Loading...
HomeMy WebLinkAboutCONTRACT BETWEEN AUGUSTA REGIONAL AIRPORT AND MCCARTHY IMPROVEMENT COMPANY FOR RECONSTRUCTION & EXTENSION OF TAXIWAY CONTRACT THIS CONTRACT made and entered into to be effective October 20, 2016 by and between, AUGUSTA GEORGIA, (the City) a political subdivision of the State of Georgia, acting through the AUGUSTA AVIATION COMMISSION,whose address is 1501 Aviation Way,Augusta Regional Airport at Bush Field, Augusta, Georgia 30906-9600, hereinafter called "Airport", and McCarthy Improvement Company, hereinafter called "Contractor". WITNESSETH: WHEREAS,the City is the owner and operator of a full service commercial airport known as the Augusta Regional Airport; WHEREAS, the City has solicited a bid to Reconstruct and Extend Taxiway A for the Airport; WHEREAS, the Contractor submitted a bid for said services; and WHEREAS, the City, on behalf of the Airport, accepted the Contractor's Bid for said services; NOW THEREFORE, in consideration of the mutual covenants, promises,and agreements herein contained, the Owner and the Contractor hereby agree as follows: The Contractor's Services shall be in accordance with the scope of services and all provisions provided herein. ARTICLE 1 SCOPE OF THE WORK 1.1 The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the Plans and the specifications for the Project entitled: RECONSTRUCT AND EXTEND TAXIWAY A and in accordance with the requirements and provisions of the Contract Documents as defined in the Provisions hereto attached which are hereby incorporated and made a part of this contract. 1.2 Definitions The following terms have the following meanings whenever used in the Contract Documents(defined below),or in related documents,the terms or pronouns used in place of them shall be defined as follows: 1.2.1 Airport Executive Director. The person tasked with the day-to-day operations of the Airport. 1.2.2 Augusta Aviation Commission. The Augusta Regional Airport Aviation Commission tasked with the overall administration of the Airport. 1.2.3 Augusta, Georgia or City. Augusta, Georgia's Commission. 1.2.4 Engineer. The Work has been designed by Mead & Hunt, Inc., whose corporate headquarters is located at 6501 Watts Road, Madison, WI 53719, who is hereinafter called Engineer and who is to assume all duties and responsibilities and have the rights and authority assigned to Engineer in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-039-2016 1 1.2.5 Project. Reconstruct and Extend Taxiway A including but not limited to demolition of approximately 63,325 square yards of asphalt pavement, construction of approximately 57,000 square yards of Portland cement concrete pavement, removal of approximately 100 taxiway edge lights, removal of approximately 3,900 linear feet of storm sewer, removal of approximately 39,300 square yards of perforated steel planking, installation of approximately 2,200 linear feet of concrete box culvert, installation of approximately 4,150 linear for of storm sewer, along with associated taxiway edge lighting, airfield signage, pavement marking, and site restoration including topsoiling, seeding, and mulching. 1.2.6 Airport's Administrator. Airport's Representative shall be the Airport's Executive Director or his designee. 1.2.7 Contractor's Representative(s). The Contractor's representative ("Contractor's Representative") for all dealings with Airport shall be Mike Ghetu Contractor's Representative may be changed upon prior written notice delivered to Owner. 1.5 Subject to controlling law, the Owner will refuse to permit the Contractor to use any employee on this job if the Owner reasonably deems that individual unfit to work at the Airport facilities in any respect. 1.6 All Contractor employees shall strictly adhere to Airport regulations while on the Airport premises, including but not limited to Augusta, Georgia, County, and Transportation Security Authority(TSA)and Federal Aviation Administration (FAA) regulations governing access to buildings, personal conduct, and possession of prescribed substances, parking, and traffic. The Owner reserves the right to require the removal of Contractor employees from the Project. 1.7 Design, Standards and Practices. The design, strength, quality of materials and workmanship must conform to the highest standards of construction practices and/or services ARTICLE II TERM 2.1 The Contractor must begin work within ten (10) days of receiving the Notice to Proceed (NTP) from the Owner. It is anticipated the NTP will be issued December 1, 2016. The Contractor will mobilize with sufficient forces such that all work is completed within two- hundred and eighty (280) calendar days after the issuance of the NTP. Contract time charges will begin as set forth in Section 80 of the General Provisions 2.2 Contractor working times shall be as designated on the Construction Safety & Phasing Plan sheets in the Construction Drawings. At the Owner's discretion, work times may be further restricted. 2.3 For additional details please review Section 80 of the attached Specifications. 2.4 It is hereby understood and mutually agreed, by and between the Contractor and the Owner,that the date of beginning, rate of progress and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this Contract. Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-039-2016 2 understood and agreed by and between the Contractor and the Owner, that the time for the completion of the work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and construction conditions prevailing in this locality. 