33 Sum, or otherwise recover the full amount of any such fee, commission, percentage, gift or consideration. 30.5 WAIVER. The failure of Airport 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 Airport. The provision in this Contract of any particular remedy will not preclude Airport from any other remedy. 30.6 FORCE MAJEURE. 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. 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. Contractor will not be liable for failure to perform or for delay in performance as a result of Force Majeure, including the following: (a) Any cause beyond its reasonable control; (b) Any act of God; (c) Inclement weather; (d) Earthquake; (e) Fire; (f) Explosion; (g) Flood; (h) Strike or other labor dispute; (i) 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; (j) Delay or failure to act of any governmental or military authority; (k) Any war, hostility or invasion; (I) Any embargo, sabotage, civil disturbance, riot or insurrection; (m) Any legal proceedings; or (n) Failure to act by Contractor's suppliers due to any cause which Contractor is not responsible, in whole or in part. 30. 7 PERMITS. 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. 30.8 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. 30.9 COUNTERPARTS. This Contract may be executed in several counterparts, each of which shall be deemed an original, and all such counterparts together shall constitute one and the same Contract. 30.10 CAPTIONS. The section captions contained in this Contract are for convenience only and do not in any way limit or amplify any term or provision hereof. The use of the terms "hereof," "hereunder" and "herein" shall refer to this Contract as a whole, inclusive of the Exhibits, 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. 30.11 ARTICLE FURTHER ACTS. Airport and Contractor each agrees to perform any Bid Item 18-257A Exterior Painting for Hangar One Page 17 of 33 additional acts, execute, and deliver any additional documents as may reasonably be necessary in order to carry out the provisions and effectuate the intent of this Contract. 30.12 USE OF AUGUSTA, GEORGIA LANDFILL. All contracts for Contractors performing demolition and/or construction projects for Augusta, Georgia shall contain a provision requiring that all debris, trash and rubble from the project be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The Contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. 30.13 PROHIBITION AGAINST CONTINGENT 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. 30.14 CONFLICT IN DOCUMENTS AND PRESENT DOCUMENTS. The Contractor shall in no case claim a waiver of any specification requirements on the basis of previous approval of material or workmanship on other jobs of like nature or on the basis of what might be considered "standard" for material or workmanship in any particular location. The Contract for this Project shall govern the Work. If any portion of the Contract shall be in conflict with any other portion, the various documents comprising the Contract shall govern in the following order of precedence: Contract, Change Orders or modifications issued after execution of the Contract; the General Requirements of the Contract; the Specifications; the Drawings; as between schedules and information given on the drawings, the schedules shall govern; as between figures given on Drawings and the scaled measurements, the figures shall govern; as between large-scale Drawings and small-scale Drawings, the larger scale shall govern; and detailed drawings shall govern over general drawings; the Bid Document Package. SIGNATURES ON NEXT PAGE Bid Item 18-257A Exterior Painting for Hangar One Page 18 of 33 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their appropriate officials, as of the date first written above. AUGUST��'��;.' il,COMMISSION A&D PAINTING, INC. '`Ai .fes BY: ii, --1,0a-,_..1; Geo ge - - _r, Cha rman Demetrios Kostopoulos, President ATTEST J/. ATTEST: c21c4/k) Crystal J. nson .A /. �._ i ,/�. d • Herbert Judon, Execu/e Dire fir AUGUSTA,jGOR IA Alp �' :4 f A /230 Hardie'Davis, Mayor Atte t: ` it t'3 �, ° .