Loading...
HomeMy WebLinkAboutMcKnight Construction Co. Augusta Richmond GA DOCUMENT NAME: (Y\e~I~~Tc.Of\)STRuc-rIOoJ CO. AN~ ?lv~uqTA &e:;O~l1~. DOCUMENT TYPE: ,tl ~ ~€.bM ~) YEAR: 'd. DO S- BOX NUMBER: ~ S- FILE NUMBER: l '/ 10 II NUMBER OF PAGES: Cft .. eAlA Document A101/CMa'" -1992 Standard Form of Agreement Between Owner and Contractor where thebasis of payment is a STlPULA TED SUM AGREEMENT made as of the Fourth day of March in the year of Two Thousand and Five (In words, indicate day, month and year) . BETWEEN. the Owner: (Name and addr:ess) McKnight Construction Co. 635 North West Frontage Road Augusta, GA 30907 ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AlA standard form. An Additions and Deletions Report that notes added Information as well as revisions to the standard form text is available from the . author and should be reviewed. ... A vei-ticalline in the left margin of this clocument indicates wnere the author has added necessary information and where the author has added to or deleted from the original AlA text. This document has Important legal consequences. Consultation with an attomey is encouraged with respect to Its completion or modif1cation. The 1992 Edition of AlA Document A201/CMa,General Conditions oi the Contract for Const~on, Construction Manager-Adviser Edition, is adopted In this document by reference. Do not use with other general conditions unless this document is modified. Augusta Georgia, aiso.known as, Augusta-Richmond County, apolitical subdiyisioI1:of.the State or Georgia and . The AUgUSt?i AViation Colnmission Municip;ll BuiJdbig. 530G:reene Street Augusta; GA 30911 and the Gontractor: (Name ariiladdress) F.or. the. folIowi.ng ProjeCt:. . . (ITJclude.detaile.d description of Project, location, address and scope.) LAugusta. R~oilliI;A,i.rP.:Qrt.. Te~nal ~ea Improvements . . The ConstnictioIl:M~ger is:' . . (Name.aiu{q.~ressr' . . . ParSO~ Brinckerboff ConstruCtion. services, Ine. ;~3.40P~~iree RO:l~' NE-. .. . ;' SUite. 2400 Tower Place Aihlnta, GA 303.26':. ... The'Architect is: (Name a'1f!9fdress) ~<;;:..I)1m: LPADESIGN. GROUP, INC. , :~ d7.0'O Huge~'Stf~~1G~itunbla, South Carolina, 29201 .<. .:::~~"~;~>.~ . Th.e O~~I.:.a.ndContractor agree as set forth below. ~-/~()6 it:?:? v~# /7t II ......... AlA Document A101/CMBn.a -1992 Copyright C> 1992 by The American InsliMe 01 Architects. All rights reserved. WARNING: this AlA" Document Is protected by U.s, Copyright Law a~d International Trealles. Unauthorized reproductIon or dlstrlbullon of thIs AlAe Document, or any portion 0111, 1 may result In severe civil Bnd criminal penallles, and will be prosecuted to lhe maximum extent possible under the law. This document was producod by AlA software al17:33:38 on 0310212005 under Order No.1ooo133470_1 which expires on 8/12105. and Is not for resale. User Notes: (2459850309) Z00'd ~6S:tt 50/60/60 Z81706LL608 a3L~~Od~O~NI dnO~~ ~d' 3HL j; ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: Work indicated as Alternate one and as Alternate two are excluded from this contract. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION ~ 3.1 The date of commencement is the date from which the Contract Time of Section 3.2 is measured, and shall be the date of this Agreement, as first written above, unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement, if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) Date of corrunencement shall be fixed in a Notice To Proceed. Unless the date of commencement is established by a notice to proceed issued by the Owner, the Contractor shall notify the Owner, through the Construction Manager, in writing not less than five days before commencing the Work to permit the timely filing of mortgages, mechanic's liens and other security interests. ~ 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than Nine hundred five (905) days subject to "no-time" work suspensions per paragraph 8.1.1 of the Supplementary Conditions. (Insert the calendar date or number of calendar days after the date of commencement. Also insert any requirements for earlier Substantial Completion of certain portions of the Work, if not stated elsewhere in the Contract Documents.) Portion of Work Substantial Completion date , subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to complete on time.) Liquidated Damages are $10,000 per day per paragraph 8.4.1 of the Supplementary Conditions. ARTICLE 4 CONTRACT SUM ~ 4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Twenty-Five Million Two Hundred Fifty-Four Thousand One Hundred Ninety-Three Dollars and Zero Cents ($ 25,254,193.00), subject to additions and deductions as provided in the Contract Documents. ~ 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If decisions on other alternates are to be made by the Owner subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date until which that amount is valid.) No alternates accepted, ~ 4.3 Unit prices, if any, are as follows: As indicated in Exhibit One (Contractors Bid) and Exhibit Two (Engineers Certified Bid Tabulation). AlA Document A101/CMa™ -1992. Copyright ~ 1992 by The American Institute of Architects. All rights reserved. WARNING: This AlA" Document is protected by U.S. CopyrIght Law and International Treaties. Unauthorized reproduction or dis1rlbution of this AIAolO Document, or any portion of It, 2 may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This cIocument was produced by AlA software al17:33:38 on 03/02/2005 under Order NO.1 000133470_1 which expires on 8/12/05, and is not for resale. User Notes: (2459850309) " Description Units Price ($ 0.00) ARTICLE 5 PROGRESS PAYMENTS ~ ~.1 Based upon Applications for Payment submitted by the Contractor to the Construction Manager, and upon Project Applications and Certificates for Payment issued by the Construction Manager QRQ .'\t:skitililt, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents; . ~ 5:2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as.follows:. . ~ 5.3 Provided an Application tor Payment is submitted to the Construction Manager not later than the first day of a month, the:Owner:shaU mak~:payment to the Contractor not later than the time stipulated in Supplementary .CoD(iiti~ns, p~~ph.9.3;1.4. If an Application for Payment is received by the Cons~ction Manager after the application date fiXed above~payment shall be made by the Owner not later than (30) days after the COIl,Sauction Manager RBII AFEllHtllElt approve payment. .~ 5.4 Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the.C6ntract.Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portionS of the Work. and be prepared in such form and supported by sJlcb data to subs~tiate its accuracy as -the, Construction ManageL:or Architect may require.,This schedule, unless objec'tedio'by the{;onstruction Manager . ()f Arl;hit~t, shaltbe.,used as, ~;basis for reviewing the Contractor's Applications for Payment. . . :i..~ 5~5),;.~~iitatiops.. fcir Pa:).;~~rii'~hall indicate the percentage of completion of each portion of the Work as of the end of the pen~covered by the:Application for Paymen~ :~.5;6 Su.bject to the provisipPs of the Contract Documents, the amount of each progress payment shall be computed asTollows: . .. . ," : ~.5:6.1~Tak~ PIat portion of the.ContraCt Sum properly allocable to completed Work as determined by multiplying ... " '.' . '" the pereentage:completion of each portion of the Work by the share of the total Contract Sum allocated to that portio~ of the Work,.initheS.chedule of Values. less retainage of ten (10%). Pending final determination of cost to the.~qYq~ of changes. in the W:.o~k.'a,mounts not in dispute may be included as provided in Section 7.3.7 of the . GenerarConditions; . - . . . . ..- . ", ", . ',' . .9 5J~,2 Add that portion .of the Contract Sum properly allocable to materials and equipment delivered and suitably stor~(tat the site for:~llbseql.!ent.incorporation in the completed construction (or, if approved in advance by the Owner. suitably siore~fQf.ftii~.;~h~:at a location agreed upon in writing). less retainage often (10%); ..9 5,6.3 S!lbtract'tl],~;ggreg~te ~i previous payments made by the Owner; and .. ..~ 5.6,4 Subt,rijct:ilffi~~~ts. if any, for which the Construction Manager or Architect has withheld Of nullified a 'Ceitificate for.:PiiYh1~hl}as provided in Section 9.5 of the General Conditions. ..; ;~.~.rrhe:progJ;~~ payment amount determined in accordance with Section 5.6 shall be further modified under the ,:. "(oiloW.ing:cii-c~rostances: . ,.,"..',.-. ,I....':~ ,'.' . -, . . - -, . . ..~ ~ ..9,5;7;'tAdd;u.P<l:ri~Substantial Completion of the Work, a sum sufficient to increase the total payments to one hilii~red-(lQO.o/'~) of the Contract Sum, less such amounts as the Construction Manager recommends and the Architect det~~nes for incomplete Work and unsettled claims; and 95.7.2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor. any additional amounts payable in accordance with Section 9.10.3 of the General Conditions. AlA Document A101fCMlI.... -1992. Cop)'light C 1992 by The American InstiMe of Architects. All rights reserved. WARNING: This AlAe Document Is protee18d by U.S. Copyright l.8w and ImemaUonal Treaties. Unauthorized reproduc1lon or dlatrlbutlon 01 thls AJAs Document, or any portion 01 It, 3 may result In severe civil and criminal penalties, end will be prosecuted to the maximum extent possible undllr tho law. This documen1 was produced by AlA software at 17:33:38 on 0310212005 under Order No.1000133470_1 which expires on 8/12105, and 15 nol for resale. User Notos: . (2459850309) 800'd ~S5:11 50/80/80 Z81>0SLL808 a3~~~Od~O~NI dnO~~ ~dl 3H~ ~ 5.8 Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substanti~l Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections 5.6.1 and 5.6.2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) Reduction is allowed per paragraph 9.6.1.1 of the Supplementary Conditions. ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Section 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment; and (2) a final Project Certificate for Payment has been issued by the Construction Manager and Architect; such final payment shall be made by the Owner not more than 45 days after the issuance of the final Project Cenificate for Payment, or as follows: Per paragraph 9.3.1.4 of the Supplementary Conditions and Section 01290 of the Specifications, ARTICLE 7 MISCELLANEOUS PROVISIONS ~ 7,1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. ~ 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated .~low,.or in the absence thereof, at the legal rate prevailing from time.to time at the .place where the Project is located. . . . . . _H (Insert rate of interest agreed upon, if any.) per annum (Usury laws and requirements under the Federal Truth in Lending Act, similar Slate and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers.) ~ 7,3 Temporary facilities and services: (Here insert temporary facilities and services which are different from or in addition to those included elsewhere in the Contract Documents.) No additions to contract documents. ~ 7.4 Other Provisions: (Here list an)' special provisions affecting the Contract.) No additions to contract documents. ARTICLE 8 TERMINATION OR SUSPENSION ~ 8.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of the General Conditions. ~ 8.2 The Work may be suspended by the Owner as provided in Article 14 of the General Conditions and as provided in paragraph 8.1.1 of the Supplementary Conditions. ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS ~ 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: AlA Document A101/CMam -1992. Copyright Ql) 1992 by The American Ins~tu1e 01 Architects. All rights reserved. WARNING: This AlA" Document Is protected by U.S. Copyright Law and Intemallonal Treaties. Unauthorized reproductlon or dlstrlbullon of this AlA"' Document, or any portion of II, 4 may result In severo cIvil and criminal penalties, and will be prosecuted to tho maximum extent possible uncler the law. This document was produced by AlA software aI17:33:38 on 0310212005 under Ordor No. 1000t 33470_1 which expires on B/12/05, and Is nollor resale. User Notes: (2459850309) 2e0"d dZ6:Z0 50/60/60 Z8to0SLL608 a3~~~Od~O~NI dnO~~ ~dl 3H~ ~ ... ~ 9.1.1 The Agreement is this executed Standard Form of Agreement Bet ween Owner and Contractor. AlA Document AI0l/CMa, 1992 Construction Manager-Adviser Edition. ~ 9,1,2 The General Conditions are the General Conditions of the Contract for Construction. AIA Document A201lCMa, 1992 Construction Manager-Adviser Edition. . ~ 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated August 2004, and are as follows: See Exhibit Three, Specifications Contents for Volumes A, B, and C inclusive. D9Cument Title Pages 99.1.4 The Specifications are those contained in the Project Manual dated as in Section 9.1.3, and are as follows: (Either listthe Spec.ijiClztions here or ;efer to an exhibit attached to this Agreement.) See Exhibit.Three, Specifications Contents for Volumes A, B, and C inclusive. . ~ 9.1.5 The Di-awingiare as follows, and are dated unless a different date is shown below: (Either list the Drawings.here or refer to an exhibit attached to this Agreement.) See. Exhlblt;Four; Drawing Indexes for Volume 1, Part 1, Volume 1, Part 2, and Volume 2. 99,1;6 The Addenda, if any, are as follows: Number 1-'~::' Date December 9, .2004 December 29, 2004 Pages . . . . .UpageS and 9.attachments. 4 pages and 1 attachment Portioris;ofAddenda rehiting to bidding requirements are not part of the Contract Documents unless the bidding requirements are also emimerated in this Article 9. 9 9,1.7:0thed:locuments,:if~ny. fonning part of the Contract Documents are as follows: ..(List .here an)' additionaldocumentswhjch are intended to fonn part of the Contract Documents. The General :'CO.nditionspro,Vlde. thqt bidding riquir~ltients such as advertisement or invitation to bid, Instructions to Bidders, .. ./'/iamplefo.rmsandthe .Contractof."~ bid,'are not part of the Contract Documents unless enumerated in this Agreement: They sho.uldbeJisted nere only if intended to be part of the COn/ra'ct Documents.) The Contractor's bid as indicated in Exhibit One. 9.1.8 The Contractor's obligations under this contract as to Disadvantaged Business Enterprise participation are as stated in the Contractor's bid, which are incorporated as Exhibit One 9.1.9 Entry into this contract by Augusta, Georgia is contingent upon the closing of a municipal bond sale, known as the Series A, B, and C Augusta Airport Revenue bonds, through the sale of which Augusta, Georgia will obtain funding for its obligations as Owner under this contract. AlA Document A101/CMa.... -1992. Copyright Cl:l 1992 by The American Insli1ute of Architects. All rights reserved. WARNING: This AlA- Documenlls protected by U.S. Copyright Law and Intemational Trea1llHl. Unauthorized reproduction or distribution of this AlA" Document, or any portion of It, 5 may result In savant civil and criminal penalties, and will be prosecuted 10 the maximum extent possible under the law. This documenl was produced by AlA. software at 17:33:38 on 03102/2005 under Order No. 1 000133470_1 which expires on 8/12/05. and is not for resale. User Notes: (2469850309) v00.d ~SS:.. 50/80/80 Z8v0SLL808 a3i~~Od~O~NI dnO~~ ~dl 3Hi This Agreement is entered into as of the day and year flrst- written above and is executed in at least four original copies of which one is to be delivered to the Contractor, one each to the Construction Manager and Architect for use in the administration of the Contract, and the remainder to the Owner. ~'- (Signal.") I <S" I Augusta-Richmond County Commission (Printed qqrne anl:ttitle) 1;o..b ','c; ,;..~;", ~~-) ...:",-.." r "' . I {? ..'Lt, ". ,. /'; ~-,"A.,o.," c>. '... .. ._-' ~....~ %""".' -,." -~ wy .' ;Np (Sifmature ..'.'m~~~~~~.,.~'. (Printed lUlme and title) CORPORATE SEAL ~::~~~ -> ~ .. .. ... .. Address fon~t~ilg .DOtices: Municipal B~ding 530 Greene S~t Angus A 30911 Address for giving notices: 635 North west Frontage Road Augusta, GA, 30907 Attest ._",1_ ':;1'" ',J . ..,~ : ..... '.'" .;,; .~., .~-: ,'," . . :. ;;.Attachments:-,..Exhibit One Contractors Bid and DBE Participation . - .;: ... :.;)':' ~:,~ ,Exhibit Two Engineers Certified Bid Tabulation ,.' '. .. .. . '.. ::Exhibit Three Specifications Table of Contents ..Exhibit Four Drawing Index Sheets AlA 312 - Performance Bond and Payment Bond Contractor's Insurance Certificates 61 pages 7 pages 7 pages 3 pages 8 pages 4 pages AlA Document A101/CMa"" -1992. Copyright C 1992 by The American Institute of Architects. All rights reserved. WARNING: This AlA" Document Is protected by U.S. Copyrlght Law and Internatfonal Treaties. Unauthorized reproduction or dlstrlbutlon of this AlA- Document, or eny portion of It. 6 may result In severe civil and criminal penaltles, and will be prosecUUld to the maximum extent possible under the law. This document was produced by AlA software at 17:33:38 on 03l02l2OOS under Order No.1000t33470_1 which expires on 8/12/05, and Is not for resale, User Notes: (2459850309) see'd ~SS:.. Se!Se!Se zst>eSLLses a3~~~Od~O~NI dnO~~ ~dl 3H~ PROJECT NUMBER: AR209024 Section 00300 - BID FORM EXHIBIT ONE (Failure to furnish all requested data will be cause for considering BIDDER nonresponsive and may render tlITs BID invalid on that basis.) BID FOR: TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT FAA A.J.P. PROJECT No. 3-13-0011-26 & 27 SUBMmED TO: Augusta Aviation Commission C/O Augusta-Richmond County Purchasing Department Municipal Building, Room 605 530 Green Street Augusta, Georgia 30911 SUBMITTED.BY: McKnight Construction Co. BIDDER's Name 635 NW Frontage Road Address Augusta, GA. 30917 City, State and Zip Code 1. The undersigned, her~inafter called BIDDER, in ~ompliance with the "Notice to Bidders, II accepting all of the terms and cbnditions of the "Instructions to Bidders," including without limitation those dealing with the disposition of Bid Security; proposes and agrees, if awarded the Contract, to enter into an Agreement with the OWNER in the for:m of Agreement included in the Contract Documents, to furnish all materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the work to be performed under this Contract within the Contract Time indicated in this BID, in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents, to the full and entire satisfaction of the OWNER, for the amounts contained in the Bid Schedules. . 2. This BID will remain open for 60 days after the day of BID opening. If awarded a contract, BIDDER will sign the Agreement and submit the Contract Security and other documents required by the Contract Documents within 15 days after the date indicated in OWNER's Notice of Award. 3. In submitting this BID, BIDDER represents that: (a) BIDDER has become thoroughly familiar with the terms and conditions of the proposed Contract Documents accepting the same as sufficient to indicate and convey understanding of all the conditions and requirements under the Contract which will be executed for the Work. (b) BIDDER has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as BIDDER deems necessary. TERMINAL AREA Dv.fPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-1 PROJECT NUMBER: AR209024 (c) This BID is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in confonnity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham BID; BIDDER has not solicited or induced any person, fInn or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for himself any advantage over any other BIDDER or over OWNER. (d) That no member of the Augusta-Richmond City/County government or other officers or employees of said OWNER is interested directly or indirectly in the Bid or in any portion of the Bid nor in the Contract or any part of the Contract which may be awarded the undersigned on the basis of such BID. (e) This BID is based upon prevailing wages in Richmond County, Georgia and in no case are wages less than those detennined by the Secretary of Labor, a s~hedule of which is contained in the FAA Required Bid and Contract Provisions, Section 00810. (f) It is a condition of this BID and any subsequent contract entered into pursuant to this BID, and it shall be made a condition of each subcontract entered into pursuant to the prime contract that the Contractor and any Subcontractor shall not require any laborer or mechanic employed in performance of the contract to work in surroundings or under working conditions which are unsatisfactory, hazardous, or dangerous to his health or safety, as determined under Construction Safety and Health Standards, Title 29, CFR, Part 1518 36FR7340, promulgated by the U.S. Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act, 82, Stat. 96; that it is a further condition of this BID that he shall be solely responsible for the enforcement of such Construction and Health Standards, and that he defmitely understands that the OWNER and his authorized representatives will not assume any liability resulting from his failure to police and enforce all such standards. (g) . The description under each bid item, being briefly stated, implies, although it does not mention, all incidentals and that prices stated are intended to cover all such work, materials and incidentals as constitute BIDDER's obligations as described in the Specifications, and any details not specifically mentioned, but evidently in~luded in the Contract shall be compensated for in the item which most logically includes it. (h) The Prices Bid includes all sales taxes and other applicable taxes and fees. 4. Contract Time: BIDDER agrees that: (a) The work will be completed within 905 consecutive calendar days from date of Notice- to- Proceed and within the stipulated phasing times as prescribed in Section 01100 "Sufi1lIlary" of the Project Manual. (b) The work is expected to include the period of the 2005 Masters' Golf Tournament (April 4- 1 0); the 2006 Masters' Golf Tournament (April 3-9) and the 2007 Master's Golf Tournament (April 2-8). Work on this contract may be suspended for these periods plus one day prior and one day after (9 days) if requested by the Owner, however these days will not be counted in the total contract time. The Contractor will be required to suspend and restart activity at the site at no additional expense to the Owner. TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-2 PROJECT NUMBER: AR209024 (c) He/She will commence work with an adequate force and equipment at the time stated in the Notice to Proceed, and complete all work in the number of days stipulated from the date stated in said notice including working overtime and on Saturdays, Sundays, and legal holidays as necessary in order to complete the project on time. 5. Bid Schedules: The Prices Bid below include all sales taxes and other applicable taxes and fees. The Building Bid Items are described in Division 1-16 of the specifications and in Volume One drawings, except the "c" and "SE" series sheets. The Site Work Bid Items (unit prices) are described on sheet CO.7 of the drawings, in the Bid Items of the specifications (Division 2 - Sitework/Unit Price Work) and in the attached bid schedule, page 00300-3a to 3r. The alternate bid items are as described in Section 01230 of the specifications and in the attached bid schedule, page 00300-3s to 3x. A. Subtotal all Building Lump Sum Work )./,S~llltJ.4 r(&.4~-e~ fY'tlU,I/),) -R.e Nl'Ili~ 61 Gm1~oNe ~ltN H~ ms (From schedules 3a - 3r) /)/~. Dollars B. Subtotal all Site wor S,lC +lI.