HomeMy WebLinkAboutCONTRACT WITH ROOFING PROFESSIONALS FOR AUGUSTA REGIONAL AIRPORT_ INDUSTRIAL ELASTOMERIC METAL ROOF COATING SYSTEM FOR HANGAR ONE CONTRACT FOR
BID ITEM #18-261A INDUSTRIAL ELASTOMERIC
METAL ROOF COATING SYSTEM FOR HANGAR ONE
AUGUSTA, GEORGIA
FOR THE
AUGUSTA REGIONAL AIRPORT
WITH
ROOFING PROFESSIONALS, INC.
This Contract for Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar
One (hereinafter designated as the "Contract") made and entered into as of this day of
2019, by and between the Augusta Aviation Commission for the Augusta Regional
Airport, (hereinafter designated as "Airport") and Roofing Professionals, Inc. (hereinafter designated
"Contractor"), a company authorized to do business in the State of Georgia, whose address is 505 CDP
Industrial Blvd. Grovetown, GA 30813
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 an Industrial Elastomeric Metal Roof
Coating System for Hangar One at the Airport; and
WHEREAS, Contractor provided a bid in compliance with City ordinances and all other applicable
state and federal regulations.
NOW, THEREFORE, in consideration of the mutual covenants, promises, and agreements herein
contained, the Airport and Contractor hereby agree as follows:
OBJECTIVE OF SERVICES:
The objective of contracting the services described in this Contract is the provision of an Industrial
Elastomeric Metal Roof Coating System for Hangar One in accordance with the specifications set forth
herein on Attachment A.
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 application of an Industrial Elastomeric Metal Roof Coating System for Hangar One.
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 revised Bid Form dated March 14, 2019
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 2 of 31
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$64,579.00 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
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 3 of 31
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 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)
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 4 of 31
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 Jordan Bradford.
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
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 5 of 31
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.
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 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
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 6 of 31
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
(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:
Jordan Bradford
General Manager
Roofing Professionals, Inc.
505 CDP Industrial Blvd.
Grovetown, GA 30813
Office: 706-945-0101
Fax: 706-945-0102
Cell: 912-657-3699
ARTICLE 18
COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 7 of 31
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.
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
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 8 of 31
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.
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
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 9 of 31
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.
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
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 10 of 31
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.
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
Bid Item#18-261 A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 11 of 31
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 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
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,
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 12 of 31
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.
(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
GOODS, PRODUCTS AND MATERIALS
27.1 The Contractor shall furnish goods, products, materials, equipment and systems which:
27.2 Comply with this Contract for;
27.3 Conform to applicable regulations, specifications, descriptions, instructions, data and samples;
27.4 Are new and without damage;
27.5 Are of quality, strength, durability, capacity or appearance equal to or higher than that required by
the Contract Documents;
27.6 Are free from defects; and
27.7 Are beyond and in addition to those required by manufacturers'or suppliers'specifications where
such additional items are required by the Contract Documents.
27.8 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 28
WARRANTIES AND CORRECTION OF WORK
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 13 of 31
28.1 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. The
Contractor shall also provide a ten-year(10) manufacturer's warranty on the metal roofing coating system
that meets GAF Diamond Pledge warranty specifications.
28.2 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
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.
28.3 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 29
MISCELLANEOUS PROVISIONS
29.1 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.
29.2 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,
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 14 of 31
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.
29.3 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.
29.4 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 Sum, or
otherwise recover the full amount of any such fee, commission, percentage, gift or consideration.
29.5 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.
29.6 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.
29. 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.
29.8 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
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 15 of 31
permitted to work in the United States under the Immigration and Naturalization Act,8 U.S.C. 1101,
et seq.
29.9 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.
29.10 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.
29.11 ARTICLE FURTHER ACTS. Airport and Contractor each agrees to perform any additional
acts, execute, and deliver any additional documents as may reasonably be necessary in order to
carry out the provisions and effectuate the intent of this Contract.
29.12 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.
29.13 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.
29.14 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#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 16 of 31
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their
appropriate officials, as of the date first written above.
AUGUS A AVIATION COMMISSION ROO- • PROFESSIO , ' , i «,
Willa Hilton, Chairperson Na e: J ),4N as b
TTE Ir-''-. a; Corporate Seal r
Notary ,r/..,.
Bge sOt ?x2021
.
Clar'' nson
Clara'
ll
4-te.itad---i ,-146- _
Herbert Judon, Exec ive Dyector
AUGU TA, GEO' -
Hardie Davis, Jr. Mayor
9 IA �1 ATTE T:
I ,'l/ i /
Lena Bonn=r, lerk
Y
'r < e ' 4 10
g,c, ate® r Df. Y�
„� ep t... ��44.,.4jrttifr®mom 4 e�.