� *.. '''' *'sty 00 , //// .+� '- fL to Sit :' Lena :o c-1/ erk f tt. i Revi wed y� --, '. ': x i t �e St 5A ,f 1 X44 1 Bid Item 18-257A Exterior Painting for Hangar One Page 19 of 33 A. ATTACHMENT A SCOPE OF WORK Bid Item 18-257A Exterior Painting for Hangar One Page 20 of 33 SECTION 011000 — DIVISION 1 GENERAL CONDITIONS PART 1 - GENERAL RELATED DOCUMENTS 1. A General provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 2. SUMMARY A. Section Includes: I. Project information 2. Work covered by Contract Documents 3. Work by Owner 4. Access to site. 5. Coordination with occupants 6. Work restrictions 7. Miscellaneous provisions 1.3 PROJECT INFORMATION Project Identification: Augusta Regional Airport Hangar One Exterior Painting: Project Location: 1510 Hangar Road Augusta, GA 300906 Owner: Augusta Regional Airport Project Timeline: 30 Calendar days from issuance of purchase order and Notice to Proceed. Owner's Project and Construction Manager: Paul Strycharz/Adrienne Ayers-Allen 1.4 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 7:30 a.m. to 5 p.m., Monday through Friday, unless otherwise indicated. 1. Weekend Hours: Coordinate with Owner prior to commencement. 2. Early Morning Hours: Coordinate with Owner prior to commencement. 3. Hours for Utility Shutdowns: Coordinate with Owner prior to commencement. Bid Item 18-257A Exterior Painting for Hangar One Page 21 of 33 4. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner, Construction Manager, not less than two days in advance of proposed utility interruptions. 2. Obtain Owner's written permission before proceeding with utility Interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Owner not less than two days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. E. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet (8 m) of all entrances, operable windows, or outdoor-air intakes. F. Controlled Substances: Use of tobacco products and other controlled substances on Project site is not permitted. G. Employee Identification: Provide identification tags for Contractor personnel working on Project site. Contractor shall require all personnel to use identification tags at all times. PART 2 - GENERAL 2.1 RELATED DOCUMENTS General provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 2.2 Badging Requirements: 4 hour class with TSA background check will be required to acquire the AOA badge for the work area. Airport will pay for all badge costs. 2.3 LIST OF INCOMPLETE ITEMS (PUNCHLIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction/painting. Bid Item 18-257A Exterior Painting for Hangar One Page 22 of 33 1. Organize list of spaces in sequential order, starting with exterior areas first. 2. Organize items applying to each space by major element ,including categories for ceiling, individual walls ,floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date c. Name of Contractor. d. Page number. DIVISION 33 Painting 33 01 00—GENERAL REQUIREMENTS 1. SCOPE OF WORK 1.0 Exterior Hangar Location 1.1 Exterior of Building 1.2 Prepare exterior walls and surfaces from any loose impediments prior to applying paint. 1.3 Capture any loose paint from falling to the ground by the use of drop cloths. Dispose of properly. Cover newly installed windows to prevent any paint from damaging windows. 