\NJlBJ ~~ -TWo o'vt~-ANi) fl ~T \.1N-(j f: 0 \~Nrn. - S (f;\ lJ;VLA~S ). *.SEE ~~PT~\. fl:fL . C. Total Base Bid (Sum or lines A and B above) S tTE L+-trr I~~$I 'E:X1-llbrr\l.AlO G'bLLflR~$ i~i fi~ mlLLllJ,v T-wo ~Y\~ flS-1- tpv\f( ~'n~OV\S-Ar'VD r, V'6 ~ 5 Sll 5'15 ~tAf'M/~O ~~'1-f1~ t>,~(tt; ~ r Dollar ($ 7. I? 'i 1 I ). . (1 A6Lt.4U $ ~~ \t (L~ m L ON. Dollars (~ 3,67c1 J ~d, ~ D. Alternate One (Additive) per Section 01230 Dollar Sl .{)cl \..l..-~(1. .s Dollar (~ "37/ 9 S) @~ liiJ6E -!Jkl'/-oC\.e: ~ ~.-e.vM- OIV'L-- ). ~O~S1Q-N.J:) E.\o-HT tJl"I"41)((-eo Bft~ -N)iV"L-. ~ \, ~a~ TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-3 .BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID II"" . Sp<<. . Estlmlted No. No. It.m Deserlptioo f (Wrlt~ Voillrlee 10 Word.) QUI.lIty V.1t Voil I'rle. Tob) Elteod.d 01530 Traffic Control,. Flagmen, and Bamcades LS j]7 ,035.00~$.77 , o 35..!-0 0 Dollars Seventy Seven .Thousand .Thirty Five. Cents 2 S-140A Remove Bituminous Pavement 25,282 SY 4.08 103.211.00 Dollars One Hundred Three Thousand Two Hundred Eleven Cents 3 S-140B Remove Concrete Pavement 2,731 SY 5.83 15,927.00 Dollars Fifteen Thousand Nine l1undred TWenty Seven cents 4 S-14OC Remove Concrete Sidewalk, Median, or Flume 3,945 SY 5.83 23,007.00 . Dollars Twenty Three Thousand Seve"u .. Cents 5 S-140D Remove Concrete Curb or Curb and Gutter 5,362 LF 5.18 27,797.00 Dollars . Twenty Seven Thousand Seven Hundred Ninety .Seven Cents 6 S-140E Remove Asphalt Curb 548 LF 5.18 2,841. 00 Dollars Two Thousand Eight Hundred Forty One Cents 7 S-140F Remove Concrete Curb Stop 9 EA 194.40 . 1,750.00 Dollars One Thousand Seven Hundred Fifty Cents 'j~ 8 S-14OG > Remove Pipes (6" to 24") 1,300 LF 20.74 26,957.00 Dollars Twenty Six Thousand Nine Hundred Fifty Seven Cents 9 S-140H Remove Drainage Catch Basin, Manhole, or Inlet 14 EA 64.8 . 00 9,072.00 Dollars Nine Thousand Seventy Two Cents BIDDER'S ORGANIZATION Page 3a BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID . Ittm . Spot.. EJllmlted No. No. Ittm Dt3triptloo I (Wrltt Uolt Prict In WordJ) Quntity Uolt UolI Prlct Totll Elttodtd 10 S-1401 RemOve Aircraft Tiedown 17 . EA 280.80 4.774.00 DoJlars Four Thousand Seven Hundred .seventy, Four Cents 11 .S'-140J . Remove Parking Meter 34 EA 100.44 3,415.00 DollarsTh~ee Thousand ".Four Hundred Fifteen 'Cents 12 S.140K Remove Bollard 30 EA .194.,40 5,832.00 . "DollarsFive. Thousand Eight Hundred. Thirty Two Cents 13 S-140L .Remove Gate EA 1,188.00 1,188.00 .. Dollars One Thousand One Hundred Eighty Eight Cents . 14 Sc 140M Remove Chain Link Fence 460 LF 5.40 2,484.00., . Dollars Two Thousand.Four Hundred Eighty Four . ~eI!ts .15 S-140N Remove Security Card Reader 2 EA 561. 60 1,123.00 { Doll~One Thousand One Hundred Twenty Three :Cen~ I 16 $-1400 Remove Road or Parking Lot Sign ~ EA 0.00 0.00 Dollars Zero Cents 23.76 15,824.00 17 S-140P . RernQve Screenwall '666 . LF Dollars'Fifteen Thousand Eight Hundred .Twenty Four Cents 18 S-140q Remove Water and Sewer Lines 2,675 .LF 17.82 47,669..00 DollarsFcirty Seven Thousand Six Hundred Sixty Nine Cents BIDDER'S ORGANIZATION Page 3b - ADDENDUM NO.1. BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS Item Spec. EJllmated BASE BID No. No. .'tem Dacrlptloo/ (Writ. Uolt Pri<:.1o Words) . Quollty Uolt Uolt Prke ToW Exteoded 2 l.S 1,296..00 2,592.00. 28 S.140AB Remove Shed Dollars Two Thousand Five Hundred Ninety Two Cents , 29 S.140AC Remove Mailboxes . Dollars One Hundred Thirty Five Cents 30 . S-140AD Miscellaneous Demolition 15 135.00 135.00 ' 15133,920.00 133,920.00 Dollars .One Hundred Thirty Thr.ee THousand Nine Hundred Twenty Cents 31 B-180 Bituminous Pavement Milling 485 SY Dollars Six Thousand Nine Hundred Forty . Cents 32 S-190 Remove Pavement Marking by Milling or Grinding 1,300 SY Dollars Two Thousand Four Hundred Fifty Seven Cents 34 P-152A Unclassified Excavation 1,550 CY Dollars Five Thousand Twenty Two Cents 35 P-152B Unclassified Excavation-Waste 17,850 CY 14.31 1.89 3.24 6,940.00 2,457.00 5,022.00 19.98 178,129.00- Dollars One Hundred Seventy Eight Thousand One Hundred Twenty Nine Cents 36 P-152C OffsiteBolTow 24,100 CY 10.37 249,869.00. Dollars Two Hundred Forty Nine Thousand Eight. Hundred Sixty Nine Cents 37. P-152D Sub grade Preparation 20,600 SY Dollars Thirty Six Thousand Forty Two Cents BIDDER'S ORGANIZATION 1. 75. 36,042.00 Page 3d BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID It.... Sp.c. Estimated No. It<m DeserlptJo.' (Writ. U.Jt Prie. In Worcb) Qua.1I1Y U.lt Unlt Price. Total Elt..ded .38 P-154 Biaxial Geogrid . 20,600 SY 1.71 7h,7'ifi.OO Dollars Seventy Six Thousand Seven Hundred Fifty Six Cents 39 P-209 Crushed Aggregate Base Course 4,395 CY 54.2.7 238,517.00 D 11 Two. Hundred Thirty Eight Thousand Five Hundred Seventeen o ars Cents .40 P-400A Bituminous Surface Course, Type F 1,150 TON 70.85 81,475.00 Dollars Eighty One Thousand Four Hundred Seventy Five . Cents 41 P-400B Bituminous.Surface Course, Type B Modified 1,260 TON 64.80 81. 648.00 Dollars Eighty One.Thousand Six Hundred Forty Eight Cents .42 P-401A Bituminous Surface Course 60 TON 114.48 6.869.00 Dollars S:;Lx Thousand Eight Hundred Sixty Nine Cents 43 P-401B .Bituminous Base Course 410 TON 86.40 35.42.4.00 Dollars Thirty Five Thousand Four Hundred Twenty Four Cents 44 P-44IA Temporary Concrete Sidewalk 900 SY 28.35 25.515.00 Dollars Twenty Five Thousand Five Hundred.. Fifteen Cents 45 P-44IB Concrete Sidewalk 2,875 SY 21. 60 62.100.00 Dollars Sixty Two Thousand One Hundred Cents 46 P-441 C Type II Concrete Cum .and Gutter 5,560 LF 12.96 72,058.00 Dollars Seventy Two Thousand Fifty Eight Cents BIDDER'S ORGANIZATION Page 3e BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS I BASE BID JI~m Sp<<. Estimated Quantity Uolt Uolt Price Total EII,oded No. No. Item Description I (Wri.e Unit Pricelo Words) - 47 .. P-441D Steel/Concrete Bollard 66 EA Dollars. Fourteen Thousand TWo Hundred .Fifty Six Cents 48 P-44IE Concrete Curb Stop Dollars OIie Thousand Eight Hundred Ninety Five Cents 49 P-44IF Concrete Drainage Flume Dollars One Thousand Ten Cents 50 P-500A St3mped Concrete Sidewalk Dollars .Nlne Thousand Eight Hundred Fifty Cents 51 . P-500B Stamped 6" PCC Pavement Dollars Fourteen Thousand Five .Huridred Eighty Cents 52 P-501A 6" PCC Pavement - Dollars Eight Thousand Twelve. Cents 53 P-50iB 8" PCC Pavement 135 EA 10 SY 120. SY 150 SY 276 SY 5,950 SY ?16 00 lit Oit 100 QR R?OR Q7.70. ?Q.O':\ 31.00 14,256 00 1.RQ,\ 00 1.01000 Q.R'\O.OO 1it.'\RO.00 R.01 ? . 00 184,426.00 One Hundred Eighty Four Thousand .Four Hundred Twenty Six Dollars Cents 54 P-501C 14" PCC Pavement 6,800 Sy. it1.0':\ Dollars TwolHundred Eight Three Tho.usand One Hundred Eleven: Cents 55 P-602 Bituminous Prime Coat Dollars Ten Thousand One Huridrep. Thirty Five Cents BIDDER'S ORGANIZATION 2,760 GAL 3.67 7 R 1, 1 1 1 00 10.11').00 Page 3f BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID Item sp<<. Estlmlled Quaotlty Uolt U.ltl'rk. Total Exteod.d No. No. It.m Ducrfptio~ I (Writ. Uolt I'rice 10 Words) 56 P-603 Bituminous Tack Coat Do]iats Five Hundred Twenty Eight Cents 57 P-620A Reflective Pavement Marking Dollars Five Thousand Three Hundred Twenty Two Cents 58 P-620B Non-Reflective Pavement Marking Dcillars Two Thousand Seven Hundred Eighty Four Cents 59 D-70]B 19"x30" Class III HERCP 425 GAL 3,650 SF 2,455 SF i 87 LF Dollars Twelve Thousand Two Hundred Seventy Five Cents 60 D-70]C 24"x38" Class III HERCP Dollars Six ..Thousand Nine Hundred .Twelve Cents . 6] D~701D 24"x38" Class V HERCP Dollars Forty Five Thousand Eighty Five Cents 62 D-701E 29"x45" Class III HERCP Dollars Fou.r Thousand Forty Nine Cents 63 D-701F 34"x53" Class III HERCP Do]iars Forty One Thousand N.Ine Hundred Twelve Cents 64 D-70]G ]nnch Class III RCP 88 LF 484. LF 40 LF 358 LF. 511 LF Dollars Twenty One Thousand Nine. Hundred Fifty Four Cents BIDDER'S ORGANIZA TrON 1.24 1.46 1.13 65.~64 78.55 93.15 101. 22 117.07 42.96 'i?R.OO 5.322.00 2.784.00 12.275.00 6.912.00 45.085.00 4.049.00 41, 912.00 21,954.00 Page 3g BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID Item Spot- No. Item Desalplioo I (Write Uolt Prkela Words) 23,389.00 No. . . 65 D.70lH 18 Inch Class V RCP Esllmlled QUlollty Uoll UolI Prk. . 511 LF 45.77. Dollars 'twenty Three Thousand Three Hundred Eighty Nine Cents 66 D-701I 24 Inch Class m RCP D II . Twenty Two. Thousand Two Hundred NIne o ars . Cents 67 D-70lJ 24 Inch Class VXCP Dollars Fifteen Thousand Three Hundred Nine Cents .68 D-701K 12 Inch CPP . 424 LF 52.38 270 LF 56.70 3,200 LF 34.59 Dollars One Hundred Ten Thousand Six Hundred Ninety Six Cents 69 D-701L Temporary Drainage DQl.lars Six Thousand Four Hundred Eighty Cents 70 D-705A 6 Inch Perforated CPP L.S. 6,480.00 2,110 . LF 25.34 Dollars Fifty Three Thousand Four .Hundred Sixty One Cents 71 D-705B 6 Inch Underdrai!l Cleanout (Airs ide) Dollars Two Thousand Eighteen Cents 72 D-705C 6 Inch Underdrain Cleanout (Landside) DollarsFour Thousand Six Cents 73 D-705D 12 Inch Underdrain Cleanout (Airside) 4 EA 505.54 8 EA 500.71 13 EA 1,129.74 DollarsFourteen Thousand Six Hundred Eighty Seven Cents BIDDER'S ORGANIZATION Total E,teoded 22,209.00 15,309.00 110,696.00 6,480.00 53,461. 00 2,018.00 ',4,006.00 14,687.00 Page 3h BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS Item Spec. BASE BID No. No. Estimated Item Ducr/plloo I (Writ< Voll Prlctlo Words) Quaollly Vol' Unltl'rlet Total Extt.dtd u . D.705E ]2 Inch Underdrain C1eanout(Landside) ]].EA. 1,129~74. 35,022.00 Dollars Thirty Five Thousand Twenty Two Cents 75 .D-751A ]2 Inch PEDrain Basin 10 EA 1,619.68 16,197.00 Dollars Sixteen Thousand One Hundred Ninety Seven Cents 76 D-75]B Type 1 Manho]e 3 EA 2,886.84 8,661.00 Dollars Eight Thousand Six Hundred Sixty.One Cents 77 D-75 ] C Type C Drop Inlet 4 EA 2,898.87 11,595.00 Dollars Eleven Thousand Five. Hundred NInety Five Cents 78 D-751D Type E Curb Inlet. 9 EA 2,554.20 22,988.00 Dollars Twenty Two Thousanc:l Nine Hundred Eighty Eight Cents 79 D-75]E Airfie]d Junction Box 7 .EA 8,065.66 56,460.00 Dollars Fifty Six Thousand Four Hundred Sixty Cents 80 D-751F Adjl,lst Drainage or Sewer Structure Rim E]evation 5 EA 346.03 1,730.00 Dollars One Thousand Seven Hundred Thirty Cents 8] D-753 Class n Rip Rap ]8 TON 95.13 1,712.00 Dollars One Thousand Seven Hundred Twelve Cents 82 E-89]A In]et Protection 26 EA 205.42 5,341.00 Dollars Five Thousand Three Hundred Forty One Cents BIDDER'S ORGANIZATION Page 3i BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS Item BASE BID Spec. No. No. . Item Des.riptloo I (WrIte V.lt PrI.elo Worlb) Estimated Qua.lily v.1t V.lt Price TotJil Extmded 83 E-891B Curb Inlet Filier DollaJ)~e. .Thousand .Eight Hundred Forty Nine Cents 84 E.893 Temporary Silt Fence DollaJ>ix Hundred Eighty Cents 85 R-654 MoIio-:Directional Pavement MaIker DollaJ'hree -Thousand Two Hundred Forty Cents 86 RS-100A Roadway Sign, Single Post, Single Panel Dollars Two Hundred Forty Three Cents 87 RS-lOOB Roadway Sign, Single Post, Dual Panel DollarsOne Hundred Forty Six Cents 88 T-905A Onsite Topsoil DOllarsOne Thousand Two Hundred Sixty Four Cents . 89 T-905B Onsite Topsoil-Final Stockpile Dollars'fwo Thousand. Seven Hundred Sixty Cents 90 F-162A 7' Chain Link Fence Dollars Nine Thousand Four Hundred Seventy Four Cents 91 F-162C Mow Str!pl Intrusion Barrier Dollarfighteen Thousand Three Hundred Cents BIDDER'S ORGANIZATION 9 EA 150 LF 120 EA 5 EA 3 EA 325 CY '71 0 CY 425 LF 425. LF 205.42 4.54 27.00 48.60 48.60 3.89 ! n.89:, 22.29 43.06 1,849.00 680.00 3.240.00 -241.00 146.00 1.264.00 2.760.00. . 9.474.00 18.300.00 Page 3j BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID Item Spec. EJtlmltcd No. No. Item Descrlptioo I (Write Volt Price 10 Words) QUlollly Volt Volt Price Tol>.l Elleoded 92 F-162D. 24' Dual-Leaf Manual Swing Gate . EA 1,296.00 1,296.00 Dollars One Thousand Two Hu.ndred Ninety Six Cents 93. F-162E . 22' Single-Leaf Cantilever Slide Gate EA 23~494.32 23,494.00 Dollars Twenty Three Thousand Four Hundred.Ninety Four Cents 94 . F-162F Six-Strand Barbed Wire 425 . LF 4.16 1,767.00. Dollars One Thousand Seven Hundred Sixty Seven Cents 95 W-lOOA 6 Inch Class 350 DIP . 280 LF 24.42 6,837.00 Dollars Six Thousand Eight Hun.dred Thirty Seve~ Cents .96 W-lOOB 8 Inch Class 350"DW 3,309 .LF 28.26 93,524.00 Dollars Ninety Three Thousand Five Hundred Twenty Four Cents ~7 W-lOOC 8 Inch Class 350 DIP with Locking Joints 246 LF 35.85 8,818.00 Doilars Eigh t Thousand Eight Hundred eighteen Cents 98 W-lOOD Slnch PYC - C900 886 LF 24.94 22,094.00 Dollars Twenty Two Thousand Ninety Four Cents 99 W-lOOE 8 InchHDPE(SDRI7) 40 LF 25.39 1,016.00 Dollars One Thousand Sixteen Cents 100 W -I OOF 16 Inch Steel Casing. 18,1957.00 175 LF 108.32 Dollars Eighteen Thousand Nine Hundred Fifty SEven Cents BIDDER'S ORGANIZATION Page 3k BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID It.... Spec. Estimlted No. No. Ittnl D..crlptloa I (Write Ualt Price Ia Ward.) Quaatlty Uait Ualt Pri" Total Extruded . 101 W-1OOG. 6InchGate Valve 10 EA . :761.36 .7,614.00 Dollars Seven Thousand Six Hundred Four.teen . . Cents 102 W -1 OOH 8 Inch Gate Valve 14 EA 1.049.46 14.692.00 Dollars Fourteen. Thousand Six Hundred Ninety Two Cents 103 W-1OOl 8" X 6" Tapping Sleeve and Valve EA 3,022.68 3,023.00 Dollars Three Thousand Twenty Thre.e Cents 104 W-1OOJ 8" X 8" Tapping Sleeve and Valve . 3 EA 3.445.97 10,338.00 Dollars Ten. ,Thousand Three Hundred.Thirty Eight Cents 105 W-1OOK 12" X 8" Tapping Sleeve and Valve EA ,; 4, 792 . 10 4.,792~00 Dollars Four .:Tl1ousand Seven Hundred Ninety Two Cents .106 W-lOOL 24" X 8" Tappmg Sleeve and Valve EA 10,800.00 10,800.00 Dollars Ten Thousand Eight Hundred Cents 107 W-lOOM 8 Inch Directional Bore (8" !IDPE Pipe) 40 LF 99.40 3,976.00 Do liars Three Thousand Nine.Hundred Seventy Six Cents 108 W-lOON BOTe and Jack (16" Steel Casing) 125 LF 202.26 25,782.00 .Dollars Twenty.Five Thousand Seven Hundred Eighty Two Cents 109 W-lOOO 6" Fire Hydrant 9 EA 2,977.94 26,801. 00 Dollars Twenty Six Thousand Eight Hundred One Cents BIDDER'S ORGANIZATION Page 31 BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID I llun Spec. No. No. Item D<$CrlptloD J (Write U.lt Price I. W.rds) 110. W-lOOP FreestandingFDC Dollars Two Thousand Five Hundred. Fifty Two Cents III W-lOOQ 2-1/2 Inch PVC Dollars Eight Hundre.d Fifty One Cents 112 W-lOOR 3 Inch PVC Dollars Three Hundred Fifty Eight Cents 113 W-lOOS Relocate Water Meter Dollars One Thousand One. Hundred Forty Seven Cents 114 W-I02A 6 Inch Ductile Iron Dollars' Two Thousand Four Hundred Thirteen Cents liS W - I 02B 10 Inch Ductile Iron Esllmlled QOIDllty u.1t u.1t Price 2' EA 1, 275. 85 75 LF 25 LF .51 LF 432 LF 11. 35 14.32 EA 1,146.96 47.30 58.19 Dollars Twenty Five Thousand One Hundred Thirty Eight Cents 116 W-J02C 8 Inch PVC 529 LF Dollars Sixteen Thousand Six Hundred Eighty Eight Cents . 117 W-I02D 10InchPVC Dollars Two Thousand Two. Hundred Seventy Three Cents 118 W-I02E Sanitary Sewer Precast Manhole 62 LF 31. 55 36.66 4 EA3,824.03 Dollars Fifteen Thousand Two Hundred Ninety Six Cents BIDDER'S ORGANIZATION Tots\ E.tead.d 2,552.00 851. 00 358.00. 1,147.00 2,413.00. .25,138.00 16,688.00 2,2}~.Oq 15,296.00 Page 3m BID SCHEDULE AUGUSTA REGIONAL AIRPORT . TERMINAL AREA IMPROVEMENTS BASE BID Item Spec. Estimated No. No. Item D<sulplloo J (Wrlle Volt Price 10 Wor"') . QUI.1l1y Vall Volt Price Toul EIteoded . 119 W-I02F 3 Inch Force Main 661. LF 10.43. 6.896.00 Dollars Six. Thousand Eight. Hundred. Ninety Six . .Cents 120 W-102G Sanitary Cleanout 3 EA 446.36 1,339.00 Dollars. One Thousand Three Hundred Thirty Nine Cents 121 W-I03 Grinder Station EA 27,882.36 27,882.00 Do.llars Twenty Seven Thousand Eight Hundred Eighty Two Cents 122 LlOSA Conduit Trench in Earth, Earth Backfill 3,S30 L.F. 4.47 17,125.00 Dollars .Seve!lteen Thousand' One Hundred Twenty Five Cents 123 Ll.08B . Conduit Trench in Pavement, Concrete Backfill 425 L.F. 19.53 8,299.00 Dollars Eight Thousand Two Hundred Ninety NIne Cents 124 LlOSe Cable, llC - #10 TIrnN-THWN in Conduit 3,475 L.F. .65 2,252.00 Dollars Two Thousand Tw.o Hundred F:Lfty.Two Cents 125 LlOSD Cable, lIC - #8 TIrnN-THWN in Conduit 4,S35 L.F. .76 3,655.00 Dollars Three Thousand Six Hundred Fifty Five Cents 126 LlO8E Cable, lIC - #6 THHN-THWN in Conduit 5,190 L.F. .99 5,157.00 DollarsFive .Thousand One Hundred Fifty Seven Cents 127 LlOSF Cable, lIC - #4 THHN-THWN in Conduit 3,100 L.F. 1.30 4,018.00 D II Four Thousand Eighteen oars Cents BIDDER'S ORGANIZATION Page 3n BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS }tan BASE BID No. Totd E'leoded Spee. No. lIem Da<r1pdo. I (Write V.1t PrI.el. Words) Estim.U'd Quaollly V.1t V.lt Prlte 133 128 LI08G Cable, lIC - #3 THHN-THWN in Conduit . Doilars One Thousand Four Hundred Fifty Two Cents 129 LI08H Cable, llC - #2 THHN-THWN in Conduit Dollars One Thousand Seven Hundred Seven Cents 130 LI081 Cable, llC - #1/0 THHN-THWN in Conduit Dollars Ten Thousand Nine Hundred Thirty Cents 131 LI08l <;:able, lIC - #4/0 THHN-THWN in 9>nduit Dollars Fourte.en . Thqusand On~ .Hundred Cents 132' L I 08K Conn~t Grinder Pump Station Dollars Eight Huiidred Ten Cents LIIOA Conduit, 2" PVC-40. Direct Burial in Earth Trench DollarsEleven Thousand Four Hundred Twenty One Cents 134 LIIOB Conduit, i.s" i'VC-40. DirectBurial in Earth Trench DollarsFour Hundred Eighty Four Cents 135 LIIOC Conduit,.2" PVC-40. Direct Burial in Pavement Trench DollarsOne . Thousand, Three Hundred Seventy Seven Cents 136 LIIOD I-Way Duct, 2" PVC-40, Conctete Encased DollarsSix Thousand Nine Hundred Twelve Cents . BIDDER'S ORGANIZATION . 960. L.F. 930. L.F. 4,600 L.F. 3,840 L.F. 1.51 1.84 2.38 3.67 I L.S. 810 . 00 3,525 L.F. 140 L.F.. 425 L.F. 800 L.F. 3.24 3..46 3.24 8.64 1,452.00 1,707.00. 10,930.00 14,100.00 810.00 11 ,421. 00 484.00 1,377 . 00 .6,912..00 Page 30 BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS Item Estimated BASE BID No. Qu..tlty V.11 v.1t Price Total Elleoded . s pet. No. Item Descriptio. I (Write Volt Prlc~ la Words) 137 L1l0E Handhole, Type B Installed Complete 3 EACH 1,512.:00 4,536;00 Dollars Four Thousand Five. Hundred Thirty Six Cents . 138 L128B Type "B" Decorative Light Pole, Pole Foundation and I 28 EACH 4,843.89135~629.00 Dollars One Hundred Thirty Five Thou.sand Six Hundred Twenty Nine Cents 139 L128C Type "C" Decorative Light Pole, Pole Fou~dation arid 2 3 EACH 5,359.28 16,078.00 Dollars Sixteen Thousand Seventy Eight Cents 140 L128D Type "D" High Mast Light Pole, Pole Foundation and 3 5 EACH 22,547.46 112,737.00. Dollars One Hundred Twelve Thousand SEven Hundred. Thirty SEven Cents 141 L128E Type "En Ground Mounted Floodlight, Installed Complete 1,049.00 I EACH 1,048.52 Dollars One .Thousand Forty Nine ,. Cents 142 L128F Type "F" Ground Mounted Floodlight, Installed Complete 2,072.00. 2 EACH 1,035.81 Dollars Two Thousand Seventy Two Cents 143 L128G Type "G" Ground Mounted Floodlight, Installed Complete 2 EACH 1 ,.665.03 Decorative Luminaire, Installed Complete Dollars Three Thousand Three Hundred Thirty Cents 3,330.00 . 144 L1281 Type "RLB", Relocate Pole with 2 Cobra Head Luminaires, 3 EACH 1,944.00 New Foundation, Installed Complete Dollars Five Thousand Eight Hundred Thirty Two Cents 5,832.00 145 L128J 1,296.00 10,368.00 Remove Existing Pole with 1 or 2 Cobra Head Luminaires, Including Pole Foundation Dollars Ten Thousand Three Hundred Sixty Eight 8 EACH Cents BIDDER'S ORGANIZATION Page 3p ,. BID SCHEDULE .AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID Item spe<- Estimated No. No. Item Deurlptloo I (Write Uolt Prke to War"') Qu.ullly Uult Uult Prke Totol Exte.ded 14? L128K Remove Existing Apron !-ight P~le and Floodlights Including . Pole Foundation Dollars Thirty Eight Thousand Eight Hundred Eighty Cents ...9EACH 4.320.00 .38.880.00 147 L128L Remove Existing Ground Mounted Floodlight Complete 5 EACH 162.00 810.00 Dollars Ei.ght Hundred Ten Cents 148 L128N Interior Raceway, Wiring and Terminations in New Terminal L.S. Building fOr North Side Multi-Modal Curb Lighting Dollars Two Thosuand Three Hundred Seventy Six Cents 2.376.00 2.376.00 149 L1280 Interior Raceway, Wiring and Terminations in New Tenninal 1. L.S. .Building forSoulli Side Employee Parking Lighting. Dollars Six Thousand NIne Hundred Fifty Nine Cents 6,958.70 6,959.00 ISO L128P Interior Raceway, Wiring and Terminations iIi New Terminal Building for Curb front Renovations Dollars Two Thousand One. Hundred Si~ty Cents I L.S. 7,lnO 00 2,160.00 151 . L128Q Interior Raceway, Wiring and Terminations in New Terminal Building for Airside Non-Hardstand Dollars .Fi f~--n "" d ". .3 -- _!...::"'- I nnl1san S,,-X Hunurcd Sil~ty Cents I LS. Pi.660.00 15,66000 152 L128R Floodlight Installation for Sign No.3 I L.S. 6,4RO.OO Dollars Six Thousand Four Hundred Eighty Cents 153 Plans Tree Protection 14 EACH 174.00 Dollars Four Thousand Five Hundred Thirty Six CeIits 6.4.80 00 4.536 00 154 Plans 6 Inch Schedule 40 PVC Irrigation Sleeve 625 L.P. 11. 88 I 7,4?,) 00 Dollars Seven Thousand Four Hundred Twenty Five Cents . BIDDER'S ORGf\NIZA TION. Page 3q BID SCHEDULE . AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS BASE BID Item Sp<c- Estlmlted No. No. I'em Deserlptioo I (Writ. U.I'l'ri..1D Words) Q...lIty U.1t u.1t I'rIc. Total Elltude<! TOTAL UNIT PRICE BID ITEMS: $. 3,672,826.00 *- *- ~ ~aeD TOVlL ~ St~ lA..ur ~M$ ~,6se:O a..A -::e.1-J6( h....