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 17 of 31
ATTACHMENT A
SCOPE OF WORK
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 18 of 31
SECTION 011000-- DIVISION 1 GENERAL CONDITIONS
PART 1 -GENERAL
LI RELATED DOCUMENTS
A. General provisions of the Contract,including General and Supplementary Conditions and other
Division 01 Specification Sections.apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Project information
2. Work covered by Contract Documents.
3. Work by Ounce.
4. Access to site.
S. Coordination with occupants.
6. Work rrstrietions.
7. Miscellaneous provisions
1.3 PROJECT INFORMATION
Project Identification:Augusta Regional Airport Hangar One Industrial Elastomeric Metal
Roof Coating System:
Project Location: 1510 Hangar Road
Augusta,GA 30906
Owner:Augusta Regional Airport
Project Timeline: 30 Calendar days
from issuance of purchase order
Owner's Project and Construction Manager:Paul Strycharx I Adrienne Ayers-Allen
1. Notify Owner not less than 72 hours in advance of activities that
will affect Owners operations..
L4 WORK RESTRICTIONS
A. Work Restrictions.General.Comply with restriction on construction operations.
pg. 2
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 19 of 31
l. 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.
I. Weekend Hours:Coordinate with Owner prior to commencement.
2. Early Morning Hours:Coordinate with Owner prior to comrncnccntent.
3. Hours for Utility Shutdowns.Coordinate with Owner prior to commencement.
C Existing Utility Interruptions.Do not interrupt utilities senv ins facilities
occupied by Owner or others unless permitted under the following
conditions and then only after providing temporars utility services
according to requirements indicated.
1. Notify Ow ner.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 s ibration.odors, or other disruption to Owner
occupancy with Owner.
I. 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 1R ml of entrances. operable windows, or outdoor-air
intakes.
F. Controlled Substances. Use of tobacco products and other controlled
substances on Project site is not permitted.
Cr. Employee Identification. Prov ide identification tags for Contractor
personnel working on Project site.Require personnel to use identification
tags at all times.
SECTION 013300-SUBMITTAL PROCEDURES
PART I -GENERAL
1.1 RELATED DOCUMENTS
General provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections.apply to this Section.
pg. 3
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 20 of 31
a. Manufacturer's catalog cuts.
b. Manufacturer's product specifications.
c. Standard color chars.
d. Availability and delivery time information.
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 arc outside
the limits of construction.
I. Organize list of spaces in sequential order,starting with exterior areas first.
2. Organize items applying to each space by major element including
categones 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 34 Coatings
34 0100—GENERAL.REQUIREMENTS
I. SCOPE OF WORK
11 Exterior Metal Harrel RoofOaiy:Valley's met in Scope,
Repaired May 2A1S;Standing seam roof panels on lower
office section not in scope.Hangar I Location
1.2 Prepare all surfaces about the hangar-cursed roof by washing
scraping any loose impediments per manufacturer's
recommendations.Install selected liquid spray applied water
based system per manufacturers spec's.
1.3 Cover any essential area's to prevent coating from adhering to
that was not meant to be coated and to prevent damage.
1.4 Measured Coverage Area 19,259 sq.ft.
pg.4
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 21 of 31
1.5 Apply GAF"Topcoat Membrane"Industnal Elastomeric liquid
water based spray applied Metal Roof Coating System or equal.
Color to be white_Contractor to provide system documentation
to owner prior for approval of use.
1.6 Roofing system selected must meet Energy Star rating
along with ASTM standards,UL Class A fire rating,and
Factory Mutual Class 1 rating.
1.7 Contractor to provide certification documentation from
manufacturer stating contractor is authorized to install
selected roofing system.
1.8 Contractor to follow manufacturer's recommendations on
the application process concerning preparation,any
needed base or primer coats,and the number of finish
coats required Contractor will not vary from any
manufacturers steps.
1.9 Contractor to leave any excess products with owner.
1.10 Contractor will provide owner with manufacturer's
10 yr.warranty upon finish. Include contractor's 1 yr.
Labor warranty.
2.0 Contractor to provide and use all OSHA required fall
protection devices when performing work on elevated
surfaces.
2.1 See enclosed two pictures of the top inner portion of the
roof surfaces.Left and right side of barrel roof can be seen
clearly from ground level.Contractors will not be allowed to
walk on roof.
L2 Contractors respondbluty Is to"apply all needed
labor,equipment,and materials to complete the job.Provbe any
needed trash dumpster.
pg. 5
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 22 of 31
\ x
\ /
« < \ t
«
\ . \
» > »
a 2<
:rm
\2 «
. . . . .
. > . :
a° < � i
.<� .�. » 2 2: ;\ ;
\
< .