1.4 Repair one small section of drip cap on metal overhang above rear rolling doors 2.1 Concrete Surfaces 2.2 Apply Sherwin Williams "Loxon" Self Cleaning Acrylic Eggshell finish to all concrete wall surfaces, including wood privacy fence for mechanical area in front. 2.3 Apply(2)coats of finish paint to concrete surfaces. 3.1 Metal Surfaces 3.2 Prepare all metal surfaces of loose impediments prior to applying paint including steel rail rear corner of building. 3.3 Capture any loose paint from falling to the ground by the use of drop cloths. Dispose of properly. 3.4 Apply (1) coat of Sherwin Williams "DTM" Bonding Primer to all metal wall surfaces, bay doors, rear overhang above rolling doors, front doors, front window awnings and metal standing seam roof panels. Tint primer to match finish. (Note: Metal Hangar curved roof is not in Contract) 3.5 Apply (1) coat of Sherwin Williams "DTM" Eggshell finish to all metal wall surfaces, Bay doors, passenger doors, front window awnings, rear overhang above Bid Item 18-257A Exterior Painting for Hangar One Page 23 of 33 rolling doors and metal standing seam roof panels. Roof panels to be white in color. All other colors to be determined by Owner. 4.0 Recommendations and Discussions Lead-Based Paint Currently the GA EPD and EPA define LBP as paint containing greater than 1.0 milligrams per square centimeter(mg/cm2)lead or in excess of, or equal to,0.5 percent lead. Building materials identified as being painted with LBP should be segregated from the other building materials and recycled or disposed of in a municipal lined landfill. The removed wastes would need to be containerized and further tested by Toxic Characteristic Leaching procedures (TCLP) to determine if the waste is classified as hazardous. The remaining building materials that are not painted with LBP may be disposed of in a construction and demolition landfill. However, the landfills should be contacted to determine their specific disposal requirements. Occupational Safety and Health Administration Lead Regulations apply to actions initiated on lead containing materials. This regulation applies to lead concentrations greater than the analytical limit of detection. This regulation sets exposure levels on airborne lead and does not reference the percent lead in paint. Therefore, initial personal air monitoring should be conducted on workers performing work on surfaces which have a lead concentration of 0.1 mg/ cm2 or above to satisfy the OSHA requirements. If a baseline exposure lower than the OSHA Action Level of 30 micrograms per cubic meter (µg/m3) is established, personal air monitoring may be terminated. The full OSHA lead standard should be referenced for compliance. 4.1 A lead analysis was performed in 2016 with the attached sample report stating the results on the following pages. The sample numbers on the following page depicts the areas of work being performed under this scope of painting for interior and exterior. Reference the sample number to the chart to become familiar with the quantity of existing lead at that location. Presently no work area exceeds the EPD & EPA limits. 4.2 Sample Reference numbers based on location for work being performed under this scope. 4.2A SAMPLE NUMBERS A.)#91 B.)#94 C.)#99 D.)#102 E.)#103 Bid Item I 8-257A Exterior Painting for Hangar One Page 24 of 33 F.) #104 G.)#105 H.)#107 I.) #108 J.) #109 K.)