\e-E.,z.ts \~ULA-nO-.l I ~ exH\~tl\WO Of~ ~Dt" BIDDER'S ORGANIZATION Page 3r . BID SCHEDULE . AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS ADDITIVE ALTERNATE NO.2 Item Spot. Estimaled No. No. Item Descriptioo I (Write Voil Price 10 Words) QUI.lIly Voil Voil Price TObl Exleoded Al 01530 Traffic Control,. Flagmen, and Barricades . Dollars. Eight Thousand Thre,.e Cents 1 LS Hundred Thirty Eight 8,337.60 8,338.00 A2 S-140A Remove Bituminous Pavement 1,460 SY Dolb~ Five Thousand NIne Hun~red Sixty Cents 4.08 5,960.00 .A3 S-140B Remove Concrete Pavement 54 SY Dolla~ Two Hundred Eighty Three Cents . 5.25 283.00 A4 . S-140D. Remove Concrete Curb or Curb and Gutter Dolla~ Four Hundred Fifty Four . Cents 70 LF 6~48 454.00 A5 S-140E Remove Asphalt Curb 655 Dol1a~ Four Thousand Two Hundred Forty Four Cents LF 6.48 4,244.00 A6 S-14OO RemovePipes(6~~24") 187 LF Dollars Two Thousand Four. Hundred TWenty Four Cents 12.96 2,424.00 A7 S-140K. Remove Bollard Dollars Five Hundred. Eighteen Cents 4 EA l?Q (,0 'ilR 00. A8 S-140M Remove <::lJain Link Fence 765: LF . Dolla~ Seven. Thousand Nine Hundred Thirty TWo . Cents 10.37 7.932.00 A9 S-1400 Remove Road or Parking Lot Sign Dolla~ Cents o I EA 0.00 .0.00 BIDDER'S ORGANIZATION Page 35 - ADl;>ENDUM NO.1 BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS Item ADDITIVE ALTERNATE NO.2 No. Toul EltcDded . Spet. No. Item D~crlptloo I (Write V.1t Prke \D Worm) Estimated Quaatll)' Volt Volt Prke AIO 9,331.00 All A12 A13 S-14OQ Remove Water and Sewer Lines DollanNine. Thousand Three Hundred Thirty One Cents S-140S Remove Water or Sanitary Sewer Meters, Valves. 4 DollarOne Thousand Four Hundred Twenty Eight Cents S-140Y Remove Toll Booth, Canopy, and Foundation Doll~o Thousand Seven Hundred Cents S-1402 Remove Gate Ann Assembly DollarsFive Hundred Forty Cents AI4 . S-140AD Miscellaneous Demolition , DollarsFive Thousand Seven Hundred Eight Cents 8-190 Remove Pavement Marking by Milling or Grinding DollaIR)ne Thousand Five Hundred Eighty Cents AlS A16 P-lSl Clearing and Grubbing Dollars Twelve. Thousand Nine Hundred Sixty Cents P-152A Unclassified Excavation Dollars Six Hundred .Forty Eight. Cents AI? A18 P-152B Unclassified Excavation-Waste Dollars Six Thousand Nine Hundred Eighty Five Cents BIDDER'S ORGANIZA nON 720 LF 1 . 2 650 12.96 EA 357.05 1,428.00 2,700.00 540.00 5.708.00 1, 580.00 ACREI?9f\O 00 12)96000 200 700 LS 2,700.00 EA 270:00" 6/,8 00 Q QR 6,985 00 Page 3t LS 5,707 80 8Y. 2.43 CY ~ ?4 CY BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMUNALAREAIMPROVEMENTS ADDITIVE ALTERNATE NO.2 Item Spec. .E.Umoted No. No. Item Desulptio. I (Write V.it Price I. W.r"') Quollty Uolt U.1t Price Total Elleoded AI9 P-152C Offsite Borrow 3,000 CY 10.37 31,104.00 Dollars Thirty One Thousand One Hundred Four Cents . A20 P-152D Subgrade Preparation 1,000 SY Dollars One Thousand Seven Hundred Fifty Cents 1.75 1,750.00 A21 P-154 Biaxial Geogrid 1,000 SY Dollars Thr.ee Thousand Eight Hundre.d,;Eighty Eight Cents 3.89 3,888.00 A22. P-209 Crushed Aggregate Base Course 1,050 CY 45.90 48,195..00 Dollars Forty Eight Thousand One Hundred Ninety Five Cents A23 P-400A Bituminous Surface Course, Type F 670 TON 63.99 42,873.00 Dollars Forty Two Thousand . Eight Hundred Seventy Three Cents A24 P-400B Bituminous Surface Course, Type B Modified 10 TON 140.40 1,404.00 Dollars One Thousand Four Hundred Four Cents A25 P-44IC Type II Concrete Curb and Gutter 2,410 LF 11.88 28,631.00 Dollars Twenty Eight Thosuand Six Hundred Thirty One Cents A26 P-441E Concrete Curb Stop 146 EA 21.60 3,154.00 Dollars Three Thousand One Hundred. Fifty Four Cents A27 P-441F Concrete Drainage Flume Dollars Fo.ur Hundred Four Cents 4 SY 100.98 404.00 BIDDER'S ORGANIZATION Page 3u BID SCHEDULE AUGUSTA REGIONAL AIRPORT . TERMINAL AREA IMPROVEMENTS. ADDITIVE ALTERNATE NO.2 It,m Spec. Estlmlted No. No. )lem Descrlptloo I (Writ, Volt 'ricelo Words) QUIDtlly Volt .VDII 'rke TOil. ExleDded A28 P-602 Bituminous Prime Coat 1,330 GAL Dollars Four Thousand Five Hundred Ninety Six . Cents 3;46 4,596.00 A29 P-603 Bituminous Tack Coat 50 GAL 1.19 59.00 Dollars Fifty Nine Cents A30 P-620B Non-Reflective Pavement Marking 2,340 SF .11 253.00 Dollars Two Hundred Fifty Three Cents . A31 D-701A 14"x23" Qass III HERCP 64 t.F Dollars Three Thousand Four Hundred Forty Nine Cents 53.89 3,449.00 A32 D-70lB ]9"x30" ClaSsIIIHERCP ]76 LF 65.64 11; 553.00 Dollars Ele"~n Tnnl1~::m(l FiVE>. Hllndred Fifty Three Cents A33 D-701C 24"x38" Class III HERCP Dollars Four Thousand Eighty Five Cents 52 LF 78.55 4,085.00 A34. D-753 Class II Rip Rap 88 TON . Dollars Eight Thousand Three Hundred Seventy One Cents 95.13 8,371.00 A35 E-893. Temporary Silt Fence Dollars Eight Hundred Sixteen Cents 180 LF 4.54 816.00 A36 RS-IOOA Roadway Sign, Single Post, Single Panel Dollars Five Hundred Forty Cents 10. EA 54.00 540.00 BIDDER'S ORGANIZATION Page 3v BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS ADDITIVE ALTERNATE NO.2 Item Sp<<. Estimated No. No. Item Descrlptioo I (Write Volt PrJcelo Word.) QUI.,ily V.1t V.II Prke Total E,ttDded A37. T-901 Grassing and Mulching 1 . Dollars Two Thousand Five Hundred Ninety Two Cents Acre 2,592.00 2,592.00 A38 T-905A Onsite Topsoil Dollars Eight Hundred Seventy Five Cents 225 . CY 3.89 875.0 3.89 2,916.00 A39 T-905B Onsite Topsoil-Final Stockpile 750 Dollars Two Thousand Nine Hundred Sixteen Cents CY A40 F-162B 6' Chain Link Fence 765 LF Dollars Thi rteen Thon~;mn. TtJo Hllnnrpn NTnpteen Cents 11.28 13,219.00 A41 F-162G Three-Strand Barned Wire Dollars One ThOll~Hnn Six Hllnnren Fi fry TtJo Cents 765 LF 2.16 1,652.00 A42. W-l00R 3 Inch PVC 440 Dollars Four Thousand. Seven Hundred Fifty Two Cents L.F. 10.80 4;752.00 A43 Ll08A Conduit Trench in Earth, Earth Backfill 720 . Dolll!rs Thre~ Thousand Two Hunnred NIneteen Cents L.F. 4..47 3,219.00 A44 LI08C . Cable, I/C - #10 THHN-THWN in Conduit 575 L.F. . .65 373.00 Dollars Three Hundred SEventy Three. Cents A45 Ll 08D Cable, I/C - #8 THHN-THWN in Conduit 1,575 L.F. .76. 1,191. 00 Dollars One Thousand One Hundred NInety One Cents BIDDER'S ORGANIZA nON Page 3w BID SCHEDULE AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS ADDITIVE ALTERNATE NO.2 Jttm Spot. EJtimated No. No. Item D<smptioo I (Write Uolt Price h> Words) Qua.lIly u.1t u.1t Price Total Elle.ded A46 L1l0A . Conduit, 2" PVC-40. Direct Burial in Earth Trench Ti.O L.F. Dollars Two Thousand Three Hundred Thirty .Three . Cents .3.24 2,333.00 A47 Ll28A Type" A" Cobra Head Light Pole, Pole Foundation and 2 4 EACH 2 , 8 7 2 . 2 4 Dollars Eleven Thousand Four Hundred Eighty Nine Cents 11,489.00 A48 Ll28H Type "RLA", Relocate Pole with 1 Cobra Head Ltiminaire, 2 EACH 1,944.00 Dollars Three Thousand Eight Hundred Eighty Eight Cents . 3,888.00 A49 Ll28M Relocate Existing Panel Enclosure aIid Panels for Long Tenn LS. .28.496.00 ---Z.B, 49.6.00 Dollars. Twenty.-~ight .1l'housand .Four .Hundred. Ninety-:S.ix Cents A50 Plans Straw Bale Check Dam DollarsFive Hundred Eighty Three Cents 6 EACH 97.20 583.00 A51 Plans Tree Protection DollanNineH.undred SEventy Two Cents 3 EACH' 324.00 972.00 A52 Plans 6 Inch Schedule 40 PVC Irrigation Sleeve 375 L.F. 1l.07 4,151.00 Dollars Four Thousand One Hundred Fifty One Cents A53 01230 Allowance No.6 (Landscaping and Irrigation) L.S. $22,000.00 . $22,000.00 Dollars Cents TOTAL UNIT PRICE ADDITIVE ALTERNATE NO.2 BID ITEMS s 371,859.00 BIDDER'S ORGANIZATION Page 3x PROJECT NUMBER: AR209024 6. Execution of Contract: BIDDER agrees that: (a) In case of failure on his part to execute the said Contract and Bonds within 15 days after the date indicated in the "Notice of Award", the check or bid bond accompanying this BID, and the money payable thereon, shall be paid to the OWNER as liquidated damages for such failure; otherwise the Bid Bond or check accompanying this BID shall be returned to the undersigned. . 7. Bid Documentation: The following documents are attached to and made a part of this BID: (a) Required Bid Security in the fonn of a Bid Bond or certified check payable to the order of the Augusta Aviation Commission. (b) Non-collusion Affidavit (c) EEO Report Statement (d) Bidder's Affidavit (e) DBE Statement (f) Buy American Certificate (g) Certification of Non-Segregated Facilities (b) Subcontractor List (i) Bidder's Questionnaire Regarding Subcontractors (j) Bidder Certification Regarding Debarment (k) Bidder's Qualification Questionnaire 8. Name and business address (mailing and street) of BIDDER to which all formal Notices shall be sent: McKnight Construction Co. P. O. Box 204718 (635 NW Frontage Road Augusta, GA. 30917 (30907) 9. The tenus used in this BID which are defmed in the General Conditions of the Contract for Construction included as a part of the Contract Documents have the meanings assigned to them in the General Conditions. 10. BIDDER hereby acknowledges receipt of the following addenda: . Addendum No, 1 2 Dated 12/9/04 12/29/04 TERMINAL AREA IM:PROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-4 PROJECT NUMBER: AR209024 II. The BIDDER shall state on the line below, if a corporation, the name of state in which incorporated and the date of said corporation. Georgia Signed this 6th day of January ,2005. McKnight ihL 1/ By: (Signature of individual, partne or officer signing the Bid) ArrEST: !Iw;; f~ lIltA License Number (Seal) (Seal required if BIDDER is a corporation.) NOTE: If Contractor is a Corporation, Secretary should attest seal. Seal is required if BIDDER is a Corporation. If Contractor is a partnership, all partners shall execute the BID (add spaces as required). (REMAINDER OF TillS PAGE INTENTIONALLY LEFf BLANK) TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-5 THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT \NE McKniQht Construction Company P.O. Box 204718, Auqusta, GA 30917 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America One Tower Square -13 CZ, Hartford, CT 06183-6014 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta Aviation Commission, clo Augusta-Richmond County Purchasing Municipal Building, Room 60S, 530 Green Street, Augusta, GA 30911 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10.00% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. . 'VVHEREAS, the Principal has submitted a bid for Terminal Area Improvements, AUQusta ReQional Airport; FAA AI.P. Project No. 3-13-0011-26&27 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials fumished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16th day of December 2004 (Seal) (Title) Travelers Casualty and Surety Company of America I (Surety) -- (Seal) (Title) AlA DOCUMENT A310 . BID BOND. AlA. FEBRUARY 1970 ED. . THE AMERICAN INSTITUTE OF ARCHITEcrs, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 ~STPAUL ~ TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law' the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused . by certain acts of terrorism which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable 'from and imbedded in your overall premium, and is no more than one percent of your premium. ILT-I 0 18 (9/04) TRA VELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY. THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut; and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: William L. Hix, W. Parker Hix, Sandra F. Black, Julie H. Black, Marvala Erinkitola, Regina Sanders, of Atlanta, Georgia, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States; thefollowing instrument(s): .b y his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the. same extent as if the same were signed by the duly . authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. 1bis appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. . VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her. certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive. Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or ~dertaking to which it is attached. (11-00 Standard) IN WlTNESSwHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASVALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused .this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 17th day ofFehruary, 2004. STATE OF CONNECTICUT } SS. Hartford COUNlY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY ~o.;~.-- . By George W. Thompson Senior Vice President . .On this 17th day ofFebhlary, 2004 before me personally came GEORGE W. THOMPSON to me knoWn, who, beiilg.by me duly.swom, did depose and say:. that he/she is Senior Vice President of TRAVELERS CASUALTY AND . SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY .and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said coq;.orations; that the seals affixed' to the said instrUment are such corPorate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her' office under the Standing Resolutions thereof. ., '~e. ~ My ccimmlsslon expires June 30, 2006 Notary Public Marie C. Tetreault , CERTIFiCATE I, the undersigned, Assistant Secretary ofTRAVE:LERS CASUALTY AND S~TY COMPANY OF AMERiCA, TRAVELERS CASUALTY AND SURETY COMPANY .and FARMINGTON CASUALTY COMPANY,. stock corporations of the State .of Connecticut,. DO HEREBY CERTIFY that '.the foregoing.and attached Power of Attorney and Certificate of Authority remains in full force and has .not beenrev()ked; and furthermore, that the Standing Resolutions of the. Boards ofDirec;tors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the c6mpany, in the City of Hartford, State of Connecticut. Dated this 16 th December , 2Q)4 day of ..~-tU-~p1- . By "7 )/'K ~. Korl M. Johanson . AssistanfSecretary, Bond .: . ,. (11-00 Standard) VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the .sea1 of the Company may be affixed by.facsirnile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents; Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be viUid and binding upon the Company in the future with respect to any bond or ~ndertaking to which it is attached. This Power of Attorney and Certificate of Authority. is signed and sealed by facsimile (mechanical or printed) under and by authority of the foUowing Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALlY AND SURElY . COMPANY OF AMERI~A, TRAVELERS CASUALTY. AND. SURElY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any ViCe President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and . Agents to act for and on behalf of the companY!IIld may give such appointee such authority as .his or her certificate of authority may presence to sign with the Company's name and seal with the Company's seal bonds, recogniZances, contracts of indemnity, and other writings obligatory in the nature of . a bond, recognizance, or conditional undertaking, arid any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given.him or her. VOTED: That the Chairman, the President, any ViceChainnan, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company; provided that each. such delegation is in writing and a copy thereof is filed in the office of the Secretary. . VOTED: That any bond, recognizance, coiltract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, imy $econd Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or .AssistaIit Secretary, or (b) duly executed (under seal, ifreqtrlred) by oileor more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her . certificate or their certificates of authority or by one 6rmore Company officers pursuarit to a Written delegation of authority. . KNOW' ALL PERSONS BY THESE PRESENTS~ THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALlY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut; and having their principal offices in the City of Hartford, County of Hartford, . State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: William L. Hix~ W. Parker Hix, Sandra F. Black, Julie H. Black, Marvala Erinkitola, Regina Sanders, of Atlanta, . Georgia, their true and lawful Attomey(s).in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at anyplace within the United States; thdollowing instrument(s): -0 y hislhersole signature and act, any and all bonds, recognizances, coritracts of indemnity, and other writings obligatory in the. nature..of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the. same extent as if the same were signed by the duly .. authorized officers of the Companies, and aU the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are .hereby ratified and confIrmed. 'Ibis appointment is made under and by authority of the following Standing Resolutions of said Companies, 'which Resolutions are.now in full force and effect: . . POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT TRAVELERS CASUALTY AND SURETY COMPANY. FARMINGTON CASUALTY COMPANY . Hartford, Connecticut 06183-9062 PROJECT NUMBER: AR209024 FORM OF NONCOLLUSION AFFIDAVIT (This Affidavit is Part of BID) COUNTY OF RICHMOND ) ) SS. ) STATE OF GEORGI A William D. McKnight being fIrst duly sworn, deposes and says that he is President (Sole owner, a partner, president, secretary, etc.) of McKnight Construction Co. the party making the foregoing Proposal o(BID that such BID is genuine and not collusive or sham; that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fIx the Bid Price of affiant or any other BIDDER, or to fIx any overhead, profIt or cost element of said Bid Price, or of that of any other BIDDER, or to secure any advantage against OWNER any person interested in the proposed confl act; and that all statements in said Proposal or BID are true; and further, that such BIDDER has not, ire or indirectly submitted this BID, or the contents thereof, or dru1fedMormation or da]]lati e to to any association or to any member or agent thereof. ~ .D. J. McKnight Canst uc on Co. . Sworn to and subscribed before me this ~ i1-.... (B daYOf~~ p;;; Notary Public in and for _H ichfYlCf\- d. County . My Commission expires ~ q/ ,2000 (SEAL) TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-8 PROJECT NUMBER: AR209024 (THIS REPORT IS PART OF THE BID) EQUAL OPPORTUNITY REPORT STATEMENT AS REQUIRED BY 41 CFR 60-1.7(b) The BIDDER (Proposer) shall complete the following statement by checking the appropriate blanks. Failure to complete these blanks may be grounds for rejection of bid: 1. The BIDDER (Proposer) has ~ has not _ developed and has ~ does not have _ on file at each establishment affirmative action programs pursuant to 41 CFR 60-1.40 and 41 CFR 60-2. 2. The BIDDER (proposer) has ~ has not _participated in any previous contract or subcontract subject to the equal opportunity clause prescribed by Executive Order 11246, as amended. 3. The BIDDER (Proposer) has --X- has not._ ftled with the Joint Reporting Committee the annual compliance report on Standard Form 100 (EEO-I Report). 4. The BIDDER (proposer) does ~ does not _ employ fIfty 50) or more employees. NAME OF B President BY: TITLE: DATE: 1/6/05 TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-9 PROJECT NUMBER: AR209024 BIDDER'S AFFIDAVIT (This Affidavit is part of the BID) STATE OF GEORGIA COUNTY OF RICHMOND ) William D. McKnight being duly sworn, deposes and says that he resides at 2417 McDowe 11 S t r e e t , Augusta, GA. 30904 that he is the Pr~~id~n~ of MeKnight Construction Co. (Give Title) who signed the abode Proposal or BID, That he was duly authorized to sign and that the BID is the true offer of the BIDDER, that the seal attached is that seal of the IDD R and that all the declarations and statements contained in ~ BfD Xi\ true to the b t of s 0 ledge and belief. WY!L:. b. ~ (Affiant) William D. Subscnoed and Sworn to before me this (p --r-.- day o~ 20(6 ~/~~ (Notary Public) !JffM~ a. t ,2~ My Commission expires (SEAL) TERMINAL AREA Th1PROVEMENTS AUGUSTA REGIONAL AlRPORT, AUGUSTA, GEORGIA BID FORM 00300-10 PROJECT NUMBER: AR209024 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM The following bid conditions apply to this Department of Transportation (DOT) assisted contract. Submission of a BID/proposal by a prospective Contractor shall constitute full acceptance of these bid conditions. (1) DEFINITION - Disadvantaged Business Enterprise (DBE) as used in this Contract shall have the same meaning as defmed in Subpart D to 49 CPR Part 26. (2) POLICY - It is the policy of DOT that DBEs as defmed in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts and subcontracts fmanced in whole or in part with federal funds. Consequently, the DBE requirements of 49 CFR Part 26 apply to this contract. (3) DBE OBLIGATION - The Contractor agrees to ensure that disadvantaged business enterprises as defmed in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts fmanced in whole or in part with federal funds. In this regard all Contractors shall make good faith efforts, as defmed in Appendix A, 49 CFR Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted contracts. (4) COMPLIANCE/CONTRACT ASSURANCE - The CONTRACTOR or hisJher subcontractor(s) shall not discriminate on the basis of race, color, national origin, or sex in performance of this Contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the OWNER deems appropriate. (5) SUBCONTRACT CLAUSE - All BIDDERS and potential Contractors hereby assure that they will include the above compliance clause in all subcontracts which offer further subcontracting opportunities. (6) CONTRACT AWARD - BIDDERS are hereby advised that meeting DBE subcontract goals or making an acceptable good faith effort to meet such goals are conditions of being awarded this DOT assisted contract. (7) DBE PARTICIPATION GOAL. The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation (DOT), apply to this contract. It is the policy of the OWNER to practice non-discrimination based on race, color, sex, or national origin in the award or peifonnance of this contract. All fIrms qualifying under this solicitation are encouraged to submit bids/proposals. A ward of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all BIDDERS, including those who qualify as a DBE. The attainment of goals established for this contract is to be measured as a percentage of the total dollar value of the contract. The goal the Owner has established for this contract is as follows: 15.17% of the Contract to be performed by DBE fIrms (based on historical availability of references and the Architect/Engineer's determination that the above prescribed percentages of the total project work is available to be performed by disadvantaged business enterprise (DBE) fums within the project area). . T~RMlNAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-11 PROJECT NUMBER: AR209024 (8) AVAILABLE DBES - The OWNER utilizes the recent issue of the Georgia Department of Transportation "DBE Certified List." BIDDERS are encouraged to inspect this document to assist in locating DBE's for the work. Credit toward the DBE goals will not be counted unless the DBE to be used is listed on the latest issue of the Georgia DOT's "DBE Certification List" or the South Carolina DOT's "Directory of Disadvantaged Business Enterprises". BIDDERs proposing DBE Subcontractors certified by public agencies other than these Departments of Transportation should include a copy of the agency certification letter with the BID proposal. The OWNER must certify all DBEs prior to their commencement of any work. (9) CONTRACTOR'S REOUIRED SUBMISSION - The OWNER requires the submission of the information in the following pages with the Bid. Certain other DBE information may also be required. (fHE REMAINDER OF TInS PAGE IS INTENTIONALLY BLANK) TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-12 BIDDER QUESTIONNAIRE REGARDING SUBCONTRACTORS All ftrms bidding or quoting on subcontracts for this DOT-assisted project are listed below '"0 ?O o trl n ..., ~ tl:j tI1 ~ ~ IV o \0 o IV -I:>. Annual Gross Receipts Certified Firm Name/Age of Firm Address DBE . .