�
Bid Item#18-261A IndetrialE! Amac Metal Roof Coating syem for Hangar One Page 23 of 31
, - ‘,.., "%,, •.., ,;:i,\*, '''' '.':, :?:, .. is
'' . ' ''''--..,.,,, .,'', ..*' 's,,\ , ''... *'.,‘,, -'-', .. ,
f
\ \
s `�1;" r. . .4a*
, .t r£
a S
11r , :
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 24 of 31
ATTACHMENT B
REQUIRED SUBMITTALS
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 25 of 31
G e 41 1 I
Alteg
T ldaaddl0ddliruaNr Ydattantlama
s'manta.
M18111 0001011 ANN*Oddetitomord Datinnont
49111101011,111110 law**
4G6 TIO}*dot Siddit 4103
Aildidlic
OM
Noris X. a�a.;�: 4
daidodk. .; P
&rd4 WC** a6: soot aw ! i4041
Ken. Nur VAC" 4t
41.141,i 14.010 Milirnmat Linwpfl 1010910416+id niv.rr donddsi>edd Voir
i4i4and•4d �iBiA'�l111M ,._ + .°r+ps�ao:,r�t' .
Id teddosoie AVM ri.15Y dib wren iricosr Dr
emisaildr Pallid PliMddiiY arp
Additiooloihrootadfid t►Ynnrdf ��
IOW
d� Wimp. �k►rwrd.rrr,e� M1+
■4Ndiff d■ �+rrwwm�do ad "sir, o
0►46 aindidd RMddii
la"1111111.141"1111SLIMUI111411**IM--141141114""4"64"625241144
idoiddiodosiodiodord diddidtiyda;(fw1 '►,�•� •l4W---" -E •gnu
Bilmaaamdaihoais
torr kokorsartd■d.dr■.dr add■y d4
dips a 1�4WdObPd*/ iGlidit ldtdlrrYM 4r�patoddgW ddod,an4r* Weft
°P ri6 y r outimoodoe pfildho
nal 014001Add hddr�Ydrdn dY4040**
Who* Aiftwa,Ow"� *1110 �* IP* ad*SO l�iM�+�s Chid 0;04
dndd;-* hdlir'q l dm 44410114 IMO 014***110 Win M iF�'�'*ildoodoo, r+dM�+d NM*
idi 440 F 'r !4'4NM�Y1►La� ..�'Y!'�nri1•► If kr*�M Yedqq��4I ll 01100
Who*Mhlod ML feF rdorA M rlddq d Y eWit
illoodbo*GM 4 0400119;ddd d worm did did is Jodi mob dowi Y N1pddY�MMt 111,11*
*daft. 1AYl.. .ii Y4vr� YM 10 do inlMrfdlfplr
OM*1h Nod 1*GO Inand d dollar r# Nino*4 folf0
bib YdYdr eeded Fiis*d) for10, 40041faterfoldfoo refdi
Me/ ltiff` dins `rl +doeadriiddtidlr Piar1dd Poinow ll�idd lmrLd�clrup d rFdd fitf tod
mr►' wet rnrd MfNnoo04111**ion do Goiled00 off fa*No*
*Oro ft rL. IIG*Owe 44 iiia!Add del sr.if
rdMd0'rres,ipp 40inadidt4iYit irfaiginal/fr
doom*powoomen NO ImOdadd ePlr4�l*ord eMi`iUloomo ( �hod dwFgdar doom*
hoidadisopoldhdod ono yowls KT***Inau WsWOW*�Mho*Yiyw.fonomme
pad* imo 4111•0 rodroorowl*111110 M.yir !w Mi.irprelphIlllw.
rto;.min*how NM OM Ydryiftprlhootriodlimidredfodor ,"10ourldelf.
PROW �dIr*dPs* eidr *Lyowl*r
Gh000d dMr.0PI r+diod lialliabla .art nd►a rr►ra aaa.O l **mod is
dor* uo
derda+d�drr3r a�rrdrd ds r«mer,d *duo
OHO hro MAGA!" gli4rmkduddMed Googradopoofoird+wi�i�+irr
ib Ai hr roma Ikwd d 1 i4d!f'1tri4ra
eddpfdt*
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One Page 26 of 31
fageatitideei
1,64 mat 4061111411466 d Its 4446604fritarri
a• r a4e* wwar4adDlaa ares
1 m3 4tlaaGf, ,iw d44646.mai
M bboobb b4a imnocodes Wooa is Fah t � iskwitSWEIMMOarri11/41 Y
Ilederei*Me Yl.MONK thilNM* i hlrlPb.hereto
wpmd iwi 4searnt�MM 1a1i wet
pp•�►+aw4�rlr 'M# 4141146111116kibroossait 11441446h414 leer mew of eel ardr 44440411144.