#110 L.) #111 5.0 APPROXIMATE SQUARE FOOTAGE OF AREAS 5.1 Concrete Areas = 2,688 SF 5.2 Metal standing seam roof panels = 3,800 SF 5.3 Metal wall surfaces = 9,884 SF NOTE: THE ABOVE NUMBERS ARE APPROXIMATE AND ARE AS ACCURATE POSSIBLE. THIS INFORMATION IS BEING SUPPLIED AS INFORMATION ONLY. THE SOLE RESPONSIBILITY RESTS WITH THE CONTRACTOR TO CONFIRM THESE VALUES. Bid Item 18-257A Exterior Painting for Hangar One Page 25 of 33 72 Room 14 Ceiling deck Cream Metal 0.10 73 Room 14 Window Cream Metal 1.15 74 Room 15 Ceiling deck Silver Metal 0.06 75 Room 15 Window casing Brown Wood 0.00 76 Room 15 Window Brown Metal 1.00 77 Room 15 Ceiling deck Brown Metal 0.04 78 Room 15 Wall Cream Drywall 0.00 79 Room 16 Ceiling deck Yellow Metal 0.03 80 Room 16 Door frame Brown Wood 0.00 81 Room 16 Door Brown Wood 0.00 82 Room 18 Ceiling deck White Metal 0.05 83 Room 18 Wall White Drywall 0.00 84 Room 17 Ceiling deck Grey Metal 0.00 85 Room 17 Door frame Grey Metal 0.00 86 Room 17 Door Grey Metal 0.00 87 Room 17 Wall White Drywall 0.00 88 Hangar I-beam Silver Metal 0.55 89 Hangar Angle iron Silver Metal 0.11 90 Hangar Wall Silver Metal 0.17 91 Rolling hangar door Door Silver Metal 0.07 92 Hangar Line painted on floor Yellow Concrete 0.00 93 Hangar I-beam Red Metal 0.06 94 Hangar Door Silver Metal 0.00 95 Hangar Wall Grey Drywall 0.00 96 Hangar Wall Silver Metal 0.06 97 Hangar Conduit Silver Metal 0.00 98 Hangar Pipe Silver Metal 0.00 99 Hangar Door Silver Metal 0.35 100 Hangar I-beam Silver Metal 0.18 101 Hangar Support beams Yellow Metal 0.00 102 Exterior ground level Siding Grey Metal 0.00 103 Exterior ground level Fence White Wood 000 104 Exterior ground level Wall White Brick(large) 0.44 105 Exterior ground level Wall Grey Brick(large) 0.09 106 Exterior•West side,North door Awning(entrance) White Metal 2.30 107 Exterior ground level Door White Wood 0.32 108 Exterior ground level Awning(window) White Metal 0.00 109 Exterior ground level Wall White Brick(small) 0.40 110 Exterior ground level Wall Grey Brick(small) 0.14 111 Exterior ground level Siding White Metal(corrugated) 0.00 Bid Item 18-257A Exterior Painting for Hangar One Page 26 of 33 ATTACHMENT B REQUIRED SUBMITTALS Bid Item 18-257A Exterior Painting for Hangar One Page 27 of 33 - .1- g, i . G_,_ IS k 11 J .k t fklitethm4nt B b l 11,Noisrked. Osugui a.Moak&oda Pitramtmery[tetlarl•4trM *Tit Proeilliliftilifit m 1415 Tail r'BLaN.Sure 905 Num a►feblf 44rt oIr 4 t sa l tr#- stare 46tsat me,Taw llsrllllllp.. -` Cl/.941M.14 Laborm n,.d.le VA sYsu __..__�...._... - Re}M 32i►a14211 __._, Tauri 7Ns"u.11T..L _ f' t_+Valens.frMr.rifer bo You Ham JS WAbM441004ffi"I Yak yf We( *gale.04 tAlli rmiii Lana,I Its yea*gid fibisiliraibrx AM 4ntltrr''*w baaaaot saalatprl Lktrn.I Ow creme Crippary Oputlinxitovhhots: W1►r GAtl+rb..tlawmb 1 r gm WIRTSF TEae$FT Warn.:,csn fh.rrwr Limos t NW Pleat Woo IWO*Mw __ ✓ alt NPasislpr 4Jrprim I :*la_..___..__ ._._ Ii.dsar �ddt4 rAMP ION NOlood IP gsfrls.rsrrIN a is tlrainal sr fit NWiA}.s Mt•',!Brow r lois'GiNmonoorow 414, 1 sF?1s t fabrlM kTns.case*dm Mars Assiswn INN Nbm•Ida'ssgsssf mf M squash 1 lm01 1 eta Masora,bAlasr,NNIN t 1+a4►7U t in P. inv i Y�5nwtRt swag Amens tit Sawa Sege *Is DUN mesa ospurrs.1ro6.00404 illgibilliusAkAngsatiantatioduilikaw 5n,1!GoIK M cd,to:claw Usge MPNab 4e1714101adrraYN DI*tiionehr 09_:Dal, _. Kg— Ilia . .? Mr_ (f),.. WI 111,71C CiSeg i itufWI:Ant1r�s ,Lrfunr.t_s4turilit net *MiadootrIC 4 i ,b Yet era WILY It kegs*twaar*PUN*V*we war I�sa scps r.rt to M loom*,*dell ." rt.a a.WIW MlcPAvF Negsearg,a�ep/*ShgVor P+"ra'hge s ��tMya a+rola* gawks,rooms 6amarard m 10410'9,./Mewls ls.a"W ."mill Om Mt411 IQ*WM Taman pro's*ie easy .M Imo I coo* ra 1 44 NOW l rola la a earl* lR+b{+ C*olS as N....wtewse.SO** Ogg Bats tM:Mr.ad*sal area Suwon 1p,Kt�f�Jf}4p. Iwo'," In I, ria WW1.* s 1ry,et 104 Id*nor h 1'sarrti m+i.rs t rat by apyrt Mar*us t► .