<$500,000 $500,000- $1 mil- $S mil- >$10 mil - (Y or N) $1 mil $S mil $10 mil Mitchell & Everett 2231 Whites Creek Pike Construction/ 20 years Nashville, TN 37207 Y X Abvolt Corporation P. O. Box 1764 10 years Savannah. GA 31402 y X H & S ConcreteCbncretE 519 Forest Parkway,Suite 210 5 years Forest Park, GA 30297 Y X Atlanta Paving and 5788 New Peachtree Road Concrete Const./5 yrs . Doraville, GA 30340 Y X Capital Contracting Co. 1254 Centra Villa Drive, SW 5 yrs. Atlanta, Ga. 30311 Y X Master Craft Flooring 4189 Crosstowne Court 25 years Evans, Ga. 30809 Y X Copper Construction 410 McIntosh Street 5 years Vidalia, GA30474 Y X Dean Collins Const. 11595 Ten Mile Road '. 12 years Baxley. . Ga. 31513 Y X Triad Supply & Svcs P.O. Box 1588 10 Years pembroke, GA Y X Add additional copies of this page as needed. tl:j g6 w"I1 ~O c;~ BIDDER QUESTIONNAIRE REGARDING SUBCONTRACTORS All firms bidding or quoting on subcontracts for this DOT-assisted project are listed below. .." :;cl o tT1 () >-3 ~ to m ?'? ~ tv o \0 o tv .::>. Annual Gross Receipts Certified Firm N ame/ Age of Firm Address DBE . <$500,000 $500,000- $1 mil- $5 mil- >$10 mil (Y or N) $1 mil $5 mil $10 mil Joe L. Houston 05 Pauline St. 15 Years :;rovetown, Ga. Y X . Add additional copies of this page as needed. tl:1 06 8't1 ?o w~ PROJECT NUMBER: AR209024 DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACTORS Classification DBE Firm Name Prime, Sub., Address Joint, Mfr., or Description of Dollar Value of Telephone Supplier Work Work 1. tn~k-C~~ f{~l~ ill AA C~~~-kwM- c'....i- ~lAb F'loo'; t--t $ ~E?/SfD ~tN\, f-...A ~ o~2l4 Rnct. ~L,t1..I I J , 2. D.-€.. N1EA N ..s lLC \'.0. fQX ifl J s~15 M~~v) $ ~~l', cO[? ~Bl'\c.-~ 1 ~c. Z~316 (~~ 4f-ru€j:> ~ oa;. U$:Ce~") 3. $ 4. $ 5. $ Affirmation: The above-named DBE fmn(s) has(have) a estimaya d711:rr t\'~:e as sta~d ab e. B:~ UI (Signature) that it will perform the portion of the Contract listed for the McKnight (Title) President TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-14 PROJECT NUMBER: AR209024 DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACJ'ORS DBE Firm Name Address Telephone Classification Prime, Sub" Joint, Mfr., or Supplier :D><. sub. d^b~5 SuA ~'1. "'.- ~tt$ ~~f\ ~~ ~t.& ~\"'I\~ Affirmation: Description of Work li ~~l~ Dollar Valoe of Work lib S&j~,Sb~ ~ . s '~S\-A r.g 1 <<> $Iho 000- I fP tSd.OOO- $ G6 \~O\ao- I hSCO }l\-S ~ ," \ The above-named DBE firm{S) bas(bave) affmned that it will perform the portion of the Contract listed for the estimated doUar value as staled above. ~y: (Signature) TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA et@ ~ (Title) BID FORM 00300-14 PROJECT NUMBER: AR209024 DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACTORS DBE Firm Name Address Telephone Classification Prime, Sub" Joint, Mfr., or Supplier Description of Work Dollar Value of Work 6 . :w:. S tD \Ct, t:ro -. ~ \ ~~~~ ~rtllbL. . S;!. 'Si-f\, ~tSV,'t~ $ fg} ~~O\ ,., \ 8. $ eO S~I~- 9. S CO 3ttr,5Z0 - 10 ~\~ ~ S~~ Ib.... S 00 sncco- , Affirmation: .. .~l~~~ - The above-named DBE fum(s) has(have) affmned that it will perform the portion of the Contract listed for the estimated dollar value 8S stated above. Bv: (Signature) (Title) TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA a(f[) BID FORM 00300-1 S \ , , I 1 , \.. , \ PROJECT NUMBER: AR209024 DISADV ANT AGED BUSINESS ENTERPRISE (DBE) CONTRACfORS DBE Firm Name Address Telephone Classification Prime, Sub., Joint, Mfr., or Supplier 1. 12. ~,~ Z44~) 14. ~ :r~ ~\ 14- -fJM S.~~IIM. . (!trr it: ~e1: Lt:~> ~ ~ f-Ol ,\\ ~ m Affirmation; Description of Work Dollar Viloe of Work $ ~ ';).030) O(k) bat $~S1O~ ,: s s:a.~p::o cD ~ s~oco s ei~ S;3'l8qlPS~ J The abov~named DBE fum(s) has(bave) affumed that it will perform the portion of the Contract listed for the estimated dollar value as stated above. By: (Signature) TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA ~ (Tille) BID FORM 00300-15 PROJECT NUMBER: AlU09024 Total Price (Base Bid) Total DBE value (Base Bid) Total DBE percent (Base Bid) Total Price Bid (Base + Additive Bid No.1 Only) Total DBE value (Base'" Additive Bid No.1 Ooly) Total DBE percent (Base + Additive Bid No.1 Only) Total Price Bid (Base + Additive Bid Nos. 1 & 2) Total DBE value (Base + Additive Bid Nos. 1 & 1) Total DBE percent (Base + Additive Bid Nos. 1 & 1) The OWNER proposes. to award the contract to the lowest responsive and responsible BIDDER submitting a reasonable bid provided be has met the goals for OBE participation or, if failing to meet the goals. he has made an acceptable good faith effort to meet the established goals for the DBE participation. BIDDER is advised that the OWNER reserves the right to reject any Of aU bids submitted. (10) Q90D FAITH mORTS -If the BIDDER fails to meet the DBE subcontract goals established in Paragraph 7 above, the following information must be submitted prior to contract award to assist the OWNER in determining whether or not the BIDDER made acceptable good faith efforts to meet the contract goal. This information (when applicable). as well as the DBE infonnation. should be submitted as specified in Paragraph 9 above. Suggested guidance for use in determining if good faith efforts were made by a BIDDER is included in Appendix A of 49 CFR Part 26. The evidence of good faith effortS must be submitted by any BIDDER who wishes to be considered. within 48 hours after the BIDs are opened. The burden of submitting this evidence rests soleiy with !he BIDDER and not upon the OWNER A list of the efforts that a BIDDER lDay make and the OWNER may use in making a determination as to the acceptability of a BIDDER's efforts to meet.the goal as included in Appendix A are as.follows: a. Whether the BIDDER attended any pre-solicitation or pre-bid meetings that were scheduled by the recipient to inform DBBs of contracting and subcontracting opportunities. The BIDDER must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The BIDDER must detennine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations; TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUST A, GEOR~ ~(fg) BID FORM 00300-16 . c .n .i}; ;i1 :~ 1: PROJECT NUMBER: AR209024 b. Whether the BIDDER advertised in general circulation, trade association, and minority-focus media concerning the subcontracting opportunities; c. Whether the BIDDER provided written notice to a reasonable number of specific DBEs that their interest in the contract was being solicited in sufficient time to allow the DBEs to participate effectively; d. Whether the BIDDER followed up initial solicitations of interest by contacting DBEs to determine with certainty whether the DBEs were interested; e. Whether the BIDDER selected portions of work to be performed by DBEs in order to increase the likelihood that the DBE goal would be achieved (including, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the BIDDER might otherwise prefer to perform these work items with its own forces); (. Whether the BIDDER provided interested DBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation; g. (1) Whether the BIDDER negotiated in good faith with interested DBEs, not rejecting DBEs as unqualified without sound reasons based on a thorough investigation of their capabilities. It is the BIDDER's responsibility to make a portion of the work available to DBEsubcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers ofDBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the work. (2) A BIDDER using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in rmding and using DBEs is not in itself sufficient reason for a BIDDER's failure to meet the contract DBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the BIDDER of the responsibility to make good faith efforts. Prime contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. h. Whether the BIDDER made efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance required by the OWNER or Contractor; and 1. Whether the BIDDER effectively used the services of available minority/women community organizations; minority/women Contractors' groups; local and state Federal Minority !Women Business Assistance Offices; and other organizations as allowed on a case by case basis to provide assistance in the recruitment and placement of DBEs. TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-17 PROJECT NUMBER: AR209024 NOTE: The nine items set forth above are merely suggested criteria and the OWNER may' specify that you submit information on certain other actions a BIDDER took to secure DBE participation in an effort to meet the goals. A BIDDER may also submit to the OWNER other information on efforts to meet the goals. (11) BIDDER ASSURANCE - The BIDDER hereby assures that he is conunitted to meet one of the following as appropriate: a. The DBE participation goal as established in Paragraph 7 above. b. The DBE participation percentage as shown in Paragraph 9 which was submitted as a condition of contract award. c. The BIDDER (if unable to meet the DBE Goal of 15.17%) is conunitted to a minimum of % DBE utilization on this Contract and submits acceptable full documentation demonstrating good faith efforts. Agreements between BIDDER/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other BIDDERS/proposers are prohibited. The BIDDER shall make a good faith effort to replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. Substitution must be coordinated and approved by the OWNER. The BIDDER shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE subcontract goals and other DBE affIrmative action efforts. Name of BIDDER: By: Date: NOTE: The penalty for making false statements in offers is prescribed in 8 USC 1001. TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-18 PROJECT NUMBER: AR209024 BUY AMERlCAN CERTIFICATE (JAN 1991) By submitting a BID/proposal under this solicitation, except for those items listed by the BIDDER below or on a separate and clearly identified attachment to this BID/proposal, the offer or certifies that steel and each manufactured product, is produced in the United States (as defmed in Article 23 of Instruction to Bidders "Buy American - Steel and Manufactured Products For Construction Contracts") and that components of unknown origin are considered to have been produced or manufactured outside the United States. PRODUcr COUNTRY OF ORIGIN None President Title TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-19 PROJECT NUMBER: AR209024 EXHIBIT "A" List of SupplieslMaterials that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (J an 1991) Acetylene, black. Agar, bulk. Anise. Antimony, as metal or oxide. Asbestos, amosite, chrysolite, and crocidolite. Bananas. Bauxite. Beef, corned, canned. Beef extract. Bephenium Hydroxynapthoate. Bismuth. Books, trade, text, technical, or scientific; newspapers; pamphlets; magazines; periodicals; printed briefs and films; not. printed in the United States and for which domestics editions are not available. Brazil nuts, unroasted. Cadmium, ores and flue dust. Calcium cyanamide. Capers. Cashew nuts. Castor beans and castor oil. Chalk, English. chestnuts. Chicle. Chrome ore or Chromite. Cinchona bark. Cobalt, in cathodeS, rondelles, or other primary ore and metal forms. Cocoa beans. Coconut and coconut meat, unsweetened, in shredded, desiccated or similarly prepared form. Coffee, raw or green bean. Colchicine alkaloid, raw. Copra. Cork, wood or bark and waste. Cover glass, microscope slide. Cryolite, natural. Darnmar gum. Diamonds, industrial, stones and abrasives. Emetine, bulk. Ergot, crude, Erthrityl tetranitrate. Fair linen, altar. Fibers of the following types: abaca, abace, agava, coir, flax, jute, jute burlaps, palmyra and sisal. Goat and kidskins. Graphite, natural, crystal-line, crucible grade. Handsewing needles. Hemp yam. Hog bristles for brushes. Hyoscine, bulk. Ipecac, root. Iodine, crude. Kaurigum. Lac. Leather, sheepskin, hair type. Lavender oil. Manganese. Menthol, natural bulk. Mica Microprocessor chips (brought onto a construction site as separate units for incorporation into building systems duringEconstruction or repair and alteration of real property,) Nickel, primary, in ingots, pigs, shots, cathodes, or similar forms; nickel oxide and nickel salts. Nitroguanidine (also known as picrite). Nux vomica, crude. Oiticica oil. Olive oil. Olives (green), pitted or unpitted, or stuffed, in bulk. TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-20 PROJECT NUMBER: AR209024 List of SuppliesfMaterials that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (lan 1991) (CONTINUED) Opium, Crude. Oranges, mandarin, canned. Petroleum, crude oil, un-fmished oils, and fInished products (see defInitions below). Pine needle oil. Platinum and related group metals, refmed, as sponge, powder, ingots, or cast bars. Pyrethrum flowers. Quartz crystals. Quebracho. Quinidine. Quinine. Rabbit fur felL Radium slats, source and special nuclear materials. Rosettes. Rubber, crude and latex. Rutile. Santonin, crude. Secretin. Shellac. Silk, raw and unrnanufacturered. Spare and replacement parts for equipment of foreign manufacturer, and for which domestic parts are not available. Petroleum tenns are used as follows: Spices and herbs, in bulk. Sugars, raw. Swords and scabbards. Talc, block, steatite. Tantalum. Tapioca flour and cassava. Tartar, crude; tartaric acid and cream of tartar in bulk. Tea in bulk. Thread, metallic (gold). Thyme oil. Tin in bars, blocks, and pigs. Triprolidine hydrochloride. Tungsten. Vanilla beans. Venom, cobra Wax,canauba Woods; logs, veneer, and lumber of the following species: Alaskan yellow cedar, angelique, balsa, ekki, greenhart, lignum vitae, mahogany, and teak. Yam, 50 Denier rayon. "Crude oil" means crude petroleum, as it is produced at the wellhead, and liquids (under atmospheric conditions) that have been recovered from mixtures of hydrocarbons that existed in a vaporous phase in a reservoir and that are not natural gas products. "Finished products" means anyone or more of the following petroleum oils, or a mixture or combination of these oils, to be used without further processing except blending by mechanical means: (A) "Asphalt" - a solid or semi-solid cementitious material that (1) gradually liquefIes when heated, (2) has biturnins as its predominating constituents, and (3) is obtained in reftning crude oil. TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUST A, GEORGIA BID FORM 00300-21 PROJECT NUMBER: AR209024 List of SupplieslMaterials that the U.S. Government Has Determined Are Not Produced In the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (lan 1991) (CONTINUED) (B) "Fuel oil" - a liquid or liquefiable petroleum product burned for lighting or for the generation of heat or power and derived directly or indirectly from crude oil, such as kerosene, range oil, distillate fuel oils, gas oil, diesel fuel, topped crude oil, or residues. (C) "Gasoline" - a refmed petroleum distillate that, by its consumption, is suitable for use as a carburant in internal combustion engines. CD) "Jet fuel" - a refmed petroleum distillate used to fuel jet propulsion engines. (E) "Liquefied gases" - Hydrocarbon gases recovered from natural gas or produced from petroleum refming and kept under pressure to maintain a liquid state at ambient temperatures. (F) "Lubricating oil" - a refmed petroleuin distillate or specially treated petroleum residue used to lessen friction between surfaces. (G) "Naphtha" - a refmed petroleum distillate falling within a distillation range overlapping the higher gasoline and the lower kerosenes. (H) "Natural gas products" -liquids (under atmospheric conditions) includingnaturaI gasoline, that - (I) are recovered by a process of absorption, adsorption. compression, refrigeration, cycling, or a combination of these processes, from mixtures of hydrocarbons that existed in a vaporous phase in a reservoir, and (2) when. recovered and without processing in a refmery, definitions of products contained in subdivision (B), (C), and (G) above. (I) "Residual fuel oil" - a topped crude oil or viscous residuum that, as obtained in refining or after blending with other fuel oil, meets or is the equivalent of Mll..SPEC MlL-F-859 for Navy Special Fuel Oil and any more viscous fuel oil, such as No.5 or Bunker C. "Unfmishe(loils" means one or more of the petroleum oils listed under "Finished products" above, or a mixture or combination of these oils, that are to be further processed other than by blending by mechanical means. TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUST A, GEORGIA BID FORM 00300-22 PROJECT NUMBER: AR209024 SUBCONTRACTS EXCEEDING $10,000 WInCH ARE NOT EXEMPT FROM THE EOUAL OPPORTUNITY CLAUSE Certification of Nonsel!rel!ated Facilities The federally assisted construction Contractor certifies that he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted cons truction Contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction Contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or en~ainment area, transportation, and housing facilities provided for employees which are segregated by explicit directives or are in fact segregated on the basis or race, color, religion, or national origin because of habit, local custom, or any other reason. The federally assisted construction Contractor agrees that (except where he has obtained identical certifications from proposed Subcontractors for specific time periods) he will obtain identical certifications from proposed Subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal :P7~tx lause and !hat he will retain such certifications in his files. k President Signature of BIDDER William D.McKnight Title TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-23 Project Number: AR209024 PERFORMANCE OF WORK BY SUBCONTRACTORS The BIDDER hereby states that he proposes, if awarded the Contract, to use the following subcontractors on this project: List below all proposed subcontractors and trade specialties. ( List only one subcontractor for each item.) The BIDDER shall obtain prior written permission of the OWNER should he choose to add or substitute other subcontractor(s) not shown herein. The remaining work will be self performed by the Contractor. Item Name of Subcontractor Estimated Dollar Value SITEWORK BARNETT SOUTHERN 1,750,000 PAVING APAC 300,000 HV ACIPLUMBING SMITH BROTHERS 1,450,000 FIRE PROTECTION AUGUSTA FIRE PROTECTION 550,000 ELECTRICAL C I ELECTRIC 3,757,000 DRYWALL BONITZ 2,400,000 CASEWORK/TRIM MEI 598,000 METAL ROOF BRISTOL 990,000 SBS ROOF RPI 248,000 MASONARY D.E.MEANS LLC 680,000 LANDSCAPE LAND DESIGN 180,000 FLOORING MASTERCRAFT 880,520 PAINTING MITCHELL & EVERETT 246,000 BAGGAGE GLIDEPATH 544,000 CONVEYOR DEMOLITION THOMPSON WRECKING 200,000 Estimated Total Cost ofItems that BIDDER states will be performed by Subcontractor: ($ 14.773.520.00 ) TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-24 PROJECT NUMBER: AR209024 BIDDER CERTIF1CA TION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS PURPOSE: The OWNER has the responsibility to ensure that it does not enter into a contract for goods or services with any finn, person, etc. that has been debarred, suspended, deemed ineligible or has voluntarily excluded themselves from participation in federally funded programs. Note that the tenn "prospective lower tier participant" has the same meaning as the tenn BIDDER. Completion of this Certification by the BIDDER is a condition of BIDDER's responsiveness to this BID. INSTRUCTIONS FOR CERTIFICATION 1. By signing and submitting this proposal the prospective lower tier participant (BIDDER) is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant (BIDDER) knowingly rendered an erroneous certification in addition to the remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and! or debarment. 3. The prospective lower tier participant (BIDDER) shall provide immediate written notice to the OWNER if at any time the prospective lower tier participant (BIDDER) learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier covered transaction", "participant", "person", "primary covered transaction", "principal", "proposal", and "voluntarily excluded", as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. 5. The prospective lower tier participant (BIDDER) agrees by submitting this proposal that. should the proposed covered transaction be entered into, it shall not knowingly ento' into any subcontract (any lower tier covered transaction) with a firm, or person who is debarred, suspended, declared incligible, or vohmtarily excludedfrom participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant (BIDDER) further agrees by submitting this proposallhat it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all subcontracts Oower tier covered transactions) and in all solicitations for such subcontracts Oower tier covered transactions). 