11544
.1444` 14,414+4e poet wail Pere dee dude fro le 4Vardarmpy west l pie Week Y# IMb
4¢64 weed he bre deeks rMe Mee !antral hits 64 4464 an^44444,44p(f etolitaim la kind
04 ta
664414 49464*he 14141144 644144044 61440116%Maw Math 6, tM alheranala a mateII
Iiomit bibubblbo,° "i"e+ ea razr
tireemigimbiamobbaig
Ay 161441441 Mk AIM 611/1444110/1/4 4446114444 WNW Ilk 1444641646 br.41.11,41 94041,11111.11, *al*it
* sin 1441114***141 Maime)444 Or Its 11401414 BPS
itede e dwow tifir 14669 114410 41444 41
tree drered N Deeeeme MW W Rom kr PO Irrli 44141
aepen..led dreeddladd diode
tit �,91Mis AIN Oa 411411416614 441�y ��a4A1t�r. *Os 4601416414,14446 14 drt
�C a.wKew
f9ati NV*dr delete*we MP Want aslawmasni Oft* 4fansibileio WS,
*****14 AA•1446 dip} Mr Mob fqpl1t iWh
erre der y ,�pia s . 64+ wa aaicl�[+i�oaiarip lafolmalay Mar 11144444 .rt�y,.
ededdedde
rrliRiyav r idp
Mai*Preddereddij ad Weer .14401,epee
irwmaixa moron re Niemeyer .ot9Ra i6aY4*yaa016101.11-
usteAtntruelitcreiend xt/br ret.Owesjoeureiokineterienue]D'LW/p
tsi
imice-t vase oreetwiew warm
41111- arra& eater!wow.e stieeemee 1 >..
The teldefilgnoll/tether apves.to sterna hOlerlead_copy of AfteChnenf a old L'iy mufti
of
Komi et, sikaleft, tie uteieesigned soma ►}AUNT* el regolited *wet'ex'Ay
na apt if W slaw roderetiond
Mati bd
der"Y• A+ttr st �+f ppCr..enteelee Ohne")
Tole elAve~ or Owen al Centiliter
PArtied Name Of AmthoCtied Offixtr or Vent
N • r lot yRl"um,
ftbelioleilisibbaLaint
e, s._sIteeeed,Deemed Yft.49f Kal.raga¢,
miedallpied
14464644444414wa.Y 640.4141414444%woman'*win am__Dm.
Ni' •MaaWarlUs)as..
hat P{In0
Page 27 of 31
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One
.
` 14Allida .
>Yft SAI! fint
onleyli t Debt,ft cyt �mia,ti r sn llYsfit. + *s. r ' +
�i, BMS #L k+stn+vit! ��,w }i :. .3ie
riectiel nod �.�. ,� sr r4►therww
88-38-1,14dit :> riefed to►gyp bki fur an
.... ." . "` mac
' _. _ . _._ . •. _ _:'!ice�, is+�++s, +�,raw.k
A4444 •
r-{
"r
w atjian of Iht4 Mallet
OR
1411181W* to niskrini 18 were of sell cr,eider.
Oft
8.} I am yo oruccivel4iirr i8§L) C 1640 a
s_ nonimmigrant 4t`q�"thA Feder*,a +fit 48 1tt11 ei"KJ 18 yaaF*al sae or oiler erid Ys.1ulty Cower!in
fhil
Shred,'
irr
riend
W anted �YMinim inpyr ya k + illfeei+l11dsidtbi e#a dCock$wy rdMCdflefittode ti
iwwwwon wider
l
statiresmt
ilteer
ta
WPM*MEAL.
Mee. TM Pamir jiYJSTBE ANDler iiia ti
8eALAR 31I817rt►,
*yew nw glut µNous,.Minor** irir ar"
switrami
Ilh ileOWFMK.litsowirir My P u.•iout
Needle
Page 28 of 31
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One
010 1 A
r.KSI Iffat
If the carroty ( i endier'Won prepped In the emote* to It* h anyway
~a**urn ihei /waw,d Iithie bit the bidder I. ireeirnetWe 10 letelOY kaerlUP'
eaticortion swoon our**,46'state gtaerercee k Ihe apace ortnikked below, Otherviiblk
IA be,eiteurned th1 - o)Apr ti total ompliereer tette SePeCilkd
Below
are the • trit rtabid spedfluefint
.N/A
2*-0,
/41411.4,.
Ftsti*.n Aith* ytal VI* P4,11 aer•iceiih plopotaiti Fh. rp*irr`itai In Ito,tiv.!
in enq " j iFyr•the ces in Pin s,nitacotinv6.
tat Ithilnes
ion IfrUI*4*NMI.rartssmie prisoi%NO coon'Rem
16**0 rfititt hilWt xusqpitiogne.
improoto
Page 29 of 31
Bid Item#18-261A Industrial Elastomeric Metal Roof Coating System for Hangar One