�sa.t.IN ie glafo Basi tisY a r1�.gaeyesY per,rr Ma Nag r.ska y'+rrY res y^ears• se IN 'bMi7�*1 af+l.as.d=IN �1 Y a-MM•Np3 III IN C rgssI So bowl roes sass of yOtstbrll.ase isms a r4 AN an!* wlPanuvta e■MOWN.,R+1f Ira ars NJOINNa k.dotlr'rsawoks mos' gots. r+.as•ree e N else-tM rslkr ca"MI lsi at IOW Irv"4U.tF 9rfWs1►J M.MOM sed gal Mesa I IS t** tsxsanrr IM1rRosman el skwksegkisignseism*4.11101hel roes.'NSW e g Posh saaroa el re 1**w pea dam aA WOW,*P4 samele prim Ili~swrlrwa tI noMr.i4 ra+ti4R dtiatsrN: Thrift ria.of OS It.eggeetogy M1a►efia 1m1.'W paYJW ds Nies*t,u,ryj4'I es mak IWO OE font alas. M("waft a swiss.user.a Lars A1sr/1G squat moo a dams he essece In AMM 04 es Isep Jac est ars sk BASksgs Vsa ryipy.jy rviedres WA ren rias c 1i1*1w.se frt* Pert.*11,4* 0 Iaj 0044,40.r kw.tin emacsIKI eke•a Met acomic seri rrslssar et same**gme messes ��IA D Mplxaa�kk gmesek*.ksnkos Salrrwi,gig il***N d .hs al r Pw ga it rcp aresasesars saws**sari ego.es**Ri sosse reh ears*[arab*CflWlrek:60.14.**1*a 1,071 1r.131 sa P l Name.!fie,iris ry Mnepa art:Mea'art rev!*near a wa sn.own*, riff OIR**No a.Ileum Wes he egos ssess sM$WO mild t is page*Ng*earl s*gs4***es!R Mr Am*,ear C gout!.',owl 401/08141g,be eon MN me**le sp csrge*a. I4 Nb Wog titers*,rw+e a1 Of M 144 Ise ma WOO No.#opo pi,Ow prow,ps+stauW a eaMwrr,4 rf...o a mI b w,. to=all kr 1111.lora 0MIII a orti lr GWM aro rasj I9 mases,t1a}aYa.l Idol he Oido dd t hi Imo D;@ass KA ',race!arc mak;NNW.SI ONO Ae9 t alai or 14p,.1S,2i 4 Locos hops*16*no*** Os*nu e.ie.y.w:Asrso k us R MON.,n seer rib Bid Item I8-257A Exterior Painting for Hangar One Page 28 of 33 farillsiankingi Ely iltnlr o ihdryrrK to rftwalogftwarldk, le.awrd alary Id POkraa r.rwlgaaslbad 1 MG oftw tos aNM:Oft axa Orftl dWm/kprrwiq h NW=wafttt ryl,dp,,#ral lho Wiwiit na K Ritalaa }M waft sa 'tad nal m rife awry at add Waft gy OM BO.boar�palmy pras+ravWarlia ap6 MiMMsrai yMlleY11PPOI aerhd.a.11daOJdamaokarytOt+MMM�rrr7RtFs 4rft'2dyttodd{w wftlisc artium who waly Isd logy 1MI idowdy/yom bod Not *11 Wad lY OU Woad Ws role wird t add"Padaddik OPINNOtolift ar wand lar Yn �#kliiata afr�r 14411 IWr.15M'ddlatoarWgpY aud�dooftaNWhltq war yr mawayaft 44 r dadann OX OriftWatiw�a tonoadio lw'egvlhrr aatlrtat,1�t P.e+tlrraarr k ti rails wadway*OW Ow WOO to COWIN& au$arum is rr4,Iyits rutdp tO*MS WO saw to 1:0011M671 k 94.11 p OM W++4'I~PI BPPWa!!1d0ft iaRrid lrryIWOor f<rptilPI N.MONA/d how tSOKal .iowcd rW 4k M art!MOW d No Waft b did boa.4 PION a OW**news.to Id rw+110eIla er owed veto oftiibt rikarimeammiddiumuisiNSI try ermarg* Odd IIr odadyr[colopo 4+Odd PI OPP Iry ice.0.0.41A 4 i-I 4I,rive IftWAPONAL Pop we odoiftep*** kN Olt**ft sta it°In ami. ,.fdo.de0. how a ldi dodo/MOW r 11411111111.11*POW 1/w W WOW NOW.t*Ins till, '�'feywaft ki opoo ass.WWI Po gle kir .*Mimi**elm*PP Welk kaorroor. wonky:I irs mysii,*nom er sit Nod/ft fftrdwit ftwoldi *ft"it Mu ii aAI1 H ct I W Ma fr. y Me•Faravel. n.wiriora wow:l e* urs ragror rias urpoa rri+dptdsratpr e1 khmorki niajoi it oaarrm ••POOR SOOVO lath artier,+n leas OW soar wm.r,dada Orn. a*$IP onoloor tlG al ilu-N l ON O.ILIONONOWONN,i►'41M iit�►7w►OWZIWIIM1141 w a OWN bade/woo b' Gf doled raft�1r riftron�rr°�+tp..s Owe I.ta+riiori�+It P./tt¢,. 