7. A participant (BIDDER) in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may check the Nonprocurement List. TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUST At GEORGIA BID FORM 00300-25 PROJECT NUMBER: AR209024 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a prospective lower tier participant (BIDDER) is not required to exceed that which is nonnally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized WIder paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or volWltarily excluded from participation in this transaction, in addition to other rerredies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debannent (THE REMAINDER OF TIllS PAGE IS INTENTIONALLY BLANK) TERMINAL AREA IMPROVEMENTS AUGUST A REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-26 PROJECT NUMBER: AR209024 BIDDER CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS TIris certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 24 CPR Part 85, Section 85.510, Participants' responsibilities. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). (BEFORE COMPLETING THIS CERTIFICATION, READ INSTRUCTIONS) (1) The prospective lower tier participant (BIDDER) certifies, by submission of this proposal, that neither it nor its principles are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant (BIDDER) is unable to certify to any of the statenrnts in this certification, such prospective participant (BIDDER) shall attach an explanation to this proposal. Name and Address of BIDDER's Organization: M~Knight Construction Co. 635 NW Frontage Road Augusta, Ga. 30907 Signature of BIDDER s Authorized Representative William D. McKnight Name of Bidder's Authorized Representative (please Print or Type Name) President January 6, 2005 Date Title of BIDDER's Authorized Representative (please Print or Type Title) TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-27 PROJECT NUMBER: AR209024 BIDDER QUALIFICATION QUESTIONNAIRE Submitted by McKnight Con~t:rll('t'inn Co Name of BIDDER General Contractor's License # N/ A (Licensed in State of Georgia) ( ) An Individual ( ) A Partnership (X) A Corporation Federal Identification # Principal Office Address: 58-086'i140 635 NW Frontage Road Augusta, GA. 30907 (1) How many years has your organization been in business as a contractor under your present name? 44 years (2) How many years experience in construction work has your organization had as a general contractor? 44 years As a Subcontractor? (3) List below the requested information concerning projects your organization has completed in the last five (5) years for the type of work required in this project (Use additional sheets if necessary) Project Title Contract Amount Required Completion Date Actual Completion Date . NamelAddresstrel of Owner Please see attached sheets (4) Have you ever failed to complete any work awarded to you? If so, where and why? No TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-28 t~~;10~~f.:;}i:;K:g::/~~;~~~~;:;,;;;~(;\L~/.:'~}:,~;XJ}\~~':;L~i~;~. .;::.~:: i.:~~~',~-:~:i::.~;,:J~;. ~~~:: ~., '~-;.!': :..~: '~..~'~'r: ::.';;?:,::;;:~ :::~:. ::.. .~ ~:':::~;~,~ ~_.:';. ,...:,: ~:- ..~: ,':'- Contract Number: Procuring activity: Fixed Price Bid DACA21-02-C-0040 Procurement point of contact: Required Completion Date: January 11,2005 Jack Bartholet (706) 454-3138 Actual Construction completion: 1/05/05 Address of building (s): Address and telephone number of owner: 2408 A 8200 Airborne Division USA Corp of Engineers Ft Benning, Ga 31995 P. O. Box 889 Savannah, Ga. 31402 Julie Oliver (912) 652-5899 Type of project: Total Cost: $1l,153,781.00 Federal Government Total cost of all modifications: GENERAL CHARACTER: Design, permitting, site preparation and construction of a passenger processing tenninal at Lawson Army Airfield, Ft. Benning, Ga This facility is a one story masonry building to meet the military personnel processing and waiting requirements and will be constructed with a standing seam metal roof, concrete floor and steel stud/gypsUm board interior wal system. Generally, interior finishes will be painted gypsum and eMU walls, suspended ceilings and vinyl tile floors. Total area for the main facility is approximately 6,192 SM, which includes assembly spaces, offices, classroom space, a conference room, toilets and showers and a secure storage space. Other components of the complex include a covered pallet storage area, a 100 ton in-ground vehicle scale, a vehicle wash rack, a load staging area for nine aircraft, a fuelingldefueling station, a secure storage. area, a material handing equipment storage building, a bus drop-off area, and a 15,000 lb. pallet scale. Supporting facilities include roads, parking areas for privately own<?d vehicles, fencing and utility services. Contract Number: DACA21-96-C-0069 Procurement point of contact: Kesh Vadlimanil Fred Gotthardt 912-652-5304 Address of building (s): Strachen Rd., Hunter AAF Type of project: Federal Goveminent General character: The Departure/Arrival Aircraft Control Group (DAACG) Operations Facility, Hunter Army Airfield, Georgia replaced a 1950's vintage nose dock hangar previously used for deployment This new building raised the effective execution of peacetime missions and prevents delays and critical restrictions for wartime missions, primarily the rapid deployment of the 3Ib Infantry Division (mechanized) from Ft Stewart. The DAACG Facility is comprised of three essential components: The Troop Terminal; Operations and' Cargo Processing, for a total of 139,000 SF under roof. The separation of troop movements from equipment operations and airside from lands ide operations are critical considerations to the success of this facility. The Cargo Processing area includes modular platfonn scales and pallet scales which are utilized in determining static and center of gravity loads for aircraft load planning. Clarity of design and durability of materials is important characteristics which the designers have attempted to achieve. It is the intent that the facility be expressive of strength and purpose for the missions it is intended to support. Procuring activity: fixed price bid Required Completion Date: September 1999 Actual completion: September 1999 Address and telephone number of owner: USA Corp of Engineers P.O. Box 889 Savannah, GA 31402, Julie Oliver, 912-652-5899 Total Cost: $8,066,241.00 Total cost of all modifications: $109,546.00 PROJECT NUMBER: AR209024 (5) Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? If so, state name of individual, name of other organization, and reason therefore. No (6) Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? If so, state name of individual, name of owner and reason therefore. No (7) Give below any information which would indicate the size and capacity of your organization, including number of employees, equipment owned by your organization. etc., which are available for utilization on this Contract. McKnight Construction Co. ha!'l bepn in hllc:d..,E'~~ sincQ 1956. 'olChsve done approximately $100 million per year and employ between 100-300 people We have adequate personnel and equipment to complete this project. (8) What is your bonding capacity? $150,000,000 (9) What amount of your bonding capacity has been used as of the date of this bid? $50,000,000 (10) How many applications for performance and payment bonds have you made in the last three (3) years? 50 TERMINAL AREA IMPROVEMENTS AUGUST A REGIONAL AIRPORT, AUGUST A, GEORGIA BID FORM 00300-29 PROJECT NUMBER: AR209024 (11) How many of these applications were not approved? None (12) Have any claims been filed against a bond provided for you by your surety bond company in the last five (5) years? If so, describe the nature of the claims and give the names of the surety companies, dates of each claim. identifying numbers of each claim, amounts of each claim, and the status of each claim. (Use additional sheets if necessary.) None (13) Have your company been in disputes or litigations in the last five (5) years over construction projects which are completed or still pending for completion? If so, describe the nature of the <Usputes or litigations and state the Owner's Name, Address, Telephone, and amount of disputes or litigations. (Use additional sheets if necessary.) None I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of the date hereinafter set forth, and that those examining this document have my pennission to contact any or all of those parties listed in this questionnaire. correct or misleading statements in this questionnaire shall be grounds for a determination ofnonrespo ibilit .threspect to such contractor. Mc ****************************************** LIYE***lJ:*** William D. McKnight (TYPE OR PRINT COMPANY NAME) 635 NW Frontage Road AIIgl1"::h" GA. 30907 (TYPE OR PRINT ADDRESS) TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA BID FORM 00300-30 BID TABULATION EXHIBIT TWO Augusta Regional Airport Terminal Area Improvements.2003 Bid Opening: Thursday, January 6, 2005 at 3:00 p.m. Qu~ntitY. .1 McKnlaht Construction Co. . Item # ~ Item of Work Unit Unit Price Bid ~ BASE BID 1 01530 Traffic Control,. Flagmen, and Barricades 1.000 LS $77,035.00 $77,035.00 2 S.14OA Remove Bituminous Pavement 25,282 SY $4.08 $103,150.56 . 3 S-140B Remove Concrete Pavement 2,731 SY $5.83 $15,921.73 . 4 S-14OC Remove Concrete Sidewalk, Median, or Flume 3,945 SY $5.83 $22,999.35 . 5 8-1400 Remove Concrete Curb or Curb and Gutter 5,362 LF $5.18 $27,775.16 . 6 8-14OE Remove AsphaU Curb 548 LF $5.18 $2,838.64 . 7 S-140F Remove Concrete Curb Stop 9 EA $194.40 $1,749.60 . 8 8-140G Remove Pipes (6. to 24") 1,300 LF $20.74 $26,962.00 . 9 8-14OH Remove Drainage Catch Basin, Manhole, or Inlet 14 EA $648.00 $9,072.00 10 S.1401 Remove Aircraft Tledown 17 EA $280.80 $4,773.60 . 11 S.14OJ Remove Parldng Meter 34 EA $100.44 $3,414.96 . 12 S-140K Remove Bollard 30 EA $194.40 $5,832.00 13 8-14OL Remove Gate 1 EA $1,188.00 $1,188.00 14 S-14OM Remove Chain Link Fence 460 LF $5.40 $2,484.00 15 8-140N Remove Security Card Reader 2 EA $561.60 $1,123.20 . 16 S-1400 Remove Road or Parldng Lot Sign - I EA $0.00 $0.00 17 8-14OP Remove Screenwall 666 LF $23.76 $15,824.16 . 18 S-14oo Remove Water and Sewer Lines 2,675 LF $17.82 $47,668.50 . 19 8-140R Remove Fire Hydrant 1 EA $324.00 $324.00 20 8-14OS Remove Water or Sanitary Sewer Meters, Valves 28 EA $194.40 $5,443.20 . orC>>herAppurtenance 21 S-140T Remove Sanitary Sewer Manhole/Junction Box 2 EA $972.00 $1.944.00 22 8-140U Remove Septic Tank and Drain Field 1 LS $9,720.00 $9,720.00 23 S-140V Remove Gas Line 170 LF $15.55 $2,643.50 . 24 S.14OW Remove Gas Meter or Other Appurtenance 1 EA $972.00 $972.00 25 8-140X Remove Selective Landscaping 1 LS $7,020.00 $7,020.00 26 S-140Z Remove Gate Arm Assembly 1 EA $469.80 $469.80 . 27 S-14OM Remove Air Conditioning Unit 18 EA $324.00 $5,832.00 28 S.140AB Remove Shed 2 LS $1,296.00 $2,592.00 29 S-14OAC Remove Mailboxes 1 LS $135.00 $135.00 30 S-14OAD Miscellaneous Demolition 1.00 LS $133,920.00 $133,920.00 31 S-180 Bituminous Pavement Milling 485 SY $14.31 $6,940.35 . 32 S-190 Remove Pavement Marking by Milling or Grinding 1,300 SY $1.89 $2,457.00 Page 1 Bid Tab Terrrinal Area l1T'4'fovements.xls BID TABULATION EXHIBIT TWO Augusta Regional Airport Terminal Area Improvements 2003 Bid Opening: Thursday, January 6, 2005 at 3:00 p.m. ftem# Spec Item of Work Quantity ./.unlt: MtKnlahtConstrUcllon Co. 1.< Unit Price Bid ~ 34 P-152A Unclassified Excavation 1,550 CY $3.24 $5,022.00 35 P-152B Unclassified Excavation-Waste 17,850 CY $9.98 $178,143.00 . 36 P.152C Offsite Borrow 24,100 CY $10.37 $249,917.00 . 37 P-1520 Subgrade Preparation 20,600 SY $1.75 $36,050.00 . 38 P.154 Biaxial Geogrid 20,600 SY $3.73 $76,838.00 . 39 P-209 Crushed Aggregate Base Course 4,395 CY $54.27 $238,516.65 . 40 P-400A Bituminous Surface Course, Type F 1,150 TON $70.85 $81,477.50 . 41 P-400B Bituminous Surface Course, Type B Modified 1,260 TON $64.80 $81,648.00 42 P-401A Bituminous Surface Course 60 TON $114.48 $6,868.80 . 43 P-401 B Bijuminous Base Course 410 TON $86.40 $35,424.00 44 P-441A Temporary Concrete Sidewalk 900 SY $28.35 $25,515.00 45 P-441B Concrete Sidewalk 2,875 SY $21.60 $62,100.00 46 P-441C Type II Concrete Curb and Gutter 5,560 LF $12.96 $72,057.60 . 47 P-441D S leeVConcrete Bollard 66 EA $216.00 $14,256.00 48 P-441E Concrete Curb Slop 135 EA $14.40 $1,944.00 . 49 P-441F Concrete Orainage Flume 10 SY $100.98 $1,009.80 . 50 P-500A Stamped Concrete Sidewalk 120 SY $82.08 $9,849.60 . 51 P.500B Stamped 6. PCC Pavement 150 SY $97.20 $14,580.00 52 P.501A 6" PCC Pavement 276 SY $29.03 $8,012.28 . 53 P.501B 8" PCC Pavement 5,950 SY $31.00 $164,450.00 . 54 P.501C 14" PCC Pavement 6,800 SY $41.63 $283,064.00 . 55 P-602 Bituminous Prime Coat 2,760 GAL $3.67 $10,129.20 . 56 P-603 Bituminous Tack Coat 425 GAL $1.24 $527.00 . 57 P-62OA Reflective Pavement Marking 3,650 SF $1.46 $5,329.00 . 58 P-62OB Non-Reflective Pavement Marking 2,455 SF $1.13 $2,774.15 ' 59 0.701B 19"x30' Class III HERCP 187 LF $65.64 $12,274.68 . 60 D-701C 24"x38' Class III HERCP 88 LF $78.55 $6,912.40 . 61 0.7010 24"x38" Class V HERCP 484 LF $93.15 $45,084.60 . 62 D.701E 29"x45" Class III HERCP 40 LF $101.22 $4,048.80 . 63 D-701F 34'x53" Class III HERCP 358 LF $117.07 $41,911.06 . 64 D.701G 18 Inch Class III RCP 511 LF $42.96 $21,952.56 . 65 D-701H 18 Inch Class V RCP 511 LF $45.77 $23,388.4 7 . Page 2 Bid Tab Terminal Area ifrllrovermnts.xls BID TABULATION EXHIBIT TWO Augusta Regional Airport Terminal Area Improvements 2003 Bid Opening: Thursday, January 6, 2005 at 3:00 p.m. Item # ~ Item of Work ,. Quantity I- ~~It McKnlc~ht Construction to. .. Unit Price Bid ~ 66 0-7011 24 Inch Class III RCP 424 LF $52.38 $22,209.12 . 67 D.701J 24 Inch Class V RCP 270 LF $56.70 $15,309.00 68 0-701K 12 Inch CPP 3,200 LF $34.59 $110,688.00 . 69 0-701L Temporary Drainage 1 L.S. $6,480.00 $6,480.00 70 D-705A 6 Inch Perforated CPP 2,110 LF $25.34 $53,467.40 . 71 0.7058 6 Inch Underdrain Cleanout (Airslde) 4 EA $505.54 $2,022.16 . 72 0.70SC 6 Inch Underdraln Cleanout (Landside) 8 EA $500.71 $4,005.68 . 73 0.7050 12 Inch Underdrain Cleanout (Airslde) 13 EA $1,129.74 $14,686.62 . 74 0-705E 12 Inch Underdrain C1eanout (Lendside) 31 EA $1,129.74 $35,021.94 . 75 0-751A 12 Inch PE Drain Basin 10 EA $1,619.68 $16.196.80 . 76 0-7518 Type 1 Manhole 3 EA $2,886.84 $8.660.52 . 77 D.751C Type C Drop Inlet 4 EA $2,898.87 $11,595.48 . 78 0-7510 Type E Curb Inlet 9 EA $2,554.20 $22,987.80 . 79 D-751E Airfield Junction Box 7 EA $8,065.66 $56,459.62 . 80 D-751F Adjust Drainage or Sewer Structure Rim Elevation 5 EA $346.03 $1,730.15 . 81 0-753 Class II Rip Rap 18 TON $95.13 $1,712.34 . 82 E-891A Inlet Protection 26 EA $205.42 $5.340.92 . 83 E-8918 Curb Inlet Rtter 9 EA $205.42 $1.848.78 . 84 E-893 Temporary Slit Fence 150 LF $4.54 $681.00 . 85 R-654 Mono-Olrectional Pavement Marker 120 EA $27.00 $3.240.00 86 RS-100A Roadway Sign, Single Post, Single Panel 5 EA $48.60 $243.00 87 RS-1ooB Roadway Sign, Single Post, Dual Panel 3 EA $48.60 $145.80 . 88 T -905A Onslle Topsoil 325 CY $3.89 $1.264.25 . 89 T .905B Onslle T opsoll-Rnal Stockpile 710 CY $3.89 $2.761.90 . 90 F-162A 7' ChaIn Link Fence 425 LF $22.29 $9,4 73.25 . 91 F-162C Mow Strip/Intrusion Barrier 425 LF $43.06 $18,300.50 . 92 F.162D 24' Oual-Leaf Manual Swing Gate 1 EA $1.296.00 $1.296.00 93 F-162E 22' Single-Leaf Cantilever Slide Gate 1 EA $23,494.32 $23,494.32 . 94 F-162F SIx-Strand Barbed Wire 425 LF $4.16 $1.768.~0 . 95 W.1ooA 6 Inch Class 350 DIP 280 LF $24.42 $6.837.60 . 96 W-1ooB 8 Inch Class 350 DIP 3,309 LF $28.26 $93,512.34 . 97 W-100C 8 Inch Class 350 DIP with Locking Joints 246 LF $35.85 $8,819.10 . Page 3 Bid Tab Tennlnal Area Improveroonts.xls BID TABULATION EXHIBIT TWO Augusta Regional Airport Terminal Area Improvements 2003 Bid Opening: Thursday, January 6, 2005 at 3:00 p.m. : I Unlt_ - . , ,:!'. .. ~, Item # Spec Item of Work Quantity McKnlaht Construction Co. ' Unit Price Bid ~ 98 W.100D 8 Inch PVC - C900 886 LF $24.94 $22,096.84 * 99 W-100E 8 Inch HOPE (SDR17) 40 LF $25.39 $1.015.60 * 100 W.100F 16 Inch Steel Casing 175 LF $108.32 $18.956.00 * 101 W.100G 6 Inch Gate Valve 10 EA $761.36 $7.613.60 * 102 W.100H 8 Inch Gate Valve 14 EA $1,049.46 $14.692.44 * 103 W.1001 8. X 6. Tapping Sleeve and Valve 1 EA $3,022.68 $3.022.68 * 104 W-100J 8. X 8" Tapping Sleeve and Valve 3 EA $3,445.97 $10,337.91 * 105 W-100K 12" X 8" Tapping Sleeve and Valve 1 EA $4,792.10 $4,792.10 * 106 W-100L 24" X 8" Tapping Sleeve and Valve 1 EA $10.800.00 $10.800.00 107 W-100M 8 Inch Directional Bore (8* HOPE Pipe) 40 LF $99.40 $3.976.00 108 W.100N Bore and Jack (16" Steel Casing) 125 LF $202.26 $25,282.50 * 109 W-1000 6" Fire Hydrant 9 EA $2,977.94 $26.801.46 * 110 W.100P Freestanding FDC 2 EA $1.275.85 $2.551.70 * 111 W-1000 2.1/2 Inch PVC 75 LF $11.35 $851.25 * 112 W.100R 3 Inch PVC 25 LF $14.32 $358.00 113 W.100S Relocate Water Meter 1 EA $1,146.96 $1.146.96 * 114 W-102A 6 Inch Ductile Iron 51 LF $47.30 $2.412.30 * 115 W-102B 10 Inch Ductile Iron 432 LF $58.19 $25,138.08 * 116 W-102C 8 Inch PVC 529 LF $31.55 $16.689.95 * 117 W-102D 10 Inch PVC 62 LF $36.66 $2.272.92 * 118 W-102E Sanitary Sewer Precast Manhole 4 EA $3,824.03 $15,296.12 * 119 W.102F 3 Inch Force Main 661 LF $1D.43 $6,894.23 * 120 W.102G Sanitary Cleanout 3 EA $446.36 $1.339.08 * 121 W-103 Grinder Station 1 EA $27,882.36 $27.882.36 * 122 L1 08A Conduit Trench In Earth. Earth Backfill 3,830 L.F. $4.47 $17.120.10 * 123 L108B Conduit Trench in Pavement. Concrete Backlill 425 L.F. $19.53 $8.300.25 * 124 L1 08C Cable. 1/C. #10 THHN-THWN in Conduit 3.475 L.F. $0.65 $2.258.75 * 125 L108D Cable. 1/C - #8 THHN- THWN In Conduit 4.835 L.F. $0.76 $3,674.60 * 126 L108E Cable. 1/C - #6 THHN.THWN In Conduit 5,190 L.F. $0.99 $5,138.10 * 127 L108F Cable. 1/C - #4 THHN.THWN In Conduit 3.100 L.F. $1.30 $4.030.00 * 128 L1 08G Cable. 1/C - #3 THHN. THWN In Conduit 960 L.F. $1.51 $1.449.60 * 129 L108H Cable. 1/C. #2 THHN-THWN In Conduit 930 L.F. $1.84 $1.711.20 * Page 4 Bid Tab Terrrinal Area Improvements.xls BID TABULATION EXHIBIT TWO Augusta Regional Airport Terminal Area Improvements 2003 Bid Opening: Thursday, January 6, 2005 at 3:00 p.m. Item # Spec Item of Work ' Quantity I. tJnft. McKnlaht Construction Co. . Unit Price Bid ~ 130 L1081 Cable, 1/C - #1/0 THHN.THWN In Conduit 4,600 LF. $2.38 $10,948.00 ' 131 L1 08J Cable, 1/C . #4/0 THHN-THWN In Conduit 3,840 LF. $3.67 $14,092.80 ' 132 L108K Connect Grinder Pump Station 1 LS. $810.00 $810.00 133 L110A Conduit, 2' PVC-40. Direct Burial in Earth Trench 3,525 LF. $3.24 $11,421.00 134 L110B Conduit, 2.5" PVC-40. Direct Burial In Earth Trench 140 LF. $3.46 $484.40 ' 135 L110C Conduit, 2' PVC-40. Direct Burial In Pavement Trench 425 LF. $3.24 $1,377.00 136 L110D 1-Way Duct, 2" PVC-40, Conctete Encased 800 LF. $8.64 $6,912.00 137 L110E Handhole, Type B Installed Complete 3 EACH $1,512.00 $4,536.00 138 L128B Type .B' Decorative Light Pole, Pole Foundation and 1 28 EACH $4,843.89 $135,628.92 . Decorative Lumlnalre, Installed Complete 139 L128C Type 'CO Decorative Light Pole, Pole Foundation and 2 3 EACH $5,359.28 $16,077.84 ' Decorative Luminaires, InstaDed Complete 140 L128D Type .D' High Mast Light Pole, Pole Foundation and 3 5 EACH $22,547.46 $112.737.30 ' Floodlights, Instalied Complete 141 L128E Type 'E' Ground Mounted Floodlight, Installed Complete 1 EACH $1,048.52 $1,048.52 ' 142 L128F Type 'P Ground Mounted Floodlight, Installed Complete 2 EACH $1,035.81 $2,071.62 , 143 L128G Type 'G' Ground Mounted Floodlight, Installed Complete 2 EACH $1,665.03 $3,330.06 ' Decorative Lumlnalre, Instalied Complete 144 L1281 Type 'RLB., Relocate Pole with 2 Cobra Head Luminaires, 3 EACH $1,944.00 $5,832.00 New Foundation, Installed Complete 145 L 128J Remove Existing Pole with 1 or 2 Cobra Head Luminaires, 8 EACH $1,296.00 $10,368.00 Including Pole Foundation 146 L128K Remove Existing Apron Light Pole and Floodlights Including 9 EACH $4,320.00 $38,880.00 Pole Foundation 147 L128L Remove Existing Ground Mounted Floodlight Complete 5 EACH $162.00 $810.00 148 L 128N Interior Raceway, WIring and Tennlnations In New Tennlnal 1 LS. $2,376.00 $2,376.00 Building for North Side Multi-Modal Curb Lighting 149 L 1280 Interior Raceway, Wiring and Tennlnations In New Tennlnal 1 LS. $6,958.70 $6,958.70 ' Building for South Side Employee Parking Lighting 150 L128P Interior Raceway, Wiring and Tennlnations In New Tenninal 1 LS. $2,160.00 $2,160.00 Building for Curbfront Renovations 151 L 128Q Interior Raceway, Wiring and Tennlnations in New Tennlnal 1 LS. $15,660.00 $15,660.00 Building for A1rslde Non-Hardstand 152 L128R Floodlight Installation for Sign NO.3 1 LS. $6,480.00 $6,480.00 153 Plans Tree Protection 14 EACH $324.00 $4,536.00 154 Plans 6 Inch Schedule 40 PVC Irrigation Sleeve 625 LF. $11.88 $7,425.00 Total - Base Bid Only: I $3,672,443.691 Page 5 Bid Tab Tenrlnal Area Irmrovemenls.xls BID TABULATION EXHIBIT TWO Augusta Regional Airport Terminal Area Improvements 2003 Bid Opening: Thursday, January 6, 2005 at 3:00 p.m. Quantity I '.unlt , McKnloht Construction Co. , Item # ~ Item of Work " Unit Price Bid ~ ADDITIVE ALTERNATE NO.2 Al 01530 Traffic Control,. Flagmen. and Barricades 1 LS $8.337.60 $8.337.60 . A2 5-140A Remove Bituminous Pavement 1,460 SY $4.08 $5.956.80 . A3 5-140B Remove Concrete Pavement 54 SY $5.25 $283.50 . A4 S-14OD Remove Concrete Curb or Curb and Gutter 70 LF $6.48 $453.60 . A5 5-140E Remove Asphatt Curb 655 LF $6.48 $4,244.40 . A6 S.140G Remove Pipes (6. to 24") 187 LF $12.96 $2,423.52 . A7 S-l40K Remove Bollard 4 EA $129.60 $518.40 . A8 S-14OM Remove Chain Link Fence 765 LF $10.37 $7,933.05 . A9 5-1400 Remove Road or Parking Lot Sign 0 EA $0.00 $0.00 A 10 5-14OQ Remove Water and Sewer Lines 720 LF $12.96 $9.331.20 . All 5-140S Remove Water or Sanitary Sewer Meters, Valves 4 EA $357.05 $1,428.20 . or Other Appurtenance A 12 S-14OY Remove Ton Booth, Canopy, and Foundation 1 LS $2.700.00 $2,700.00 A 13 5-14OZ Remove Gate Arm Assembly 2 EA $270.00 $540.00 A 14 S-14OAO Miscellaneous Demolition 1 LS $5.707.80 $5.707.80 . A 15 5-190 Remove Pavement Marking by Milling or Grinding 650 SY $2.43 $1.579.50 . A 16 P-151 Clearing and Grubbing 1 ACRE $12.960.00 $12,960.00 A 17 P-152A Unclassified Excavation 200 CY $3.24 $648.00 A 18 P-152B Unclassified Excavation.Waste 700 CY $9.98 $6.986.00 . A 19 P-152C Offsite Borrow 3,000 CY $10.37 $31.110.00 . A 20 P-1520 Subgrade Preparation 1,000 SY $1.75 $1.750.00 A 21 P-l54 Biaxial Geogrid 1,000 SY $3.89 $3,890.00 . A22 P-209 Crushed Aggregate Base Course 1,050 CY $45.90 $48,195.00 A 23 P-4ooA Bituminous Surface Course. Type F 670 TON $63.99 $42.873.30 . A 24 P-400B Bituminous Surface Course, Type B Modified 10 TON $140.40 $1,404.00 A25 P-441C Type II Concrete Curb and Gutter 2,410 LF $11.88 $28,630.80 . A26 P-441E Concrete Curb Stop 146 EA $21.60 $3.153.60 . A27 P-441F Concrete Drainage Flume 4 SY $100.98 $403.92 . A 28 P-602 Bituminous Prime Coat 1,330 GAL $3.46 $4,601.80 . Page 6 Bid Tab Teminal Area Il11>fOVements.xts BID TABULATION EXHIBIT TWO Augusta Regional Airport Terminal Area Improvements 2003 Bid Opening: Thursday, January 6, 2005 at 3:00 p.m. .' ,J . 