8..10 Daft d CrrttW+i6wt r r,r ilsprliwn1dia7.rarrrr y*I4 it ftrsiuy. j*laved,(Gwyoor 4pyw,atk 117/Wad.KONPIPOatII Iao.tal.tr,*eft Mos*gle101 011111 IlakaUsis tl.i.r:urtir ihrrau'N kti __ 11111A I1u tIdibitifkirdon Number 1+'Q hWt361it1deo CONOWdOto liNOalt. own rj��yLa loom*/ ii DQT) 11*Natod..tr t.ntpffi moue Am9iT orree_dD M'AYOr11!'f Yiodditul a!rotworn*pr PMm1l 1 'p (u11t* groes to niltritl a admitted wort pt Appy 8 end 7rly rrggWlod docilmoalidfiph m44 St Mg*1 Yla Board cit OSmmnatisimp iloetliezeUeara*mob lb* promo, Mtlbidbuft, the kraditlei fined aims to aabmt lr Apgrir4lt *mems kg S n +10/1/1p,r m talaw #M d et hied I P m a Underlisld that Sly agbttltl*llt Ai b. narl.ailapbtae It soy pub*T*o mom*tt yklis id, ryName 13Y; AgittailtariOtr r Saes►. fCdrMatiar Rpm* FVudent Tbs et Airtherlard Mk&rx Agri Compactor 40/11011)a BMlllMO11S411pp0Y1111 �•, Fitted Num of Autaluer Calm tY Ag[stl r tir SUB E JW1 • M :. P, NTHIS THE, +0_1144YCf_fhtl:_ . {r� r '• i® i b.ry.Fustic Up Cerrialiri64£4:444:Nvrtmber2.21120 1rM aRrhlf tiMOSIMALIVAINIULASIONOLLititleirkihmigAitsurgrakagamitut Whirr wn1.140tP** bratodgat OHIO 4w ArMrt.*mod INA•toa3a.. rsil Bid Item I 8-257A Exterior Painting for Hangar One Page 29 of 33 Q a 11 o I A 1y/tornado Alan y dilation for Program Affidsatt Vont"'Mau/lett Aatilteta.Georgia Benefit Appfiestfaa gxsowouttiv dos aMfi st&under nets,as an RpriMint far on&M.Gell* B innate Li:Wee or OrcTan Cantle*,Aketiol Liormq,Tani Pewit,amino ar Patdc WWI all Worm*In O.G.GA. Seaton 50-811-1,I em Mating the k6atig*eh respect 19 ay SS Int an Aapuats,.Oeargie acntract 101 �++�FrtMrr rryie PrOvilywN DeeteNet tube Resided ~So Ow esiollioweeefore a let waywire Mi.kooni ,.oris itima.i+:.4T tit Ow erirarr wMhd J,aO PANEN.1Lia .._.,..._..._.. ININENorNisqushwi ,asPseir4 M1P. aiier,pi kj. _._--- 14 it I ems Olken of Re I.M#Mcl&Was. aR z1. .,., I who penetarmnr rseethirY tH pars et toe ai aider, &f I en Al otherwise ousllftd Alain 48 i USC 1841 j et nmiirrestirs tt ander tie Fedora Iii$ relion and Nei eneittr Act 48 USC 1 lot et saw 18 were el alga or oiaor one oho"mow tt the UMW!SI&eta.' t. AM16 6$ 004 hatinseantaleis sinter arrawstmtat taw oily pawn wile aseoraoidy tied Imo*mama a Me*,ffetthareMR w treeduAMH Gm agklent or r preasaiegaii ya411/.liffl(010 Boo as ways( via1irren aI IFeeiion 1ltiO•dttilntplate Cods at Glooara. "these Naafi 'vut�a ibuti.tv d.r4.N i-t.Ittane 8s! arao t hl?Hi Tait' Y3id " • , ��f G4Y 4F ',.e;, 71.6. .off .s Wary lc ist ti 4tV ON DOMENICO fir etemoyr,.t2 262a Nast, Fi3,Rir 110087` C04000110+4N►7 Rttt dh4rti#1TrfY YiGii a 81/a' 414 ` ' WOOM Net NEON.,Nigh, R }.i1r 14.w cri r 4 U.i 414.14.0-ArLatu r,eetru Bid Item 18-257A Exterior Painting for Hangar One Page 30 of 33 • n n x n� ti Q[CEPTtoN SD10iT If the UCintroXley 4i gild/Or b9Mieet pr090eed ih the teteranee lo this bk) in anyway alllarent iron that =IOW! In PA 11g1, they taaidet Is P9130.1heibie In dandy by Et iec/ 9lloort mann n.arther,all moan MT-inn=to the no praiRagd Mk*. Otherwise,it 'AM naaumad Ih9t blddeol$)otte°its in total eatnpiienoe,ati al 91111e�+d Baby(we Pre except:tam is the staled spedllaallnrts: NONE StPurire . 110 Dole A&DPeirlft,trx ►+Part! Preeieert Harr wit Submittal the en, lnno9,ston,49K prty, it ttie response to this nod are 11 anyway d tuft horn Mit r.;tnitaineJ h the twill one. In,matzos rNdhs.a,smtdono ttitoNM,On- ei-00roeir►ap amnia,klift e11lpIa). WhWA Bid Item 18-257A Exterior Painting for Hangar One Page 31 of 33 -¢ lata araa..ru.ry LIM,Vika,iyuktsibugerto ti+Nw i+a,M a.a..a.ae Wm in of iced ample.al farm,aa.i.a aaM r•M rnM rNar prlr hMMt 44.0, airwow*taw.***aaanaapadlar.dam swim.*mem ginahhSalrtark"d Itt Y wYAiaaafslair40dOwl*Maeltt.ieraeaer7Pa7 Wawa 11014011001111 001.0►waawfF;lnMhil as PII.aY.*Ain araaw{ig amp wabr.. aaa,WWI'AM*Pewter polo AM wit toMP4dII*r!Ikdr sow►Aub.e'.wcuud Mart git stat•h,aPa Hes Nan ata aaamawruaawa Ydfr k wad*war daaaft~ear* at'iubalm ariaa4Fiddk.t4rar.pr aaar alaYWr.h Fa akawdr wrra ab W lar 40110.w aa.{rw W1Yr r4 F+aaIAaf kw loran laid aattilma Mtaay.fa 1.4~awl ea filar Clad VINO*taagaatlq*4Waeaararpn4WG9Wft 1M_N. L Mala Lala a Fad sato u ya*A',lea apia4as rat Ian**Mag mina ratan.ak, actrvaaa Cagalaad .8.ail&alar as Hau 1404rwaieanwa Vwwra ail Masora tit car mama par los Of:*am 60,11.4004 Ya4„,„.fitai P HAM oar be"at*from waaisd4rb in'ial i4 R7cah a+a sat atter H�r, 1lergyLKlaaMiYra. aaarprr�,aylap,rroata Won romjarlaaaarY vita.Ira treancaar so* Comm Coq*'sr W dis balm'a.a.aaa.aMaaya.Octavian'aadth a.Yea'iM Macrii aa.wakat gamy 101alosam+maltPtwd*P*Sa.WaalaalAa ial.Wmamma arab.sem* Qq Avil�kwa moanir4-a.kaavay r beeFreda Mgaataiasea.at.oraglarptraatdawaf edit*II tr.raar caa.k'aa as v M Wig]Tial'364441.Pa*k Wath Oaaase 0tit a;awn al mowFrac d awn.t i iu.Para a.aaa neaa.,.as aa****WaMraraafafaaO.f0WIanMOM mawYadnWa4IvPAO*ofrwa!beam Inam atiaro aayapp.arae,:bider. *Soak*Alit*Ofa wastal.Ato Yaarn'f nrrr ariapR•aa>WNfviaanea at Frafd maeaewraf;a a.0.akatraahi.rtat ..a+Pr..ovvaugvgA.ihMEd raqunq'whim~Pawn trim kid,.awl*anra law%a *wart M�lotasaatbsiaylhaitk*al up*awa{q Para*411' a4M[a►i s sid dein arawactami*der:Aa WI*MI&ram r .r.wP arata .wdaakvYr tadfFa east,aaariafac ryacawnN O.1.11.9q1111111011111.1ilranr aaa+r.A&S. H Okkrd P' Name 0,+Mr'aa.R 1•0101/0614.00010.0013.00.16.4 el par t Aaw k my"wimpy"lA +af.a atoe*Pip!Ohm razzahmanama vore aft mint A110 Paniv, kirkvuaptucker ire. a.w..m.rr Maa..4M a,;1n'a+�a tla6 �. i3w I �K:.t k � l ,� Tudaer •CAA um+,mole Mtn Memo% ,Nom.770.414-4i ,1.4 77P-4144101 . theme*Cfaar: �71f1ljS4 k Pow',i♦/hNtN,: !1i.:.�. , At'_'_ i M.aaara.a..a alpOM _.M.._....._� Art It a. Ir • ,,, b'a_ ha*.arlMq.f bar lap Mil It ar�'�rYFMPt• , Bid Item 18-257A Exterior Painting for Hangar One Page 32 of 33 ATTACHMENT C PRICE QUOTE BIDDER OFFER LUMP SUM TOTAL$ /` a 0 BID SUBMITTED BY: NAME: Demetrios Kostopoulos.President COMPANY: A&D Painting,Inc. ADDRESS: 2016 Tucker Industrial Rd CITY/STATE: Tt trim((A RMRd TELEPHONE: 770-414-4111 FAX: 770-414-4101 EMAIL: ADPaintingInc[Obellsouth.net SIGNATURE: :o Q/. .i / i( Ji i- By signing this document,the bidder Is stating that he or she Is not an employee of Augusta,Georgia. AUGUSTA RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS THIS FORM MUST BE RETURNED WITH YOUR SUBMITTAL Re-Bid Item 18-252A Exterior Painting for Hanger One Re-&a Due Higley.November 2,2015 ip 11.00 a.m. Page 20 ut 20 Bid Item 18-257A Exterior Painting for Hangar One Page 33 of 33 NOTICE OF AWARD TO: A&D PAINTING INC. PROJECT: BID ITEM 18-257A EXTERIOR PAINTING FOR HANGAR ONE AUGUSTA, GEORGIA- AUGUSTA REGIONAL AIRPORT The Owner has considered the bid submitted by you for the above described Work in response to its Advertisement for Bids and Information for Bidders. You are hereby notified that your bid has been accepted for items in the amount of$ 34,280.00 You are required by the solicitation to execute the Agreement and furnish the required Contractor's Insurance certificates within fifteen (15)calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said certificates within fifteen (15)days from the date of this Notice, said Owner will be entitled to consider all rights arising out of the Airport's acceptance of your bid as abandoned and as a forfeiture of your Bid Bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of , 2018. AUGUSTA ** AIRPORT BY: TITLE: /0_,a4,--ir _��-�`. ***ACCEPTANCE OF NOTICE*** Receipt of the above NOTICE OF AWARD is hereby acknowledged by this the day of , 20 BY: TITLE: NOTICE TO PROCEED DATE: SUBJECT: NOTICE TO PROCEED PROJECT: BID ITEM 18-257A EXTERIOR PAINTING FOR HANGAR ONE AUGUSTA REGIONAL AIRPORT Gentlemen: You are hereby notified to commence work in accordance with the Agreement, within Ten (10) calendar days following the date first written above, and you are to complete the work within Thirty (30 consecutive calendar days after the date of this notice. The date set for completion of all work is therefore AUGUSTA REGIONAL AIRPORT BY: . r� TITLE: dat.t. ***ACCEPTANCE OF NOTICE *** Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of , 2018. TITLE: G4.