'd~antity" , uri~ . , !tern # Spec Item of Work l' McKnlahtCohstruction Co.' Unit Price Bid ~ A29 P-603 Bituminous Tack Coat 50 GAL $1.19 $59.50 . A30 P-62OB Non-Ref1ective Pavement Marlling 2,340 SF $0.11 $257.40 . A 31 D.701A 14.x23" Class 1/1 HERCP 64 IF $53.89 $3,448.96 . A 32 D-701B 19"x3O" Class 11/ HERCP 176 IF $65.64 $11,552.64 . A 33 D-701C 24'x38. Class 1/1 HERCP 52 IF $78.55 $4,084.60 . A34 0-753 Class 1/ Rip Rap 88 TON $95.13 $8,371.44 . A 35 E-893 Temporary sm Fence 180 lF $4.54 $817.20 . A36 RS.100A Roadway Sign, Single Post, Single Panel 10 EA $54.00 $540.00 A 37 T.901 Grassing and Mulching 1 Acre $2,592.00 $2,592.00 A38 T.905A Onslte Topsoil 225 CY $3.89 $875.25 . A39 T .905B Onslte Topsoil-Final Stockpile 750 CY $3.89 $2,917.50 . A40 F.162B 6' Chain link Fence 765 IF $17.28 $13,219.20 . A 41 F-162G Three-Strand Barbed Wire 765 IF $2.16 $1,652.40 . A42 W-100R 3 Inch PVC 440 LF. $10.80 $4,752.00 A43 l108A Conduit Trench In Earth, Earth Backfill 720 LF. $4.47 $3,218.40 . A44 l108C Cable, 1/C. #10 THHN- THWN In Conduit 575 LF. $0.65 $373.75 . A45 l108D Cable, 1/C - #8 THHN.THWN in Conduit 1,575 LF. $0.76 $1,197.00 . A46 l110A Conduit, 2" PVC-40. Direct Burial In Earth Trench 720 LF. $3.24 $2,332.80 . luminaires, installed Complete A47 l128A Type "A" Cobra Head light Pole, Pole Foundation and 2 4 EACH $2,872.24 $11,488.96 . luminaires, Installed Complete A48 L128H Type "RLA., Relocate Pole with 1 Cobra Head Lumlnalre, 2 EACH $1,944.00 $3,888.00 New Foundation, Installed Complete A49 l128M Relocate Existing Panel Enclosure and Panels for long Term 1 LS. $28,496.00 $28,496.00 Parking lot A50 Plans Straw Bale Check Dam 6 EACH $97.20 $583.20 . A 51 Plans T rea Protection 3 EACH $324.00 $972.00 A52 Plans 6 Inch Schedule 40 PVC Irrigation Sleeve 375 LF. $11.07 $4,151.25 . A53 01230 Allowance No.6 (landscaping and Irrigation) 1 LS. $22,000.00 $22,000.00 Total - Additive Alternate No.2 Only: I $371,885.441 Total - Base Bid + Additive Alternate No.2 Only: I $4,044,329.131 Page 7 81d Tab Terminal Area IlJ1lfOVerrents.x1s Invitation to Bid - Done by Puchasing 00100 - Notice To Bidders (White) 00200 - Instructions To Bidders (White) 00300 - Bid Form (Blue) Bid Bond (Blue) Form Of Non-Collusion Affidavit (Blue) EEO Report Statement (Blue) Bidder's Affidavit (Blue) DBE Program Statement (Blue) Buy American Certificate (January 1991) (Blue) Exhibit "A" (Blue) Certification of Nonsegregated Facilities (Blue) Performance of Work By Subcontractors (Blue) Bidder Questionnaire Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (Blue) 00300-25 to 00300-27 Bidder Qualification Questionnaire (Blue) 00300-28 to 00300-30 00500 - AlA Document AI01lCMa, Standard Form Of Agreement Between Owner And Contractor, Construction Manager-Adviser Edition (White) 1-5 Certificate of Secretary (White) CS-l to CS-l 00600 - AlA Document A312 - 1997 Performance Bond and Payment Bond (White) 00700 - AlA Document A201lCMa General Conditions of the Contract for Construction 1992 Construction Manager Adviser (Pink) 00800 - Supplementary Conditions (Yellow) 00810 - FAA Required Bid and Contract Provisions (Yellow) PROJECT NUMBER: AR209024 AUGUSTA REGIONAL AIRPORT TERMINAL AREA IMPROVEMENTS TABLE OF CONTENTS VOLUME-A DIVISION 0 - BIDDING REQUIREMENTS AND CONDITIONS OF THE CONTRACT DIVISION 1 - GENERAL REQUIREMENTS 01100 - Summary 01135 - Weather Delays 01140 - Work Restrictions 01143 - Airport Project Procedures 01143 - Appendix I - Advisory Circular TERMlNAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA EXHIBIT THREE PAGE 00100-1 to 00100-3 00200-1 to 00200-11 00300-1 to 00300-5 00300-6 to 00300-7 00300-8 to 00300-8 00300-9 to 00300-9 00300-10 to 00300-10 00300-11 to 00300-18 00300-19 to 00300-19 00300-20 to 00300-22 00300-23 to 03000-23 00300-24 to 00300-24 1-5 00700-1 to 00700-30 00800-1 to 00800-9 00810-1 to 00810-23 01100-1 to 01100-4 01135-1 to 01135-5 01140-1 to 01140-7 01143-1 to 01143-6 23 Pages Page-l PROJECT NUMBER: AR209024 EXHIBIT THREE 01143 - Appendix II - Identification Badge Application 01160 - Control of Erosion, Siltation and Pollution 01210 - Allowances 01230 - Alternates 01250 - Contract Modification Procedures 01270 - Unit Prices (Measurement and Payment) 01290 - Payment Procedures 01295 - Method of Estimating Percentage of Material Within Specification Limits (PWLO 01310 - Project Management and Coordination 01320 - Construction Progress Documentation 01330 - Submittal Procedures 01330 - Appendix I - Electronic Data Release Agreement 01400 - Quality Requirements 01410 - Quality Control Program for Sitework 01500 - Temporary Facilities and Controls 01525 - Temporary Signs 01530 - Airfield Temporary Markings and Barricades 01600 - Product Requirements 01700 - Execution Requirements 01731 - Cutting and Patching 01732 - Selective Demolition 01770 - Closeout Procedures 01781 - Project Record Documents 01782 - Operation and Maintenance Data 01820 - Demonstration and Training 4 Pages 01160-1 to 01160-4 01210-1 to 01210-3 01230-1 to 01230-2 01250-1 to 01250-7 01270-1 to 01270-2 01290-1 to 01290-4 01295-1 to 01295-7 01310-1 to 01310-6 01320-1 to 01320-10 01330-1 to 01330-10 2 Pages 01400-1 to 01400-7 01410-1 to 01410-8 01500-1 to 01500-7 01525-1 to 01525-2 01530-1 to 01530-1 01600-1 to 01600-8 01700-1 to 01700-7 01731-1 to 01731-5 01732-1 to 01732-7 01770-1 to 01770-5 01781-1 to 01781-6 01782-1 to 01782-8 01820-1 to 01820-5 VOLUME-B DIVISION 2 - SITEWORKIUNIT PRICE WORK S-140 Site Demolition S-180 Pavement Milling S-190 Pavement Marking Removal P-151 Clearing and Grubbing P-152 Excavation and Embankment P-154 Biaxial Geogrid P-209 Crushed Aggregate Base Course P-400 Plant Mix Bituminous Pavement (Landside) P-401 Plant Mix Bituminous Pavement (Airside) P-441 Miscellaneous Concrete Items P-500 Stamped Concrete (Colored and Patterned) P-501 Portland Cement Concrete Pavement P-602 Bituminous Prime Coat P-603 Bituminous Tack Coat TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA 8-140-1 to 8-140-6 S-180-1 to S-180-2 S-190-1 toS-190-2 P-151-1 to P151-1 P-152-1 toP-152-8 P-154-1 toP-154-4 P-209-1 to P-209-5 P-400-1 to P-400-4 P-401-1 toP-401-23 P-441-1 toP-441-2 P-500-1 toP-500-5 P-501-1 to P-501-27 P-602-1 to P-602-3 P-603-1 toP-603-3 Page-2 PROJECT NUMBER: AR209024 P-605 Joint Sealing P-610 Structural Portland Cement Concrete P-620 Pavement Marking D-701 Pipes for Storm Drains and Culverts D-705 Pipe Underdrains D- 7 51 Drainage Structures D-753 Rip Rap E-891 Inlet Protection E-893 Temporary Silt Fence R-654 Raised Reflective Pavement Markers RS-100 Regulatory Roadway Signage T-901 Grassing T-905 Topsoiling F-162 Chain Link Fence and Gates W-100 Water Distribution System W -102 Gravity Sewage Lines W-103 Grinder Pump Lift Stations L-108 - Installation of Underground Cable L-110 - Installation of Underground Electrical Duct L-128 - Installation of Floodlighting and Area Lighting Systems DIVISION 2 - SITEWORK 02060 - Building Demolition 02115 - Underground Fuel Storage Tank Removal 02361 - Termite Control 02441 - Irrigation System 02487 - Sodding 02488 - Sand-fill Synethetic Turf 02490 - Trees, Plants, and Ground Covers 02620 - Foundation Drainage Systems 02660 - Waterfall, Streams, and Ponds 02768 - Stamped Concrete (Colored and Patterned) 02780 - Unit Pavers DMSION 3 - CONCRETE 03000 - Concrete and Cement Finish 03491 - Glass Fiber Reinforced Concrete DMSION 4 - MASONRY 04730 - Manufactured Stone Veneer 04810 - Unit Masonry Assemblies TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA EXHIBIT THREE P-605-1 toP-605-4 P-610-1 toP-610-7 P-620-1 to P-620-4 0-701-1 to0-701-7 0-705-1 to 0-705-7 0-751-1 to0-751-7 0-753-1 to0-7534 E-891-1 toE-891-3 E-893-1 to E-893-3 R-654-1 toR-654-1 RS-100-1 to RS-1 00-1 T-901-1 toT-9014 T-905-1 toT-905-3 F-162-1 toF-162-1O W-100-1 to W-l00-12 W-102-1 to W-102-1O W-103-1 to W103-1O L-108-1 to L-108-6 L-ll0-1 to L-ll0-4 L-128-1 to L-128-1O 02060-1 to 02060-6 02115-1 to 02115-4 02361-1 to 02361-3 02441-1 to 02441-9 02487-1 to 02487-5 02488-1 to 02488-2 02490-1 to 02490-7 02620-1 to 02620-4 02660-1 to 02660-7 02768-1 to 02768-4 02780-1 to 02780-6 03000-1 to 03000-17 03491-1 to 03491-5 04730-1 to 04730-4 04810-1 to 04810-16 Page-3 PROJECT NUMBER: AR209024 DIVISION 5 - METALS 05120 - Structural Steel 05210 - Steel Joists 05300 - Metal Roof Decking 05310 - Steel Forms for Composite Slabs 05400 - Cold Formed Metal Framing 05511 - Metal Stairs 05512 - Metal Platforms and Ladders 05521 - Pipe and Tube Railings 05721 - Ornamental Railings 05811 - Architectural Joint Systems DIVISION 6 - WOOD AND PLASTICS 06100 - Rough Carpentry 06402 - Interior Architectural Woodwork 06600 - Molded Wall Trim DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07115 - Bituminous Dampproofing 07131 - Self-Adhering Sheet Waterproofing 07210 - Building Insulation 07411 - Metal Roof Panels 07460 - Vinyl Soffits 07552 - SBS-Modified Bituminous Membrane Roofing 07620 - Sheet Metal Flashing and Trim 07720 - Roof Accessories 07811 - Sprayed Fire-Resistive Material 07841 - Through-Penetration Firestop Systems 07920 - Joint Sealants DIVISION 8 - DOORS AND WINDOWS 08110 - Steel Doors and Frames 08211 - Wood Doors 08311 - Access Doors and Frames 08331 - Overhead Coiling Doors 08334 - Overhead Coiling Grilles 08361 - Sectional Overhead Doors 08411 - Aluminum Entrances, Storefront, Curtain Wall 08450- Butt-Glazed Interior Storefront Systems 08461 - Sliding Automatic Entrance Doors 08520 - Aluminum Windows TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA EXHIBIT THREE 05120-1 to 05120-9 05210-1 to 05210-3 05300-1 to 05300-3 05310-1 to 05310-3 05400-1 to 05400-11 05511-1 to 05511-7 05512-1 to 05512-7 05521-1 to 05521-4 05721-1 to 05721-5 05811-1 to 05811-3 06100-1 to 06100-4 06402-1 to 06402-11 06600-1 to 06600-3 07115-1 to 07115-2 07131-1 to 07131-3 07210-1 to 07210-5 07411-1 to 07411-8 07460-1 to 07460-4 07552-1 to 07552-6 07620-1 to 07620-7 07720-1 to 07720-4 07811-1 to 07811-10 07841-1 to 07841-8 07920-1 to 07920-5 08110-1 to 08110-4 08211-1 to 08211-4 08311-1 to 08311-5 08331-1 to 08331-3 08334-1 to 08334-3 08361-1 to 08361-8 08411-1 to 08411-9 08450-1 to 08450-4 08461-1 to 08461-8 08520-1 to 08520-8 Page-4 PROJECT NUMBER: AR209024 EXHIBIT THREE 08630 - Metal-Framed Skylights 08710- Finish Hardware 08800 - Glazing 08825 - Decorative and One-Way Mirror Glass 08950 - Trans1uscent Panel Skylight Systems 08950-1 to 08950-6 08630-1 to 08630-5 08710-1 to 08710-23 08800-1 to 08800-11 08825-1 to 08825-6 DIVISION 9 - FINISHES 09220 - Stucco 09260 - Gypsum Board Assemblies and Trim 09265 - Gypsum Board Shaft-Wall Assemblies 09310 - Ceramic Tile 09402 - Epoxy Terrazzo 09510 - Gypsum Panel Ceilings 09511 - Accoustic Panel Ceilings 09570 - Linear Wood Ceilings 09626 - Composite Flooring 09651 - Resilient Floor Tile 09653 - Resilient Wall Base and Accessories 09680 - Carpet 09681 - Carpet Tile 09720 - Wall Coverings 09912 - Painting (Professional Line Products) 09220-1 to 09220-7 09260-1 to 09260-14 09265-1 to 09265-4 09310-1 to 09310-12 09402-1 to 09402-7 09510-1 to 09510-6 09511-1 to 09511-10 09570-1 to 09570-6 09626-1 to 09626-5 09651-1 to 09651-5 09653-1 to 09653-6 09680-1 to 09680-6 09681-1 to 09681-5 09720-1 to 09720-8 09912-1 to 09912-10 DIVISION 10 - SPECIALTIES 10100 - Visual Display Boards 10125 - Bulletin Boards and Display Cases 10200 - Louvers and Vents 10425 - Signs 10505 - Metal Lockers 10520 - Fire-Protection Specialties 10530 - Prefabricated Cover Systems 10605 - Wire Mesh Partitions 10651 - Operable Panel Partitions 10671 - Metal Storage Shelving 10801 - Toilet and Bath Accessories 10100-1 to 10100-5 10125-1 to 10125-5 10200-1 to 10200-4 10425-1 to 10425-49 10505-1 to 10505-6 10520-1 to 10520-5 10530-1 to 10530-4 10605-1 to 10605-3 10651-1 to 10651-5 10671-1 to 10671-6 10801-1 to 10801-6 DIVISION 11 - EQUIPMENT 11132 - Projection Screens 11160 - Loading Dock Equipment 11451 - Residential Appliances 11132-1 to 11132-3: 11160-1 to 11160-5 11451-1 to 11451-4 TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA Page-5 PROJECT NUMBER: AR209024 EXHIBIT THREE DIVISION 12 - FURNISHINGS 12484 - Floor Mats 12484-1 to 12484-2 DIVISION 13 - SPECIAL CONSTRUCTION 13046 - Shelters and Booths, Pre-fabricated 13280 - Asbestos Abatement Procedures 13046-1 to 13046-3 13280-1 to 13280-11 DIVISION 14 - CONVEYING SYSTEMS 14240 - Hydraulic Elevators 14540 - Inbound and Outbound Baggage Conveyors 14240-1 to 14240-7 14540-1 to 14540-28 VOLUME-C DIVISION 15 - MECHANICAL 15010 - General Provisions 15011 - Submittals 15012 - Documentation and Closeout 15014 - Definitions 15015 - Required Coordination Meetings 15020 - Demolition, Patching and Repair 15030 - Firestopping and Smokestopping 15050 - Basic Materials and Methods 15051 - System Start-up 15052 - System Test and Balance 15053 - Mechanical Identification 15055 - Trenching and Excavation 15060 - Pipe, Pipe Fittings, and Accessories 15080 - Sleeves, Seals, and Escutcheons 15100 - Valves 15130 - Gauges 15140 - Pipe Hangers and Supports 15160 - Pumps 15170 - Motors and Electrical Work 15171 - Variable Frequency Drives and Systems 15240 - Mechanical Sound Vibration, and Seismic Control 15250 - Mechanical Insulation 15260 - Piping Insulation 15270 - Ductwork Insulation 15410 - Plumbing Accessories 15440 - Plumbing Fixtures TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA 15010-1 to 15010-9 15011-1 to 15011-10 15012-1 to 15012-17 15014-1 to 15014-4 15015-1 to 15015-2 15020-1 to 15020-2 15030-1 to 15030-5 15050-1 to 15050-11 15051-1 to 15051-9 15052-1 to 15052-9 15053-1 to 15053-6 15055-1 to 15055-4 15060-1 to 15060-8 15080-1 to 15080-4 15100-1 to 15100-13 15130-1 to 15130-4 15140-1 to 15140-10 15160-1 to 15160-4 15170-1 to 15170-7 151 71-1 to 151 71- 7 15240-1 to 15240-16 15250-1 to 15250-2 15260-1 to 15260-8 15270-1 to 15270-6 15410-1 to 15410-9 15440-1 to 15440-12 Page-6 PROJECT NUMBER: AR209024 EXHIBIT THREE 15458 - Water Heaters 15458-1 to 15458-4 15500 - Fire Protection Sprinkler and Standpipe Systems 15500-1 to 15500-31 15560 - Fire Protection FM-200 Fire Suppression System 15560-1 to 15560-14 15740 - Air Distribution 15740-1 to 15740-8 15745 - Fans and Air Handling Equipment 15745-1 to 15745-5 15810 - Heat Transfer (Electric Cooling) 15810-1 to 15810-8 15811 - Heat Transfer (Electric Heaters) 15811-1 to 15811-4 15820 - Heat Transfer (Gas Heaters) 15820-1 to 15820-3 15890 - Mechanical Duct 15890-1 to 15890-4 15892 - Flexible Duct 15892-1 to 15892-4 15895 - Metal Duct 15895-1 to 15895-5 15910 - Duct Accessories 15910-1 to 15910-4 15911 - Dampers 15911-1 to 15911-9 15950 - Building Environmental Controls 15950-1 to 15950-14 15955 - Building Automation System 15955-1 to 15955-8 15960 - Smoke Control Systems 15960-1 to 15960-3 15965 - Sequence of Operation (General) and Point Schedule 15965-1 to 15965-6 15967 - Sequence of Operation (Air Handling Equipment) 15967-1 to 15967-2 15969 - Sequence of Operation (Electric Heaters) 15969-1 to 15969-1 15971 - Sequence of Operation (Single Zone Packaged Equipment) 15971-1 to 15971-2 15974 - Sequence of Operation (Various Systems) 15974-1 to 15974-1 15975 - Sequence of Operation (Water Heater/Domestic Water Syst.) 15975-1 to 15975-1 15976 - Sequence of Operation (V A V Packaged Equipment) 15976-1 to 15976-2 DIVISION 16 - ELECTRICAL 16050 - Electrical Basic Materials And Methods 16210 - Standby Power System 16400 - Transient Voltage Surge Suppression (TVSS) 16600 - Lightning Protection System 16708 - Access Control System 16720 - Fire Alarm System 16742 - Structured Cabling System 16770 - Public Address System 16780 - Closed Circuit Television 16781 - Digital Video Recording System 16790 - MUFIDS Local Area Network 16860 - Multi-User Flight Information Display System 16050-1 to 16050-17 16210-1 to 16210-8 16400-1 to 16400-3 16600-1 to 16600-2 16708-1 to 16708-25 16720-1 to 16720-20 16742-1 to 16742-16 16770-1 to 16770-15 16780-1 to 16780-13 16781-1 to 16781-10 16790-1 to 16790-11 16860-1 to 16860-32 APPENDIX Appendix A - Report Of Geotechnical Exploration Appendix B - Supplemental Sampling For Asbestos-Containing Materials TERMINAL AREA IMPROVEMENTS AUGUSTA REGIONAL AIRPORT, AUGUSTA, GEORGIA Page-7 co.I CO.20 CO.21 CO.JO CO.OO co... CO.50 CO~1 co.a co.7 Ct.' C1.2 CU Cl.4 C2.1 C2..Z C2.J C2.3A C2.4 C2.5 C2.a C2.7 C2.a C2.8 C2.1D C2. 11 C2.12 Q.l c.u C3.J C3..1A Q.4 C3.lI C3.S Q.7 C3.S C3.8 CJ.1D CJ. 11 CJ.12 C3.13 C4.1 C4.2 C4.3 C4.4 C4.5 C4.I C4.7 C4A C4.8 CS.l CS.2 CS.3 cs.4 CS.5 ca.1 CS.2 CS.3 CS.4 ca.s C7.1 C7.1 C7.3 C7.4 C7~ C7.a C7.7 C7.a C7.8 C7.ID SfT1:" nrr.TRw"..... DRAWING SHEET INDEX VOLUME ONE, PART ONE l1EIIEIl6l. CND.. ClMR SH[[T ....,.. c:tNEIW. NOl[S .... -lIONS, CRoIIIIlll 0lllD ~ LSD.D CODE SUIAWn' LSI.D CODE SUIAWlr. lfi SNm .... ECRESS PINl I'HASNrt STACl'Nn AN[) Of"UnImow PHI.l PHASINC PINl- TERIoIIW. IIUlDINC PHASE I PHl.2 PH<SlND f'IJ.K-~ IIUlDINC PHASE 2 PHI.' PHASINC f'lJ.K-TERIoIIW. IIUlDINC PHASE , PHl.4 PW.SlND f'lJ.K-TERIoIIW. 8UlDIlG PHASE 4 PHI" PH<SlND DEW..S _ lDoIPOfWl\' DOOR sam.u Trl.I lDM'ORARr rAClUTES lICI<ETINC Trl.2 1tWOIWl'1' ~ fIlj;(;,r,c[ QJ6I 1M. PROJECT LAYOUT " ICEY PINl SIT[ PW.SlND PINl I<<). I-OIDlAU. SIT[ _ PINlI<<).I-TtRIIlKlI. NlfA SIT[ PHASINC PINl NO.2 PHASINC PINl MD.3 SIT[ PIw;&NO PINl NO.3 SIT[ _ PlAN 1<<).4-<MJWl. ~ ~ P\.AH N).4-TtRWDW.. MEA COlI1W. NOl[S ~ OF ClUAHIITD COIOUl1ON PlAN MD. I COlOUTlDN PINl Nl.2 DEWOt.lT1ON PlAN N).J COIOUl1ON PlAN Nl.4 STAICINC " fYMNC PlAN 1<<).1 SWCIIlD " ""....., _ NO.2 SllUDNO " fYMNC PlAN NO.3 SUl'PID<OITAl _ _ "'\'tIC PlAN Nl..1O. ""'" lA'l'OUT PlAH JDIHT llLVATIOH ....... 1'I1'ICAL so:noocs " fYMNC IlUIoILS 1'I1'ICAL so:noocs " _ IlUIoILS 1'I1'ICAL so:noocs " ........: DEW..S 1'I1'ICAL so:noocs " _ IlUIoILS rDlCI<<; .... "'"I: DEW..S rn<<:lNC _ CW[ oro.u rn<<:lNC _ "'"I: DEW..S CRAOOC P\.AM NO. 1 -.c PlAN NO.2 -.c.......N0.3 CIWlIIIQ SPOT D.MTIOH PlAH Nl.3 ClWINC ....... 1<<).4 DRAINACE PUIH Nl.l _ PINlN0.2 llIWNIoCE ....... NO.3 llIWNIoCE ....... 1<<).4 _ DUJlLS _ IlEVU _ DErAILS _ DEW..S 0l0SIDN COHI1IDI. CEtALI UIUlY PlAN I<<). I UIUlY ....... NO.2 UTUTY P\NI NO.3 Ul'k.ITY I\AH NO.4 UTUTY PLAN N).5 S<NT.lRt $l'II(JI PROfU WATDl DErAILS s.\NTNn' $l'II(JI DErAILS c:llINlEIl STATIOH lIUAlIS UIUlY COICFUCT PIJH 1<<).1 UIUlY COICFUCT PINl NO.2 UIUlY COICFUCT PIJH NO.3 UIUlY COICFUCT PlAH 1<<).4 UIUlY COHFIJCT PlAN NO-' lWlKJNQ " _ PIJH 1<<).1 lWlKJNQ " _ _ Nl.2 -"_PlJHNO.3 lWlKJNQ " _ DEW..S IoINIKJND " _ DEW..S LDN; 1tRll _ CROSS so:noocs LDN; 1tRll _ CllOSS so:noocs _ CAR _ lDT CROSS S[C1Dfl _ CAR _ lDT CROSS SECTIONs TDlWDW. NlfA CROSS so:noocs lDlIIIW. NlfA CROSS so:noocs 1DlloIIW. NlfA CROSS SD:1IDNS 1DlloIIW. NlEA CROSS so:noocs N'llOII CROSS SECIICHS IIAS[U<[ 'c' _ alOSS S[C1Dfl IMSElJN[ 'r:' sm.l SIT[ ElLCTRlCAI. DOIWIlON ....... I<<). I S[O.2 SIT[ D.tCTllICAl. DDIOUTlDN PINl NO.2 $(ll.3 SIT[ D.tCTllICAl. DOIWIlON PINl NO.3 $[1. I SIT[ ElLCTRlCAI. PIJH NO.1 SE1.2 SIT[ ElLCTRlCAI. PIJH NO.2 SEI.3 SIT[ ElLCTRlCAI. PINl NO.3 5(t.4 SITE U,[CTRICAL PlAN NO.4 SE2.1 SIT[ ElLCTRlCAI. DETAIlS SE2.2 SIT[ ElLCTRlCAI. DETAILS l&!DZAeI: ID. I PllG.fJ:T LA'I'DI1f AND l<(Y PlAN L 1.1 IN<OSCN'( PINl NO.1 L 1.2 IN<OSCN'( PINl Nl.2 LI.3 lNlDSCN'[ PINl NO.3 Ll.4 IN<OSCN'( NlfA ~ PINl 12.1 IRRICATlON PlAN Nl. I LU IRRICATlON _ NO.2 l2.J IRRICATION PINl NO.3 12.4 IRRICATlON NlfA ~ PINl lJ. I SIT[ NlfA DllNlCO€Hr _ U.2 SIT[ NlfA ENl.ARI;DO[NT lOW WlTAC[ Ul:HTlNC PINl L4. I lNlDSCN'[ _ IRRICATIOH DCTAILS Z!W<I: cs.l ROADWAy SICN LOCATION PINl CS.2 1tRIIIIW. SICN LOCATION PlAN CS.3 CRAPHICS CUIIlEL.N:S C$.4 SIOH TYPE 11.1 cs.s SIGH TlI'ES A.2 _ A.3 cs.1 SIGH T'IP[S U AND .. I cs.7 SIGH TlI'ES B.2 _ 8.3 c:s.a SIGH TlI'ES 1.4 _ C cs.. SIGH TlI'ES Do [. I AND E.2 c:s.1D SIGH TlI'ES U. r AND I cs.1I SIGH TlI'ES J _ K C5.'2 SICN 1"'IftS Lt, U NrI) U cs.13 SIGH T'IP[S 1.4, " _ N c:s.I4 SIGH TlI'ES P, 0.1, 0.1. Q.3 _ 0.4 c:s.15 SICN TlI'ES II. S. I, S.2. _ S.3 cs.lS SICN nPD 5.4, S.5, s.a _ 5.7 cs.17 SICN nPD T.U.V _ ..1 cs.1I SIGH Tl?E ..2 _ ..3 cs. I 8 lDoIPOfWl\' SICN moo (lQ C5.2O AIIlLN;IIlEHtII CAR III CUDELtO AAOmnI/lW AS!.D CNER.tU NlCHITECTURAI. SIT[ PlAH AS'.' CUR8SIDl: ~ PlN<S _ llLVATIOH ASl.2 CUR8SlD( ~ DETMS ASU ClNIIl[N WAll. PlNlS _ llUHLS ASl.4 LOST !IAO " MAl. IIUUlINGI D8SERVATIOH NlfA WAll. _ WAUC DETMS FRONr PORCH DETMS D.tCTllICAl. SDMIX ND/DUIIPSTEII 0ICl.DSUR[ DETAILS ~ nLVA110NS " lIUAlIS IMJtAU. AlST n.DDA PIJH SECOICl n.DDA PlAN/IIDOr PIJH AT11C Sl'>ICI:....... IllXlI"llETAlS AS." ASU AS'.7 AU Al.2 AU Al.4 AU A2.1 A2.ID AU A2.2D A2..1 A2..SD A2.4 A2.4D AU A2.5D AU A2.7 AU AU A2.ID A2.11 A2.12 A3.1 A3.2 A3.3 .u4 .us A3.1 .u7 A3.a A3.8 .uID M.D M.I AU A4.J M.4 M.5 AU M.7 M~ M.I M.1D n.DDA PIJH PMT A-HDUlAODIl DIolEMSIDNED n.DDA PINl PART A-HDlDllOOll n.DDA PIJH PMT __lNl DIIRY/SECURIlY I>lIlENSICHD n.DDA PIJH PMT ~ Dmlr/SECURl1Y n.ooR P\..fH PART C-atG a.w I>lIlENSICHD n.DQIt PLAN PART c-.