-14"E". R 0 1 A You Must Complete and Return with Your Submittal. Document Must Be Notarized. Systematic Alien Verification for Entitlements (SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to my bid for an Augusta, Georgia contract for Re-Bid Item#18-257A Exterior Painting of Hanger One Augusta,GA Augusta Regional Airport (Bid Project Number and Project Name) Demetrios Kostopoulos, President _._ (Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) A&D_P_ainting,Inc (Print!rype: Name of business,corporation,partnership,or other private entity] 1.) V I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* in making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16:10-20 of the Officlal Code of Georgia. Signature of Applicant / Demetrios Kostopoulos Printed Name *Alien Registration Number for Non-Citizens SUBS ED AND SWORN BEF N THIS THE 23rd DAY OF 0 iA lll�� rr_018 �et. .. ,,....•• ,y bey 42121 Notary Public i� I • i 4* � d P. My Commission Expires: November 2,2020 12;JkARY' L. l ©se S. `�: 13 0°0 Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMhl1P t 11t% REV.2/17/2016 Re-Bid Item 18-257A Exterior Painting for Hanger One Re-Bid Due Friday,November 2,2018 @ 11:00 a.m. Page 8of20 G E O R G I A STATE OF GEORGIA- COUNTY OF RICHMOND BID/RFP/RFQ# /g ' '257 A SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with C,*y of Au.' sfa on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 114/53 & E-Verify*User Identification Number A4- ai TnC . Company Name / " 0)LeIr4,,L (t4 BY: Authorized Officer or Agent (Contractor Signature) le'_c1fEo Title of A thorized Officer or Agent of Contractor Georgia Law requires your company to have an [ E-Verif?User Identification Number on or after July PE'rhe f7IOS I(OSTQpty /as 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http://www.dol.state.qa.us/pdf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https://e-verifv.uscis.gov/enroll/ c r J}C.P-h DAY OF /\ o V€m h p r ,20 i2 `��Q`Qf� Y..9 t '�• i/i.•sCG.+ V V�L1`v+.,'".L �M_aY -~••'t,�� Notary Public � +~ $ :o w � re = My Commission Expires: Via.s p r c - � VO�tAjtY SE/q." #11, cK, B'`O'`,�. Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5) days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). REV.7/22/2011 Re•Bid Item 018.257A InteriorlExterlor Paining for Hangar One Page 2 of 3 G E' O R G I A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, J),er e4rev5 k1 ,slopot4 los certify that this bid or proposal is made without prior understanding, agreement or cofinection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A.Section 36-91-21 (d)and(e), t 1) Val-s f7 ' c has not, by itself or with others, directly or indirectly, prevented df attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. p _ Affiant further states that the said offer of d- a� 1 J C is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if urnished to any other bidder,that the material shall be at a higher price. Signature of Authorized Company Representative Pr #i/t Title Sworn to and subscribed before me this'd qday of Alio ve en bee- , 20/6 Notary Signature oltill/ign �i A �/n rck r-brU (Print N ?VPBRUG ..• /�''' Notary Public: K , O r d• County: 4r 110 -as o . v : w_ = Z/• ., is Commission Expires: 11 -a 0 NOTA AL 47 ,� Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5) days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Heald Item#18-257A brterlorlExterior Painting for Hangar One Page 3 of 3