&*: tlAIW n.DDA I'lAH PMT I>-TICICETNQ DIolEMSIDNED n.DDA PlAN PNlT 0- TlCIC(TNl n.DDA PIJH PMT E_TION I>lIlENSICHD n.DDA PIJH PART E..........srRATIOH DllARCDl PlN<S _ ~TOR$ ENlARC[D PlN<S _ SEC1'1ONS-STARS ENlARC[D PlANS-lOUlS PIJH DUJlLS PINl !lUAILS PINl !lUAU PINl DETAII.S lXTlRIOR D.EVA11DNS lXTlRIOR D.EVA11DNS lXTlRIOR nLVATIDNS lXTlRIOR llLVAlIDNS lXTlRIOR D.EVA11DNS IlI.IlmNl S[C1Dfl IlUILDCND SEC11DIIS IlUlDIND SEC11DIIS III.IlDINC SEC11DIIS IlUlDIND S[C1Dfl PARTmDN TlI'ES WAll. S(C1IONS WALl. SEC11DIIS WALl. SEC11DIIS WAll. S(C11OH5 WAll. SEC11DIIS WAll. SEC11OH5 WAll. SEC11DIIS WAll. SEC11DIIS WAll. SEC110NS WAll. S(C11OH5 EXHIBIT FOUR M.11 A4.12 M.U ,1,4.14 "".15 M.lI .M.17 A5.D A5.1 A5.2 AS.3 A5.4 A5.5 A5.a A5.7 A5.I AI.D AI.I M.2A .1.1.28 AI.3 AI..... M.4e AI" Io:1.DO A7.o1 10:1.02 10:1.1 10:1.2 10:1.3 10:1.4 10:1~ 10:1.. A7.7 A7.a "'.8 A7.ID .1.1.1 M.2 M.3 .1.1.4 .1.8.. AU ....3 AU WAll. SEC11DIIS WAll. SEC1IONS WAll. SEC11DIIS WAll. SEC1IONS WAll. SEC1IONS WAll. SECTIDHS OOERIDA DETAILS IXTtRIOll DETAILS OOERIDA DETAILS OOERIDA DETAAS OOERIDA DETAAS OOERIDA DETAILS CfRC LOCA11DH/IAYOUT PUNS CfRC ELEVAlIDNS AIID DETMS GFllC DETAAS .... lWEI. LA'I'DI1f CfRC DETAILS AND somr lWEI. LA'I'DI1f DOOR SCHEDIAL (SHE!:T 1 OF 2) DOOR sam.u (SHEa 2 OF 2) DOOR DI:TAU DOOR DETAU WINDOW SCHEDulE: W1NDOW DETAAS _ DETAILS DOOR " _ TRIIoI sam.u F1HISH sam.u (SH[[T I OF ,> F1HISH sam.u (SHtET 2 OF 3) F1HISH SCHEDUlL (SHEa , OF 3) n.DDA fJOSHES PINl PART A-HOlDIlOOIoI n.DDA fNSHES PIJH I'HlT 8__ DIIRY/SECURlIY FtODR fNSHES PIJH PMT C-llAG QAIll n.DDA fNSHES PIJH PMT D-l1C1CElIOD n.DDA fNSHES PIJH PWlT [-AOIlHSTRATIOH Il[FUCT[D a:uoo PIJH PMT A-HClDAOOII Il[FUCT[D C[UlD PIJH PMT a-lNl DIIRY/SECURIlY Il[FUCT[D Cl1JC PIJH PMT C-llAG Cl.W Il[FUCT[D Cl1JC PIJH PMT D- TICICETNQ Il[FUCT[D C[UNC PlAN PMT E_TION 1OIlC1' ROOII nLYAlIDNS TOIlD ROOII ELEVAlIDNS INTERIDR ELEVAlIDNS .... DETMS D<<ARca> INTERIDR nLVATIDNS llIWIORI< [J,[VAlIDNS _ DUALS IIlU.WDItIC SECIICHS AIID DETAILS IIlU.WDItIC DETAILS lllUllOR1C DETAILS DRA WING SHEET INDEX VOLUME ONE, PART TWO liDIElI!I. CHO.1 CHl.1 aMIl SHED GOlElW. MOTtS _ _1lONS, DRAWINC IHOOC mll&IIoll.!l. 50.' STIlUCTI.W.l. N01tS _ lI1SCtl1N<[l)US DETAIlS 50.2 WISCEUANIllUS FllUNOoUIlN DETAIlS 50.3 WISCEl1ANEOUS FRAIINC DETALS 51.0 ~ fl)lJifr.IQ,\1lON P't.AH S1.1 ~TlON P\NI PART A- HOlD ROOIl S1.2 ~TlON P\NI PART B-IWN OOIl\'/SOCURITY 51.J F'OUHt>>.TION P'\.AH PART C-8AC a.AIW 51.4 ~l1ON P'I.AH PART D-n:xtn<<l S 1 ~ SEtOND FlOOR f1lAIIlHC P\NI PMT [-.<DIlIIIS1RA11ON 52.0 C1VElW.L ROOF FllAlIIN<1 PlAN 52.' ROOf FllAlIIN<1 PlAN PART A-HOlJ)ROOIl S2.2 ROOf f1WoIINC PlAN PART IHlAIN 00Il\'/S[CURtlY S2.3 ROOf' f'RAlCNQ PLAH PART C-BAC a.AIW 52.4 ROOf _ P\NI PART ~TD<E1IIG $3.' WAlL SECTlONS $3.2 WAll SECTlONS $3.3 WAll SECTlONS 53.4 WALL SEC110NS US WAll SECTlONS 53.S WALl SEC110NS $3.7 WAll 5EC1lONS $3Jl WAU. SECTlONS 53.8 WAll.. SEC110NS $3.'0 WAll SECTlONS $3." WAU. SECTlONS 53.12 WALL SECTIONS SJ.'J WALL SECTlONS SJ.14 WALL SECTIONS 51 15 W4LL SEC1l:lHS U'I WALL SECTlONS SJ. 17 CUR9SIJE CNC1i"t COAI..S ~ . G.. H\llC UCOClS. NOTtS .. SC>lEIl<US . 0.2 H\llC SC>lEIl<US . 0.3 INIoC SC>lEIl<US Il 1.2 tNAC ROOF P\NI III 2.1 IflAC "-AN PMT A-H:JILDRClOU . 2.2 H\llC P\NI PIlRf S-lOIIl 00Il\'/S[CURtlY Il 2.3 tNAC I'\JlN PIlRf C-&\O aAIlI . 2.4 tNAC PlAN PMT ~11C1trnHC III 2..:li If/AC P\AH PART [-.tDWNSTRAllON III 3.1 BUlDlNC SEC110NS . U IIlAOCNC SECTlONS Il :s.3 IIlAOCNC SECTlONS III 4.1 HIM; DETAI.S . 4.2 tNN:; OETAU WIIIII!Ili P G.. P 0.2 P0.3 P 0.4 PO.lI P 2.. P 2.1A SCHEIIOA!S _ DETAIl.S-l'UAlI DETALS~ SCHElllJLD _ DETAAS-I'lUIIIlINC DETJ4S-f'UJIlIllNC [NlNlGO) SECl1ONS-PllJWIIIG FlOOR PlAN PIlRf . HOlD ROOIl-PlUlIBINC SlM'PLY FlOOR PlAN PIlRf 1 HOlD ROOIl-PlUlIBINC WAST[. YDIT .. SIORll 0llAINACE f1.DOR PlAH PART 9 ....,.. Df1'R"l"/'SEClMTY-PlUUBl:NO SUPPLY FlOOR PlAN PIlRf S ..... OOIl\'/S[CUIf1Y-PUMllNC WAS![, YDlT 6: SI1:RtI 0RANIlC[ FlOOR PlAN PMT C IlNl CINY-PI.lMllNC SlM'PLY FlOOR PlAN PMT C IlNl CL</II-P\.lIIlBINC WAST[. YENT 6: STORW ORANI.C[ ru:x:ft PLAN PART D ~ SU'P\.y FlOOR PlAN PMT 0 11CKElIIH'llJI8 WAST[. YDIT .. STORM 0llAINACE FlOOR P\NI PMT [ ACWINISIRA~ SUPPlY FlOOR P\NI PMT [ ~ WAS![, YDIT .. STORM 0llAINACE ROOf PlAN PI.IJlIBIN; 5TOflIj 0llAINACE IIUlDN: srcnoNS-PWlIIll BUUlIG SECl1ONS-I'lIAIIllHC IM.DlNC srcnoNS-PWlIIll P2.2 P 2.2A P2.3 P :u. P 2.4 P 2.4A P2.5 P .... P2.I P J.' PU P:s.3 nAf"~ FP G.. Ul:EN05. NOTtS .. OETAU-FIIl[ PROnx:noN FP '.0 F1R[ _ D<lNlCEIl PING .. 5ECTlOICS FP 2.. FlOOR PlAN PMT A-HOlDROOIol-Flll[ PROnx:noN FP 2.2 FlOOR PlAN PIlRf IHlAIN OOIl\'/S[CUIf1Y-FIll: _ FP 2.3 FlOOR P\NI PART C-&\O CLW-FIl[ Pl101ECTION FP 2.4 FlOOR PlAN PART ~TD<E1IIG-f1R[ PROTECTlON FP 2.5 FlOOR P\NI pNlf E_T1OIl-FIl[ PROTECTlON FP 4.0 SD:nONS-f1RE PROTECTJ:)N WI;IB&!I. ED.l EUI:lRICAl. SCHEIlUUS _ S'/WOOlS ED.2 EUI:lRICAl. DEr14S [0.3 FIll: WAll PENETRAJ10N _ UCllTlHC COOI1ROl OEW.S ED.4 APRON UCllTlHC DETAI.S [1.1 l.JCK11t.G PlAN PART A-HOtDROOW El.l POWER PLAN PART A-t<<X.OROOW ['.J tNAC POWER PlAN PART A-HOI...DROOU EXHIBIT FOUR [1.4 F1RE ALARW PlAN PART A-NOlDROOW E2. . UCllTlHC PlAN PMT S-IWN DIlllY /SECURf1Y E2.2 POWER P\NI PMT S-lOIIl DIlllY/SECURf1Y E2.J INN:. POWER P\NI PNlT S-IWN ENTR'f /SECUlIlTY 0.4 FIll: AlNIIoI P\NI PART B-..... ENTR'f/SECUlllTY [.3.' UCllTlHC P\NI PART C-1lNl ClAIII EJ.2 POWER P't.N\I PART C-MQ a..AAt 003 tftI~ POWER PlAN PART C-BAC C'I.AZW [.3.4 FIll: AlNlIl P\NI PART C-1lNl ClAIII [4.' UCllTlHC PlAN PART ~TlCKET1llG E4.2 POWER PlAN PART D-11ClCETlNQ E4.3 INN:. POWER P\NI PART D-11CKUINO [4.4 flR[ ALARW PlNI PART D-TDCrnNC ES.' UCllTlHC P\NI PART [-ADIIINISTRATION ES.2 POWER PlAN PNlT E-AOWlNIST1lATION C5.J tf/I>C. POWER P\NI PART E~T1OH D.4 FlRE ALARW PI.AH PNn E-AOWNS1'RA11ON Ea.. COWlHCA11ONS CAIlL[ TllAY P\NI E8.2 D.E<:1llCAl. SIT< PlAN E4.3 EXISTIlG D.ECTRSC.\l DlS1RIBUTION PlAN Ea.4 LJGIfTMNC PROTEC11ON P\NI EU l.JQffirING PR01EC1J)N DETAAS [7.' POWER IlIS(R _ [7.2 PNlEl. SCHEIIOA!S [7.3 PANEl SO€llUU:S [7.4 CROUNONC _ RECEPTACLE DETAI.S D"Hl.1 D.ECTRICAl. ptw;oc P1.AH-1'ERWW.. Bt.Il..DIC. PKo\SE 1 !PH1.2 ElEC1RIC.lL. _ P\NI-mtIlDW. IUJlINC. PHASE 2 !PH'.3 EUl:11llCAL PHASNO PlNf-TEllWW. IlUIlJ)NQ, PHASE J !PH 1.4 EUl:11llCAL PHASlNG PlAN-1IJlIltW. BUIlDING, PHASE 4 ETT'.' 1DIPORAR'f TICI<ElNl RENOYATION EUI:lRICAl. PlAN ETr1.2 TDCPORARY FACIt.JTZ[S ~ Q.AaI snurrtY~ sso,. 550.2 SSO.3 SS1.' SS1.2 SPEl:IlI. 5'rSTEIIS S'l'IIBOlS _ AOOREWJ1ONS SPEl:IlI. 5'rSTEIIS SIlt PlAN SPEl:IlI. S'tSIDIS _ SIT< PI-'" SlRUCTUREll CA8l.NG smEll ~ IlOUCWIY f1RST FlOOR PlAN srRUCT\JRED CA8l.NG smEll ~ IlOl.O<CNlY $ECONO Fl.OOR PlNII 6: S"tS1'EW$ ROOf' PlAN DOSTN: 1DlIINOI. smtIIS OOOOUTION PI-'" 1DII'OIlARY rN:.lU1lES IIlCColl:E aAIlI 5'rSTEIIS PlAN TOIPOIIAIn' rACllJl1[S 1ICKEl1NO 5'rSTEIIS PlAN SECURITY FlOOR P\NI PMT A-HOlDAOOIl SECIJRl1Y FlOOR PlAN PNlT B-lN< ENTR'f/S[CUlf1Y 5[t:UUtY f1.OOA PlAN PART C-8It.G ct.AIW SECURfTY FlOOll PlAN PART D-11CI([1N; 1'U.ECOU nooR PLN\I PART' A~ m.ECOW FlOOR PlAN PART 8-WJN ENTR'Y SECURSTY 1UECOIl fUIOR PlAN PART C-BIC ClNIl 1'D..ECOW FlOOR PLAN PART D-1'ICICE1'If: 1UECOIl FlOOR PlAN PART E_TlON 0YEIWl. f1RST FlOOll PUlIUC ADOIl(SS ZONES PUBUC AIlORESS FlOOll P\NI PNlT A-HOlDAOOIl PUBUC AOORESS fUIOR PlAN PNlT B-lOIIl 00Il\'/SECURllY PUBUC AOORESS FlOOR PlAN ""'" C__ CUIlol PUBUC AIlORESS FlOOll PlAN PMT D-TICICETIllC PUBUC .tDORESS FlOOll PlAN PMT E-AOIlINISTllATlON _TION CONftRENCE IIOOIl SOI.OCO S'ISTEIl PlAN SPECIAL S'\"STDIS DI.ARG[D COUWNICATIONS AOOUS SPECW.. S'l'S1'EYS EHl.ARCEO SECURI1Y ROOWS SPECW.. S'l'STEWS SITE 0EtAl.S ACC[SS CONTROl S'I'SltW R&R CMORAW - P'HASE 1 SECIJRl1Y-ACCESS COOI1ROl S'ISTEIl RISER _ SECURIlY-.tCCESS CONlROl S'ISTEIl DOOR SCHEO<.U: SECURITY-c:t1V RISER DW:RAW - PKo\SE 1 SECIJRl1Y-cc1V FUll OOINEYAHCE _ - PI..sE 1 SECURIlY-cc1V SCHEDUU:S SECURfTY-cc1V RISER _ SECIJRl1Y-cc1V FUll OOINEYAHCE _ SPEl:IlI. smtIIS EXI!mNO TtIMNAl ltUPHONE RISER _ SPEl:IlI. SYS10IS STllUCMtEO CAIIlJNG S'fSlDj IlIS(R lMClWI SPEl:IlI. smtIIS wunos BLOCK _ SPEl:IlI. smtIIS lM1llS RISER _ lNl NE1WOAIC BLOCK _ PUBUC AOOItESS ONE UHE _ SPECW. smtIIS llISCnlAHECUS 0WlRAI0IS AHO DEr14S SECUIII1Y-oooA DETAIlS SECUIII1Y -oooA DETAILS SECURITY-oooA OETALS SECURITY~ DETAIlS IlN:.K EllYA110NS IlN:.K EllYA110NS IlN:.K EllYA110NS SS1.3 $S1.4 SSU SS2.. SS2.2 SS2.3 $$2.4 SU' SS3.2 SUJ SU4 SSJ.5 $54.0 $54.1 SS4.2 SS4.:I $54.4 SSU 554.1 555.1 SS>.2 SS5..1 sse.O sse.. SSI..2 SSO.3 sse.4 ssa.s sse.1 sse. 7 557.' 557.2 557.3 557.4 SSU 5$7.1 SS7.7 sse.. SSO.2 SS8.3 sse.4 SSIiI.' SSIiI.2 559.3 EXHIBIT FOUR NFORMA TION ORA WINGS I I SUPPLEMENT A.RY I ; i TERI.4INA1. IMPROVEI.lENTS PROGRAM THE AUGUSTA REGIONAl. AIRPORT HAS UNOERGONE A SERIES OF CONSTRUC11ON AC1MTlES OVER THE PAST 60 YEARS OF WHICH HAVS RESULTED IN THE EXIST1NG FACIUTY. fURTHER, THERE ARE SEVERAL OTHER SITE CONSTR\JCT1QN PROJECTS RECEN1l.Y COI/PLETED IN THE TERI.llNAI. ~~EA IN AN EFFORT TO PROVIDE THE CONTRJoCTOR WITH \NF1)_TION TO BlO A 0 CONSlRUCT THE CURRENT PROJECT KNOWN /oS AlJGUSTA REGIONAl. JRPORT TERMINAl. IlolPRCNElIENT 1'ROGRAIoC, THE fOLlOWING DRAWINGS ARE I' -CLUDED /oS SUPPLEMENTAl. INFORt.lATlON TO THE PROJECT. THE INFORt.lATIO,' INClUDED IS A PARTlAL SET. COWPLETE COPIES Of THE AVAIU.BLE DRAWINGS \RE ON FILE AT THE OfFICES OF THE ARCHITECT ANa THE AUGUSTA REGIONAl. AI~''ORT ADI.UNISTRATION .ofFICE. THE INCLUDED ORAWlNGS ARE /oS FOLlOWS 1. FJElD INVENTaRY .of BUILDING CONomoNS PREPARED BY THE LPA GROUP INC. DATED f'EBRIJARY, 1998: SHEETS /oS USTED aN THIS COVER SHEET/,NDEX. 2. MAIN ENTRANCE RONYWAY WIDENING ANa SHORT .TERlIPARKING LOTS PROJECT BY THE LPA GROuP. DATED AUGUST 1997, SHEETS /oSUSTEO aN THIS COVER SHEET/lNDEX. J. TERMINAl. ACCESS ROAIlWAY EXTENSION PRoJECT BY THE LPA GROUP. DATED AUGUST 1998, SHEETS /oS USTEO aN THIS COVER SHEET/!NOEX. 4. . AIRPORT ARCHIVE DRAWINGS, DATES ANa SHEETS /oS SHaWN IN THE INDEX aaOW. 5. GENERAl. A'MTION N'RON EXPANSIaN AND TJXTtIAY "C. RELOCI>.TION PROJECrBY THE LPA GROUP, DATED N'R1L 2004, SHEETS /oS USTEO .oN THIS COVER SHEET/lNDEX 8. PERIMETER fENCING IMPROVEMENTS PROJECT, PROJECT BY THE LPA GRaup, DATED JANUARY 2004. SHEETS /oS USTED aN THIS COVER SHEET/INDEX THIS SET Of OOCUMENTS REPRESENTS A COIIPIlED SET OF CONSTRuCTION ANa ARCHIVE aRAWiNGS USEO TO GENERALLY DESCRIBE THE EXISTING BUILDING FACIUTY AND PREVlaus AND ONGOING SITE II.4PROVE1oCENTS. THIS SET OOES NOT CONST1TUTE A RECORD SET OF OOCUMENTS, BUT IS imENDED Ta PROVIDE ~ BUILDING INFORMATION WHICH IS SUPPLEWENTAI. Ta THE TtRMINAI. IlolPRCNElIENT DRAWINGS. A RECORD SET OF DOCUMENTS WAS NOT PRODUCED FOR THE PREVIOUS CONSTRUCTION PHASES .oF THE EXISTING BUILDING AND THESE DRAWINGS t.lAY NOT REFLECT ALL CHANGES WHICH HAVE OCCURRED DURING CONSTRUCTION. THE COrmw:TOR SHAll. BE RESPONSIBLE FOR REV1E'1r1NG THE ACTUAL CONomoNS ON SITE AND PREPARING HIS BID IN ACCORDANCE WITH THE ACTUAl. CONOlTlONS. THESE DRAWINGS ARE ONLY TO BE USED /oS A GUIDE IN OBTAINING GENERAl. INFORMATION AND KNOWLEDGE OF THE EXISTING CONDITIONS. THE coH1RACTOR SHOuLD AN11CIPATE THAT THE EXISTING TERMINAl. /oS CONSlRUCTED HAS SOME VARIATIONS TO THE INFa_TlON SHOWN ON THE SUPI'I.EllENTARY DRAWINGS. IN ADDITION TO THESE SUPPLEWENTARY DRAWINGS, THE CONTRACTaR SHAll. ALSO REFER TO THE SlRUCTURAL. WEOlAHICAl, AND ELECTRICAL SECTIONS OF THE TERMINAl. IMPROVEMENT OOCUMENTS FOR. Al101T1ONAL SUPPLEWENTAI. INFORt.lATION PERTINENT TO THE SPEC1FIC REQUIREMENTS .oF EACH DlSC1PUNE. FOR AL IMPROVEMENT PROGRAM AT AUGUSTA .REGIONAL Al AT BUSH FIELD AUGUSTA, G~RGIA ,......, RT INDEX OF DRAWINGS PERIMETER .FENCING 6 IMPROVEMENTS I mu; """"Slim PRQ,,(J:T lA'JOUT PIN< FDIClItO PIN< FDelNo ...... """"'" PIN< flHCINO PIN< ~ PIN< FDIClItO PIN< flHCINO PINo flHCINO ...... fDCOlCl PIN< """'"" PIN< roICINO PIN< FtNClNC PIN< """'"' oro.u "" Cot PI.-, FP-l FP-' FP-3 FP-. FP-' FP-' "'-7 FP-.I FP-9 FP-10 FP-l1 FP-12 f1>-+ 4 OlD t<<). DAn: RET. ewe. NO. "........ '" e ,..... tit ft 7-"110 01 l. VlIm. Cl , """" D2 , '""'" " , """" .. . VlV14 co 1 lCi'2"Im Ot . ~ 07 '" "" " .: 1.1. 09 $I lJII. 0." "' 41. 01 .. "'" DO ~ "'" '" " "'" '" M !M M 51 !IIOQATl ~ Sf NOD.l':'!: Of] ...... HOGATf fJ s.. ~GA11! U $-I NOClf.T! D 11-1 t<<)CI.l~ fJ. fool NQtlln f$ "'-l "'" !6 .....,.... D S-, .,... El ...., "'II D II-l"~ ao t-J 4,11I t11 1:-3 ..~ IU: Mt.1,a,'Cll llJ Ml.J J(a Dt AH'1..l1 I,I'QI ITS --",.. ... AlQ,1 ~ [17 ~l.l ~ V. -'1 ~ In 8U.1 11m DO lII-r'l.l... D1 DO ",.. ... 1 1111(71 W1 ;;~ ;XX:. :. [-1 "'1M tQ I.J ..,...... c:a (-3 I/VM c:c. a '/t5I14 " h .~. n AIRPORT ARCHIVE DRAWINGS fllCTStCoM..l'CJrJIG1'l..lIN 1'B..EPtOI!JI1Ml!If:RV:CE~TOlJ~teTAI.S __ $Oti1U 'CJ.H::aiOlf\...fW,....ooAI'\...NriWlTJ.l.ETW.lY a.f'U,TICNS I efT...... t&TICl\1/C1fr.u..s lIBl!cr!D aL.M l'I...AH J R07 ~ I'U.N I AClCJ" "-..IIIil ~c:rTAU ~::kL'CC.IIi.. rE.U>><<i J M: aroVlIfllClilD.Nl t..lQ(l'HC; 1'UJ:IA"..MI~euv"TIOO ~/1ftClOlII0El"M.JI QOTtIItIOItCl1.l,Hil"WlNi/tErAh.StltCa~ ---... """ aKnICAl "-'" ......,"""""" ~I!I.l'tATOG ....."".... 'Q"H)a,TOolPlAH RllrP~\.lXRtlOCl'P'ltAf1lH:>~'" 1O::JT eoQl oeT M.3 I 2CTKJcS SKTJ:Nl RCTIOcS ..., DfT ALl "'""""""""'" UCOl'ffMtUifl/l'tJJl[R1\.M'( """"""~ ClTAIl.I/RrTJOICS 'Q,KIATlC" I ~ P\..MoI """"'''''" ""'"''<<M.''-'" E.l...l!ClllICAl.SIT! P\.Nf/$AU UQffllGtl'tlWelL"l.M4/trTAIlS ~ilUHlHJl"WtStl~.~ 1IIef:..urm CD..J<<; "LAN - lG.JllDJ"l AI:lcF I"l.MG NCl DeTAU - ~ ~ -....r..a ~AToe AJCI2CiDG-l-Q,,/;IlIlOl)' WAL1.SttT1l:MI-to..DIlDl:M "l).NI,ATION I"lNiI - HC1laXPI 1lIXlI"~1"I.N4-~ WAU. RC1lCIe - I'Q.tIIIOOot tllXIl iIUH -1I:lL.CI!II)(Jo - tf'r'AC llGtITllCI , 1"01II9 ~..M P'OfIl! [XlSTNG AlXITo. ;0 HCIJlROCJl:S A.I"ACJol&.lll..JOllA."=~I"\....Ife/fl.!'tATJOoCS/Q!';AU kAl..DN.Y~f'l...A."fI~J.TIOd IOfTM..S . srrr"...AH/l.QCATOI/'W fl.eCTR\CJII. o.nA, fp;11"A! S06U..l lJQofflI4i/f'OlllVtl'\..llfl1.Bl.Il\.DIMlii/STftVH $ltOICIfloatUGHT'KI 1'CMERP"\...tM . I.HJERGlWUClRl!flt!fH1'RlNC!!VS1'9\ l.N:lfIIIa:UO seMCI! fH'i1Wa m:l:P1 Q,tJ'[ RU. owc. NO. '''' ~ ~lof AI. "" .. ,,~ " .... ,. "'" .. .... ., - .. "'" .. "'" .. "'" " .""., ., .",,, .. l/I5n.t ., ""'" .. ""'" OJ ""'" .. ""'" 17 .,"" .. ."'" '" ""'" ... ""'" .. ........ ... ........ '" ........ ... .,.". ... JItD I'S "'" ." ~ III "'" ." "'" as .,.. .., .... ... ..... ... .... ... .... ... 1~el ,,.. co ,,.. .. ,,. .. ,,. co ,,.. co ,,.. '" ".. co - co JIllIc elO f1/<t/III (11 =-<>2 '" , "" SHaT COHTEHt'S OLD NO. I'l.OT 1\..AHMfJOllUolAG:l!! $1'JII.t;JUQ AI I'O.H:lATD......... I """IUH , !lEV.t.nctG/liifC1'QIS ~ FI...CICIt,I\,M I feST..........,. "" """....... I 6.f'I'.lT!O'tl/a..fCTJlltALA.Alf , "'"""""" .... n..et1ltICAL.~1O'4 a UWff....I'l.AN/..>>IEL1CI-EIIJ..!! ~ """"IUH " 1"Cl..tC.U0lI~/O!'TAA.S /12 ~""""'~SOEtlU ..., to..mt. UST. 'lI[ST anATW;JtG I<<) cnas M. ~CA.UNII.l:2:\lVCTlH"DJSTN:l~TIICff'l..Mt4 ow !l.fa1l:ICM. fIUHS I SCHeCU.fS !!l f\.CICR~/tl!TAlI.S/''''IlSH1OeU..l! AI &IGGoIrQ: ClAt'l R'CTlOG I cn~ .tJ LCII8TSl!CTlCHS/tlfTA1!...5 4 ~Cl..U1~P\..Afa Sl allGGAtZQ..U'lDfT.u.s Sl UIl1TN;.&ICl~1'L>>O I.l! fO..KlATOl PUIN . ~ M:OTOI AI l"LOCRl'UH.T!JIol:Iro.Il.IIlDrTOl Il -...:IlNGaecrOlS.l'Slr1lNa.~ .. 1"MT........fl.!:CT'AItM..Tail'DW.IO:ITIC:M ICM fUlal tUN NCI 'fOf:JOtiU.! . ncpzrm m.1 ~ ctllMO iIUNS - TO!TJC m.l IlIXlI' I\MI - ncx!TtG R"l.J tI.l:VATJQrG &II) 2CTDQ - ~ m..o lIlAU..$<<T1OId-TJCIr2'TMO .G).I f'O.H)ATICWI'\..IIIf-TlCl\VrotG m.1 IlCO' t"IlA.'tI<<ll'UH - T~ sr11 'lULL. RCTICICS . TlOIZTfItG 11'11 P\.OOlII........-1lCIIZ'T1NO Wl'1.1 ~UGl1'THO.,al'tl'lrlS"-"'l'OlIITI()IlTCCUfTtl'IlAJXlfTICH UII """IUH .. """.... '" ~~roe .. 2tTIO'4AT ~~. ...,0 1"NmIIl.8..n.ll1OtS/S!CTla'4 At2 !:EH'CK8I........ J fOaTlNO SEC~ ...U rtt.NlATQi/s...tl~ 11 ~I'\..o\.~ a 'M.T STl PUH 1"1 ........""" .. l1VAC........ lilt ~~nc:SER'I'1a:I'l..NoI tl e:l.fC'I1tlC.fIL UQfTM; !'tAt D f1.fC1ltICa. UGHTN:l -....... U TERMINAL ACCESS 3 ROADWAY EXTENSION "" Tt1\.E c-, lXMR SlaT 51'-' STAI<tG PUH NO. t lS-' M'ICALStC1lONS NO.2 lS-3 Tl'ACIiL SEC'I1OtG N:u OI>-t C!WlIC AHD DIWNAlZ NO. t lIS-l 1IWIDQHQ MD SICINNZ: PINN).l lIS-' IIl.IiIItIClHO NCl) SlGN.I<< PlAH NO.2 L-1 I'l.AN'TWC~NO.1 1-1 I..';'""", PIN< [-1 ~Pl.NriINO.t [-, ~PuHNO. 2 G.A. APRQN EXPANSION 5 TAXIWAY 'c" RELOCATION - - "" 1tTl[ c-, lXMR ....., 01>-, ~ NC ORNNHOE PlAH NO. 1 01>-. QROG NIl DRAItWiE: PlAH NO. 2 01>-3 OIWJING NCJ 0IW:f'WX ~ NO. ] 11-1 l&I.RKlN) fIII.Nt NO. t 10-. WMJQNO Pl..AN NO. _ 2 "-3 IWaCINC P\JlH NO. 3 1 FIELD INVENTORY OF BUILDING CONDITIONS NJ DIST1NG ~ nooA PlAN 1.1 [)CI:STDC 1lOOR fI'I.AN PNn' A A:l. OCISJIND R.lXlR fltJH PART B A3 DaSTDC f'LOQR P\.AN PMT C M DCIS11NQ flDCIt P'LAN -P'MT D A5 0CIS'fIrC flDCIt F\Nl FWfT [ M TDQDW. 8ZADNG ROOF' PlAN A7 EmTN: n.rvATIONS ~ DaS'rI.Q n..lYAJDIS '" EXImIO ELEVAIlClN5 A.tD f1NlSH SCHEOlU m Dm1HG OYDWJ. El.lC1"JbCt(. Pt..AH ENTRANCE ROADWAY AND PARKING LOTS - - i , I !V',O:I; UME .".2 I i l FILE COPY'!l I ! l"'~."'=-r,n__.~_.., / > ;---1 ".'......-....u~::.~...._~~., ,..~~':..r..::_....;r..,.,~:"'.. 'i ~SET_#j SC THE .LPA GROUP INCORPORATED;- TRANSPORTATION. CONSULTANTS \ . ATLANTA, GA eCHARLESTON, SC eCHARLOTTE, NC eCHICAGO, IL e COLUMBIA GREENSBORO, NC e KNOXVILLE,. TN e MOBILE, AL e MYRTLE BEACH, SC RALEIGH, NC. RICHMOND,. VA e SARASOTA, FL eTAMPA, FL 2 mu; C<MR SlaT STAI<INC Pt>>l NO.1 . STAIOC PI.JH NO.2 T'rPICALSECTJOHS NO.2 T'I"JIDt. SlC11OH$ NO,,] GRADHJ AND DRMWlE NO. t ~NlD~rC1..2 GRADifG NeD DAAtWZ: NO.3 ....1m All) 5(W[R AD..OCATIDN P\AN Pl..AA"1'N) PlAN NO.1 EI.E~F'l.JHNO.l "" C-l SP-l ....., 11-, 11-3 01>-1 01>-, 01>-3 -, L-' H I ~ .- ---~ . -- ~ I I I , .~- .. ~;';'_"Xf~ L-A THE LPA DESIGN GROUP. INC. . AUGUSTA REGIONAL AIRPORT 1at[0< I -..:ci NO. AR209030 DAlE 0CSlQ< ORA... TRANSPORTATION CaNSULTANTS . AUGUSTA GEORGIA ..~- --- . ATLANTA, GA COlUMBIA, SC . . HOTEL AND BANK OENOUTlaN , ArFiLlATED WITH THE LPA GROUP :NCORPORATED 'IIITH OfFICES IN SUPPLEMENT ARY DRA WINGS..TITLE SHEET T2.0 ATlANTA. GA. CHARLaTTE, NC. COlUMBIA. SC. RALEIGH. NC ORLANDa, Fl.BATaN ROUGE, LA.CHICAGa. IL9TAMPA. Fl RE\<SIQ< DAlE DESCRIPTION BY ORA.... NO. - ON" -. 'T2.D 040804.d"'9 Plotted: Oct 20, 2004 - 3: 54pm p_gIlan es\ and Se\l;n9.\pvcughon\Oosktop\Autocad .- - . .-.. C: \Oocuments 2004 Inc Group. Copyright The LPA DeSign - - - - . .... ."...... .............. C-vv. '"'-"f1.Lon I I\l".. l"UN.::> I ~ VVL/V II r . . . - THE AMERICAN INSTITUTE OF ARCHITECTS . Bond No.1 04459546 AlA Document A312 Performance Bond Any singular reference to Contractor; Surety, Owl1er Or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): McKnight ConstnJction Company P.O, Box 204718 Augusta. GA 30917 OWNER (Name and Address): Augusta AViation Commission 1501 Aviation Way Augusta, GA 30906 CONSTRUCTION CONTRACT Date: March 4,2005 Amount; ($ 25,254,193.00 ) Twenty Five MJlllon fwo Hundred Fifty Four Thousand One Hundred Ninety Three Dollars and 00/100 Description (Name and location): Terminal Area Improvements, Augusta Regional Airport SURElY (Name and Principal Place of Business); Travelers Casualty and Surety Company of Ame.rica Eleven Piedmont Center, Suite 700, 3495 Piedmont Road, NE Atlanta, GA 30305-1530 Signa!.ure: Name" and ~itle.:' William D. McKnight President. (Any additional signatures appear on page 3) (FOR lNFORMA nON ONL V-Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect. Engineer or Allied North America Insurance Brokerage of Georgia, LLC other party): Eleven Piedmont Center, Suite 700,3495 Piedmont Road, NE The LPA Design Group, Inc. Atlanta, GA 30305-1530 700 Huger Street . Columbia, SC 29201 . BOND Date (Not earlier rhan Construction Contract Date): March 4, 2005 Amount: ($ 25,254,193.00 ) Twenty Five Million Two .Hundred Fifty Four Thou~nd One Hundred Ninety Three Dollars and 00/100 Modifications to this Bond: ~ None 0 See Page 3 URETY ompany: ravelers Casua A1~ DOCUMENT A312. I'ERFOItM!,NCt BOND '-NO P^YMENT BONO. DECEMBER 1984 ED. . AlA ($ THE AMEltlCAN INSTITUTE OF ^RCHrTECTS. 1735 NEW YORK Ave., N.W., W^Sl-tlNGTON. D,C. 20006 THIRD PRINTlNC . MJl.,RCH 19a1 A312.1934 1 IVU UUoJ ,,"Vvl 1 rbe Contractor ar'ld the Surety, jointly and severally, bind themselves, their heirs, exe(utors, <ldminislrators, successors and assigns to the Owner (or the performance of the ConstructiOIl Contr;;lct, which is incorporated herein by reference. 2 If the Contractor performs the COnStruction COntraCI, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conference~ as provided in Subparagraph 3.1. 3 If thcre is no Owner Default, the Surely's obligation under this Bond shall arise after: 3.1 The Owner has notified the Conlractor and the Suri.'ty al its address described in Paragraph 10 below that Ihe Owner is considering declaring a Contractor Default and has requested al'1d attempted to arrange a conference wilh the Contractor and the Surety 10 be held not laler than fifteen days after receipt of such notice 10 discuss methods of pedorming the: Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the ContraCfor shall be allowed a reason. able time to perform the Construction Conlract, but such an agreement shafll'1ot waive Ihe Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The OWl'1er has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall OOt be de- clared earlier than twenly days alter the Contractor and the Surety ha"e received notice as provided in Sub. paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price 10 the Surety in ilccord;mce with the terms of the Construction Contract or to a contraclor selected to perform the Construction Contract in aCCor. dance with the terms of the conlract wilh the Owner. 4 When the Owner has satisfied the conditions of Para. graph 3, the Surety shall promptly and at the Surety's ex. pense take one of the following actions: 4.1 . Arrange (or the Contractor, with Consent of Ihe Owner, to perform and complete the Construction Contract; or 4.2 Undertake 10 perform and complete the C()nSt~uc- tion Contract itself, Ihrough Us agenls or through inde. pendent contractors; or 4.3 Obtain bids or negotiated proposals {rom qualified contractOrs acceptable to the Owner fOr a COntract for performance and completiOn of the Con- struction Contract, arrang~ {or II c.ontrCl('1 10 be prp. pared for extlc,u.tic)O by the Owner and the contractor sel~ted wi~h the Owner's concurrence. to be secured wi'i! performance al'1d payrn~n\ bonds elCeculed by a qualified wrety equivalent to the bonds issued On the COMtruclion Contract, and pay 10 the Owner thE' amount of damages as described in Paragraph 6 in ex. cess of the Balance of the Conlract Price incurred by the Owner resuhing from th~ Contractor's default; or 4.4 Waive ils righl to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under- lhe circumstances: .1 After inves1igalion, determine the amount (or r,It;hrHliH I /lL;L; l;UNST @ 003/0' , which it may be liable to the Owner and, as soon as practicable aiter the amount is deter- mined, tendp.r payment therefor (0 the Owne.r; or .2 Deny Iiabilit~, in whole or in part and nOtify the Owner citing reaSOns Iherefor. 5 Ifthe Surety does nOI proceed as providt>el in Paragr~ph 4 with reasooable promptneH, the Surely shall be deemed to be In default on this Bond fifteen da)'5 aller receipt o( an additional written notice from the Owner to thc Surcty demanding that the Surely perform itS obligations \Jl\d~r this Bond, and the Owner ~hall be cnlilled to enforce anv remedy available to the Owner, If the Surety pro<.'eeds a~ provided in Subparagraph 4.4, and the Owner refuses lhe payment tendered or the Surety has denied liability. in whole or in pari, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. G After the Owner has tetminal(!d the Contractor's right to complete the Construction Contract, and if th{' Surt'tv elects to acl lInder Subparagraph 4.1. 4.2. or 4.3 llbove. lhen the responsibilities of the Surety to the Owner ~h.lll not be greater than lho~e of the Contra(tor under (he Construction Contract, and the responsibilities of {he Owner to the Sutety shall not be grealer Ihan those of the Owner underthe Construction Contract. "0 the limit of the amount of this Bond, but subject to commitment by the Owner of the BaJanc;e of the Contract Price to mitigation 0; COSts and damages on the Construction Contracl,the Sure- ty is obligated without duplication for: 6.1 The responsibilities of (he Conlractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from lhe Contractor's Default, ;lnd re- sulting from the aClions or failure to act o( the Surety under Paragraph 4; and 6.3. Liquidilled damages, or if no liquidated damages are specified in the Construction Contract, actual dam- agescau!\ed by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shall not be liable 10 the Owner or others lor . obligations of the Contra.ctor thai are unrelated to the Con. struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrl,JC on this Bond 10 any person or entity other lhan the Owner or its heirs, .e>;ecutors, administrators or Sllccessors. 6 The Surety hereby waives nOlice of an}' change. includ. ing. changes of timE:, to the Conslrunion ConlraCI Or \0 related subconlracls, purchase orders and othC'r obliga. lic,ms. 9 Any proceeding, legal or equi\able, under Ihis Bond may be In5litut~d in any cOllft of competcn(jurisdicllon in the location in which Ihework or pari oil he work is located al1d shall be institutEd within twO years aller Contraclor Default or within two ~'ears afler rhe Contractor ccased working or ~'ithin two years after the Surety rcfl.JScs or f<'lils to perform its oblisation~ under Ihis Oond, whichevbr oc- curs first. If the provisions of this Paragraph arc void or prohibited by lil\..., the minimum period of Jimitalion,a\'ail. AlA OOCUM~NT .4312 . PERFORMANCE aONO AND PAYMENT BONO . O~CfMBER 1964 roo . AlA ~ T1-lE AMERICAN INSTlTUT{ Or ARCHIHCTS, 173S NEW YORK AVE., N.W" W,o,SHINGTON. D,C, 20006 THIRO PRINTING. MARCH 19a' A312.1984 2 VVIVI/'-VV.,J I..J..;,)U In" IVO 00,", LV,j1 , /olCWlliH I ACe CONST I4J 004/0 11 able lO sureties as a defense In the Jurisdiction of the suit shaft be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed Or delivered to the address shawn on the sig. nature page, 11 When this Bond has been furnished to comply with a statutory or other legal requiremel'\t in the location where the construction was to be performed. any provision in this Bond conflicting with said statutory Or legal requirement shall be deemed deleted herefrom and provisions con. forming to such statutory Dr Dther legar requirement shall be deenled incorporated herein,. The Inlent is thaI this Bond shall be construed as a statutory bond and not as a CDmmon law bond. 12 DEF/NlnONS 12.1 Balance of the Contract Price: The total amOunt payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con- MODIFICATIONS TO THIS BOND ARE AS fOLLOWS: tractor of any amounts received or to be received by . the Owner in settlement of insurance Or other claims for damages to which the Contractor is entitled, re. duced by all valid and proper payments made to or on behalf of the COnlractor under the Construction Con- tract. 12.2 Construction Cootract: The agreement between the Owner and the Contractor identified on lhe s.ig. nature page; including a/l Contract Documents and changes thereto. . 12.3 Contractor Default: Failure of the Contractor. which has neither been remedied nor waived. to .per. form Or otherwise to comply with the terms of the Construction Con tract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as. required by the Construction Contract or to perform and complete or comply with the other terms thereDf. CONTRACTOR AS PRINCIPAL Company: (Space is provided below for additional signatures of added parties. oth.er than those appearing On the CDVer page.) (Corporate Seal) Signature: Name and Tille: Address: SURETY Company: (Corporate Seal) 5ignatu re: Name and Title: Address: ~v. DOCUMENT ^:I1:Z . PERfORMANCE BOND AND PAYMENT BOND' DECEMBER 19&a ED. . AlA J!I l'Hf Al'-IERICAN INSTITUTE OF AACHlncrs. 17JS NEW YORK AVE.. N,W.. WASHINGTON, D.C. 20006 THIRD PRINTJNC . MARCH '987 . A312-1964 3 .v.... VVV LVtJl r'l(;I\rUtiH I IIL:L: L:UN::> I I:n 005/011 THE AMERICAN INSTITUTE OF ARCHITECTS . Bond No. 104459546 AfA Document A312 Payment Bond Any singular reference to Contractor, Surety, OwnN Or othN party shall be considered plural wher~ applicable. CONTRACTOR (Name and Address): McKnight Construction Company P.O. Box 204718 Augusta, GA 30917 OWNER (Name and Address): Augusta AViation Commission 1501 Aviation Way Augusta, GA 30906 CONSTRUCTION CONTRACT Date; March 4, 2005 Amount: ($25,254,193.00 ) TwentY. Five Million Two Hundred Fifty Four Thousand One Hundred Ninety Three Dollars and 00/100 Description (Name and Location): Terminal Area Improvements, Augusta Regional Airport SURETY (Name and Principal Place of BU$ine~~): Travelers Casualty and Surety Company of America Eleven Piedmont Center, Suite 700, 3495 Piedmont Road, NE Atlanta, GA 30305-1530 BOND Date (Not earlier than Construction Contrad Date): March 4, 2005 . Amount: ($ 25,254,193.00 ) Twenty ~lve Million Two Hundred Fifty Four ihouund One Hundred Ninety Three Dollars and DO/fOO Modifications to this Bond: KI None 0 See Page 6 SURETY Company; Travelers Casual CONTRACTOR AS PRINCIPAL Company: . MCKni:.~t:~~~any Signatclre . Nam~-~d T~~.iai1A.a1l;l D. MCKnight : ,;, ~ - -E,refiident (Any:.a~itlorW slgna.tures:.appear on page 6 :. ~ . - - . (fOR iNFORf.1A TlON ONL Y-Name, Address and Telephone) . I AGENT dr BRORER.: OWNER'S REPRESENTATIVE (Architect, Engineer pr other party): . I The LPA Design Group, Inc. 700 Huger Street Columbia; SC 29201 Signature: Name and Title: Allied North America Insurance Brokerage of Georgia. LLC Eleven Piedmont Center. Suite 700, 3495 Piedmont Road, NE Atlanta, GA 30305-1530 AlA DOCUMENT A312. PflU'ORMANCf 1l0ND AND PAVMENr BOND. DECEMBER 1934 EO. . AlA c!> 'l'HE M1f~'CAN iNsTITuTE OF ARCHITECTS, 1135 NEW VORl< AVE., N.W" WASHINGTON. D.C. 20006 THIRO PRINTINC . MARCH 19&7 A312-1984 4 v .... ( ... . ( ~... v .... I.............. In.., I V U 00 u I:. V V I 1 _ l:he Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract. which is incorpo- rated herein by reference, 2 With respect to the Owner, this obligation shall be null and \laid if the Contr~ctor: 2.1 Promptly makes payment, directly or indirectly. for all sums due Claimants. and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment ror labor, materials or equipment fur- nished foruse.;n the performance of the Construction Contract; provided the Owner has promptly notified the Contractor and the Surety. (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void If the Contractor promptly makes pay- ment, directly or indirectly, for all sums due, 4 The Surety shall have rio obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being rTt(lde lInder this Bond and. with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct COntract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating. with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnlshed or supplied or for wh.om the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by v,ohich the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice fl.lTnished to the Contractor. 5 If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety. that is suffi. cient compliance, r,1Cr;rIlI.:lH I IIL:L: L:UN::; I I4J 001::/011 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Payor arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed.by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, If any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contraclor and the Surety under this Bond, subject to the Owner's prior- Ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the o.'mer, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall h(lve llnder this Bond no obi i-- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a Court of competent juriS- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 Or Clause 42.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner Ot the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply 'with a statutory or other legal requirement in the location,where the construction was to be performed. any provision in this Bond conflicting with said statutory or legal require/Tlent shall be deemed deleted here from and provisioO:s COn. forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AlA DOCUMENT ")12' PERFO~/lMNCE BOND AND f^YMfNT 60ND . DECEMBER '9S4 (D.. ^l^~ THE ^MERICAN INSTITUTE Of ARCHITECTS. 173S NEW '(ORK ^VE.. N W. WASHINGTON. D.C. 2()()()Q 1'HIj::D PRINTlNC · MI\RCH 1987 A312-1984 5 "''''''''l/'-VV...J loJ.oJl In/\ IVO 00,,) LV"':) I ;:. Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by anr person or entity appearing 10 be a potential beneficiary 0 this Bond, the Contractor shall promplly fUrnish a copy of this Bond Or shall permit a copy 10 be made. 15 DEfiNITIONS 15.1 Claimanl: An individual or entity having iI direct contract with the Conlractor orwilh a subcontrac:tor of the Contractor 10 furnish labor, malerials or equip- ment for use in the performance of the Contract. The intent 01 this Bond shall be to inClude withoutlimila- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heilt, oil, gasoline. telephone service Or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS fOLLOWS: Mct;rUliH I AI.a.: CONST 141007/011 Construction Contract, a"hitectural and engineering services required for perform.mee of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between Ihe Owner and the Contractor identified on lhe sig- nature page, including all Contract Documents and changes thereto, 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor w(lived. to pay the Con- trattor as required by the Conslruction Contract or to perform and complete or comply wilh the other terms thereof. CONTRACTOR AS PRINCIPAL Company: (Space is provided below for additional signatures of added parlies, other than those appearing on the cover page.) ; (Corporate Seal) Signature: Name and Tille: Address; SURETY Company: . (Corporate S~al) Signature: ~ Name and Title: Address: AlA DOCUMENT A1n . PERFORMANCE BOND AND PAYMENT BOND. 'OECEMBER 19&4 ED. . ,.;,... ~ THE AMERI~N INS11l'ure OF ARcHmcrs. 173S NE\V YORK AVE., N.W.. WASHINGTON, 0.(:. 20006 THIRD PRINTING. M^RCH 1987 A312-1984 6 . - . -. . .... . v..., ...,........ "'"v V I '.'-"IlJ.un I IIL.L. L.UN~ I I4J 00::1/011 '- TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Banford, Connecticut 06J83-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY TIlltSE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMl>ANY OF AMERICA. TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, COrpOrations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticu~ (hereinafter the "Companies") hath made, constituted and appointe~ and do by tllese presents make, constitute and appoint: WUllam 1- Hix. w: Parker Hix, Santba F. Black, K. E, MacArthur, Julie H. Black, Marvala El'inkitolll, of A.tlanta, Georgitl, their true and lawful Attomey(s)-in-Fact, wlth full power and authorily hereby conferred. to sign, execute and acknowledge, at any place within the United States, the following instrument(s); by hislher Sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a lxu.1d, recognizance, Or conditional undertaking and. any and all consents incident thereto, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent Jrns been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to. the modification of revocation, and to bind the Companies, thereby.as fully and to the same extent as jf the same were signed bY!he.duly authorized officers of the Companies, and an the acts of said Attomc:y(s)-in-Fact., pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect VOTED; That the Choinnnn. the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any SeGOnd Vice President, the Treasurer, lUly Assistant Tre83Uter, the Corporate Secretary or any Assistant Secretary may appoint Anomeys-in-Facl and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority roilY prescribe 10 sign with the ComPMY's nome and seal with the Company's seal bonds, recognizances. contract~ ofindemnily, and other writings obligatory in (he namre of a bond, recogni7.ance, or conditiOIllll undertaking, ll.l1d any of said officers or the Board of Directors at any time: may remove any such appOintee e..nd revoke the power giVal him orher, VOTED: That the ChairInan, the President, any Vice ChaiI1WiJl, any Executive Vice President, any Senior Vice President or any Vice President . may delegate all or any part of the foregoing authority to one or mOre officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, VOTED: That any bond, recognizance, COntract of indemnity, or v.riting obligatory in the natme of a bond, rccogniz.ancc:. or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President Or any Vice Pre..ctident, any Second Vice President, the Treasurer, any Assistant TreosureJ', the Corporate Secretary or any Assistant SecreUUy end duly attested and sealed with thc Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (Wldl..T scul, if required) by one or more Attomc~in-Facl and Agents putsWlnt to the power prescribed in his or her cei1ificate or their certificates of authority or by one or more Comparty officers pursuant to a written delegation of authority. This Power of Attorney and Certificate 01 Authority is signed and sealed by facsimile (mechanical or printed) under and b)' autbority of the foUowing Standing Resolution voted by tbe Boards of Directon of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY t which Resolution is now in fun force and effect: VOTED: That the signature of each of the fOllowing officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any SeCretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile 10 any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, R~dent Assistant Secrctaries or AUomeys~in-Fact for purposes only of executing and aUCSting bonds and undertakings and other writings obligatory in the nAture thereof, end any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valiclllDd binding upon the Company and any such power so executed and certified by such facsimile signature and facsirniIe seal shall be valid and binding upon the Company in the future with respect to apy bond or undertaking to which it is attached. (2-01 Kentucky DOH) "''-''"J.lJn I ....\..\.. \..UN~ I @008/011 Irii STPAUL ~ TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on. your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism a$ defined in the Act. The Act further provides that the Federal Government will pay a share of. such losses.. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is. in excess of an Insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses fo'r which the Federal Government or an insurer can be responsible at $100,000,000,000.00. provIded that the insurer has met its deductible. . Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional I premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ILT-I018 (9/04) V.;)/V"~VV;J 11.'tO rn^ IVO DOt,) 'Y..JI ~~~n~unl ^~~ ~un~1 If!JVV&,/VV'I Clientl; 10587 MCKNCON ACORD.. CERTIFICATE OF LIABILITY INSURANCE I DAn: (IIM!ODIVYVY) 312/2005 pAOOUC!R THfS CERTlACA,-e 18 ISSUED AS A. MATTER OF INFORMATION Wachovla Insurance Serv-AT, GA ONLY AND CONFERS NO RIGHl'S UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND. EXTEND OR 4401 Northaldtl PkWy, Suite 400 ALTER Tti! COVERAGE AFFORDED BV THE POLICIES 8I;LOW. Atlanta, GA 30327-3078 770 85O-00S0 IMSURERS N'FORDINC COVERAGE NAte. ""UREO INSIJRfRA: ZUrich AmerlClIn Ins. Company (BUS) 26247 McKnight COnstruction Co" Inc. ~UIWU: American Gua~n1" & Uabillty Ins C p ,0. Box 204718 l!IlevA~~ ~ Travelers Property & Cas Augusta, GA 30917 1N8UA~~ 0: IH6UR~ E; COVERAGES THE POLICIES OF INSl,JIV.NCl: lI$TEO BELOW HAVE BEEN ISSUED TO THE INSUREO NM'EO NJOVE FOR THE POlICY PERIOD INDICATED. NOTWITHSTANDING AlN REQUIReMENT. TERM OR CONDITION OF AfoN CQNTIU,CT OR OllER DOCuMENT WITH ReSPECT TO MilCH THIS ceRTIFICATE MAY BI: I9SOEO OR MAY PERTAiN. T~ INSURANCE AFF~OED BY THE POliCIES DESCfllBeO HEREIN IS 8U6JECT TO AU THE TERMS. EXC~VSIQNS ANO CONOlTIONS OF SUCH PO\.ICtES. A~REGATE LNITS SHOWN I.4A,Y HAvt; IlEE~ REDUCED BY PAID CLAIMS. ~T"~( TTPeOf~tE POLICY Nu_tR OUCY EfffCl1VIl p~ LIMlTI A ~ L\AllfLm' CP03888394-OO 11/01104 11/01105 EACIl OCCURRENCE '1 000 000 ~ OEFlCJAI. oE"'~lUllWlU1Y AAlAGE T ~~.""\ 5300.000 I-- ClAJoI5IoW)1;[j]OCCUR ~ EXP (Any one po_I 110 000 I-- PE RliONAI. , AJ:J'( II\lJlJRY .1 000 000 GENeRAL lIoOOReG4TE 12 000 000 nH'l.~rilUMlTn8 P!I\: PRODUCT' . COMptei' AQQ 12 000 000 I'OUCY X I ~RT LOC A ~LIAIIIUfY BAP3866395-00 11/01104 11101/05 COhl8lNED 8l"IG~C LlUrr 11,000,000 ~ ANY AUTO Ie. .~~ I-- M.l. ClWJSl AlJTOll BOOlI.V INJURY , SCHEDULED AlI1'Oli (I'w~,,"l r-- .!- HIRED AUTOS BOOIL'I' IIIJ\JRY . ~ I/OlHlWfoIaIlIWTQll (Per occlIl&llU X Hired Car PO $1,000 Comp. PIlOPERTY OAMI\CE DBductlbIes S1.ooo Cofllslon CPor~1 1 oAIIAGE LJAeIUTY I AlJTO 0IlL Y . EA ACClOfHT 1 ~-AH'" AllTO ~R~N Ell N:X:. 1 "lITO Of"-....: AGe I B ~CES8NMBmu UAIWTY AUC930166I-OJ 11/01104 11101105 EACH OCQVRRENCE 110.000.000 X OCC\JR 0 aMoI& IlI4DE "GGIIl!G.'Tf .10000000 S =i~LE . FlPTl!HTIOI\l I I A WORKER:! COMPEloIlIIotlOH AHD WC386G39S-00 11101104 11101/05 X I T~!T if IUffi !III'l.CWEM' UAIlLm' E.t., EACIl ACCIOEHT 1500.000 HI'( Pf{~AIITNEMllECII11Vi OFFICE EJ(a.JJOE01 E.L DISEASE. Ell EMI'l.~e J50C),ooO m-r'~~w'^- E.L. Ql~.1'OUCY WI/IT 1500.000 A ~ Equipment: CP038663M-OO 11101104 11101105 Sotleduled:$533,OOD Leased/Rented $2S0,0OOlhom C Builders Risk QT 660 92B3A36.9 1101105 1/01/06 Reporting Form DESCltJPTICMf Of _MTIONS' I.OCATIONllIIlEItc:LI!I/IXCLUSIONS ADOED IlY ENOOA8EIIEIIT /6I'ECIAL 'RCMSIOHI RE: Augl.IS1a Raglonaf AIrport Terminal Area Improvement - ProjectS AR2090U The Augusta Regtonal Airport Aviation COmmlsllon, !tI" offlel.18 and ataff, The LPA Design Group, Inc., l(g" Btaff & consultants, and the (StItI Attached Descriptions) : ce HOLDER CANCELLATION St1OU~DAHY DI''IHE.lllOYE DEBCRlIMiD pO\,lClC~ all CAHa:uaa IIPOfU! TMIi riPtRATlOfI DAlE THIiiRGOF, nta "CUING IMlUR&R WILL JlIlIIIIl !Ml1IU MAIL ...30... ClAY!: WllTTEN HOnell TO THE CElmRClAn: ~~R IIAAIED TO THE LEfT.lDII1IMaIll 11l4l tIOtlllB8O( ~~IlIIBtJII__1O( The AU9U&t~ Regional Airport Aviation Commlaalan 1501 Avlallon W~y Augusta. GA 30906 ACORD 2512001108) 1 on #S6D713BhW560441 /WTHQRlZED R!I'tI!lI2~ _ ForWlSbr, rvtt:' ~ MJS01 ~ ACORD CORPORATION 1988 V-.s/V,/,VV:l II :qtl tlll\ tVti tlti-.s ,U-.s I MC~"l~HI A~~ ~U"~I ~ 004/004 DESCRIPTIONS (Continued from Page 1) construction manager lire Included 88 8ddltlonalln$Ured a8 reqWred by written contract w"h the .bove named Inl5urec:l. Explol510n, oollapse and underfround exclulllon does not apply to g.neralllabllity coverage. AMS 25.3 (2001/011) 3 of3 fSG071381M5G0441 U\}/U~'LUV~ 11....0 rn^ IVO 00" LV"I ~~~n~unl n~~ ~U~~I IBl VV", uv" IMPORTANT If the certificate hold&r is an ADDITIONAl INSURED. the policyOes) must be endorsed. A statement on thl$ certifICate does not COl'Ifer rights 10 the certfficale holder In tieLl of such endorsement(s), 'f SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require IIn endorsement. A statement on thl6 certificata does not confer right$ to the certificate holder In ~eu of such endorsemBflt(s). DISCLAIMER The CertifICate of Insurance on the reverse Glcfe or 1hl& form does not constitute a contract between the IssLllng IrnlUrer(6). authorized representative or prOducer, and the certiflC8te holder. 1'\01' does It affirmatively ~ negBtlvely amend, extend or elter the coverage efforded by the policies listed therooo. ACORD 25-S (2001108) 2 of 3 1S607'381M560441 14;::>c. I'IHI'( ~, c.~~::> lU. I'll::! r Ht\ ::!l:.r;vl:.r<. 1c..L- 11V. "~-O..J~~.;:)r,J T~'.JUU t n~~- ~,~ . ,...'"., 'r"",,"T, 'nr<i;''''~T?'~ ~-Dln ." ;l,. . . r \ . i... . { ':'.J' v . ;J "l.....lr.. :"1:/ ~~ ~'"'t. ,: , ?1"L~~~ ~ ~~,lw~ YI.JL.:.J' 'r ...1-. :~\.' . '~^q :1 2005 Wachovia Insurance Services, Inc. 4404 Nonhside Parkway, Ste 400 Tel: 770-850-0050 Fax: 770-850-9375 Atlanta, Ga 30327 WACHOVIA INSURANCE SERVICES THE L;'-.\ C20UP INCORPORATED COlUM8lA OFFICE Fax Transmission lnsuranceProducts: If you do not want to receive faxes relating to goods and services provided by Wachovia Insurance Services, please contact the individual listed at the telephone, fax or e- maIl provided and we will update our records accordingly To: BobAnderson Company: Fax Number : 18037790482",611207 Phone Number : From: Millie J. Sims Fax Number : 770-850-9375 Phone Number 1i~Sent: Wednesday, Mar 2, 2005 02:52PM 2 Pages : Description: McKnight Construction Co Please let m eknow if any questions, and enjoy the rest your day! NOT INSURED BY FDIC OR ANY FEDERAL GOVERNMENf NOT A DEPOSIT OF OR GUARANTEED BY A BANK OR ANY MAY LOSE VALUE Notice: The informution conlained in this facsimile is confulenJial and is intended only for the use of the individual or entity: nmned abtwe. If the reader of this message Lf not the intended recipient, you are hereby notified that any dissemination, distribution or copy of this commrmiadion is stridly prohibited. If you have rece;"ed this communkation in error, please immediately notify us by teleplwne and retNm the original to us at the above address via U.S. Postal Service. ..; .- .~~ ~.o.:::......- .L......J.:J 1"1t"1r\. t:JC., ~CJCJ.J .LU- )0'11.&..;,) I nA ~L_",YL-l' I L-L. I """'- I I U U~ ..1'-'1 oJ 'lr....JI.LJUU . nOLo- ,r..',- March 2, 2005 Mr. Mason McKnight McKnight Construction Co., Tnc. P.O. Box 204718 Augusta, GA 30917 RE: Builders Risk coverage - Augusta Airport Project Dear Mr. McKnight: Please accept this letter as our confirmation of builders risk coverage for current and future projects, including Teoninal Area Improvements at Augusta Regional AiIl>ort, Augusta, Georgia, project # AR209024. Effective January I, 2005, we bound reporting fonn builders risk policy# QT 660 9283A36-9 on your behalf with St Paul Travelers. Coverage is now provided on a "per start" basis, meaning we must notiry the im:urance company at the end of each month all projects as they begin the actual construction phase. j1Jie J. Sims Sr. Account Manager Direct Dial # 770 850-6611 MJSO 1/3573 507 ~