2.5 It is further agreed that time is of the essence of each and every portion of this Contract and the specifications wherein a definite portion and certain length of time is fixed for the performance of any act whatsoever; and where under the Contract an additional time is allowed for the completion of any work, the new time limit fixed by extension shall be the essence of the Contract. ARTICLE III LIQUIDATED DAMAGES 3.1 The Contractor acknowledges that time is of the essence with respect to the Work governed by the Contract. The Contractor acknowledges and recognizes that if it fails to achieve Substantial Completion of any portion of the Work within the Contract Time as may be extended in accordance with the terms of this Contract, the Owner will sustain substantial losses as a result of such failure. The Contractor further acknowledges that the Owner will suffer damages that are difficult, if not impossible, to accurately estimate. The Contractor shall be assessed liquidated damages as set forth in Section 80, Execution and Progress, subsection 80-08. ARTICLE IV PAYMENT 4.1 The Contract Sum The Owner shall pay to the Contractor for completion of the Work in strict accordance with the Contract Documents, and in accordance with the unit bid prices submitted on July 26, 2016, with a contract price of$16,772,436.70. 4.2 Progress Payments 4.2.1 Contractor shall submit Applications for Payment in accordance with Section 90 of the General Provisions but in no case shall submit Applications for Payment more than once per month. Application for Payment will be processed by Engineer as provided in the General Provisions. 4.2.2 Progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or Owner may withhold, in accordance with Section 90 of the General Provisions. 1) 90% of Work completed as determined by Engineer. 2) 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by documentation satisfactory to Owner as provided in paragraph 90-07 of the General Provisions. 4.2.3 Within ten (10) days of receiving each Application for Payment, the Engineer shall either indicate in writing a recommendation of payment and present the application to the Owner, or return the Application to the Contractor indicating in writing Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AlP No.3-13-0011-038-2015 and 3-13-0011-039-2016 3 necessary corrections. In the latter case,the Contractor shall make the corrections and resubmit the application. 4.3 Invoices. Contractor shall submit invoices to: Mead & Hunt, Inc. Attn: Chris Birkmeyer 878 S. Lake Drive Lexington, SC 29072 4.4 Retainage and Partial Payments. If payment request is approved by the Owner, the approved payment request shall be submitted to the Owner's Finance Department for processing on or before the fifth day of the following month, and payment (less retainage) shall be made to the Contractor thirty(30)days after the date the approved payment request is received by the Owner's finance department. If a payment request is not approved by the Owner, then no payment shall be made to the Contractor until such time as the Owner approves the payment request. The amount of retainage shall be as follows: 4.4.1 Ten percent(10%)of each partial payment shall be withheld as retainage until the value of fifty percent (50%) of the Contract Price, including Change Orders and other authorized additions provided in the Contract, is due; 4.4.2 When fifty percent(50%)of the Contract Price, as described above, becomes due and the manner of completion of the Work and its progress, quality, schedule are reasonably satisfactory to the Owner , and there are no outstanding claims by the Contractor, subcontractors or material suppliers, the withholding of retainage shall be discontinued. 4.4.3 If after discontinuing retainage, the Owner determines that the Work is unsatisfactory or has fallen behind schedule, withholding of ten percent (10%) of each request for payment may be resumed. When the Work has reached Substantial Completion and the Owner determines the Work to be reasonably acceptable, the Contractor shall submit an invoice or other documents as may be required and receive payment thereof within thirty (30) days. If there are any remaining incomplete minor items, an amount equal to two hundred percent (200%) of the value of each item, as determined by the Owner, shall be withheld until such items are completed; 4.4.4 The Contractor shall within ten (10) days from its receipt of retainage from the Owner pass through payments to Subcontractors and shall reduce each Subcontractor's retainage in the same manner as the Contractor's retainage is reduced by the Owner. The Subcontractor shall within ten (10) days from the Subcontractor's receipt of retainage pass through payments to lower tier subcontractor's and shall reduce each lower tier subcontractor's retainage in the same manner as the Subcontractor's retainage is reduced. 4.4.5 The Contractor and Owner agree to abide by all applicable provisions of Georgia state law concerning retainage, including but not limited to O.C.G.A. §13-10-80. If the terms of this Contract concerning retainage conflict with state law, state law shall govern. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-039-2016 4 ARTICLE V FINAL INSPECTION 5.1 Upon notice from the Contractor that the Work is completed, the Owner shall make a Contractor during the course of final inspection of the Work,and shall notify the Contractor of all instances where the Work fails to comply with the Drawings and Specifications, as well as any defects the Owner may discover.At no cost to the Owner,the Contractor shall immediately make such alterations as are necessary to bring the Work into compliance with the Contract, the Drawings, and Specifications. ARTICLE XI ACCEPTANCE AND FINAL PAYMENT 6.1 Final Payment. Upon final completion and acceptance of the Work in accordance with Section 50 of the General Provisions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said paragraph 90-09. 6.2 Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the Owner guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. 6.3 The making and acceptance of the final payment shall constitute a waiver of all claims by the Owner other than those arising from unsettled liens, from faulty work appearing within 12 months after final payment, from requirements of the specifications, or from manufacturers'guarantees. It shall also constitute a waiver of all claims by the Contractor except those previously made and still unsettled. 6.4 If after the Work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer, so certifies, the Owner shall upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. ARTICLE VII CHANGES 7.1 The Owner may, during the Contract period, make changes to the Scope of Work, which may result in changes to the general scope of the Contract and its provisions. 7.2 Written/verbal agreements,changes,or amendments to this Contract shall not be binding upon the Owner unless approved and signed by the in advance of performing work. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-039-2016 5 7.3 Contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Aviation Commission or Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the Contractor provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by Contractor. Contractor assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity. ARTICLE VIII INSURANCE 8.1 During the term of this Contract, Contractor shall provide, pay for, and maintain with companies reasonably satisfactory to the Owner the types of insurance as set forth in the City Code, and Georgia law as the same may be amended from time to time, and as described herein. All insurance shall be issued by insurance companies eligible to do business in the State of Georgia and Best Rated A-or equivalent. In the event of a conflict between the provisions of the City Code and this Contract, the more stringent requirement shall govern. In no event shall Contractor maintain any insurance less than the requirements set forth in the City Code, as amended. 8.2 All liability policies of Contractor and its subcontractors shall provide coverage that includes, or has the same substantive effect as the following: 8.2.1 The City, the Aviation Commission, and each of its Commissioners, officers, agents, elected representatives, volunteers, and employees, in their respective capacities as such, shall be additional insured hereunder with respect to the products, premises, and operations of the named insured. 8.2.2 This insurance policy shall apply as primary, and any insurance and/or self- insurance as may be maintained by the City, the Aviation Commission, or its Commissioners, officers, agents, elected representatives, volunteers, and employees shall apply in excess of, and shall not contribute with insurance provided by this policy." 8.2.3 This insurance shall not be materially changed, altered, canceled, or non- renewed until after thirty-(30) days advanced written notice has been given to Augusta, Georgia except that only ten-(10) days notice shall be required in the event of cancellation due to non-payment of premium." Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-039-2016 6 8.3 All such evidence of insurance shall be in the form of certificates of insurance satisfactory to the City and its Risk Manager,accompanied by a certified true copy of an endorsement to each policy containing the above language. Properly executed certificates of insurance shall evidence the insurance coverage and limits required. The authorized representative of the insurance company shown on the certificate shall sign these certificates. The required policies of insurance shall comply with the laws of the State of Georgia. 8.4 If at any time the Executive Director requests a written statement from the insurance company as to any impairment to the aggregate limit, Contractor shall promptly authorize and have delivered such statement to the Aviation Commission. Contractor authorizes the Aviation Commission and/or the City's Risk Manager to confirm with Contractor's insurance agents, brokers, and insurance companies all information furnished. 8.5 The acceptance of delivery to the Owner of any certificate of insurance evidencing the insurance coverage and limits required under this Contract does not constitute approval or acceptance by the Owner that the insurance requirements in this Contract have been met. No operations shall commence at the Airport unless and until the required certificates of insurance are in effect and approved by the City's Risk Manager. 8.6 The Contractor and the Owner understand, and agree that the minimum limits of the insurance herein required may, from time to time, become inadequate, and Contractor agrees that it will increase such minimum limits upon receipt of written notice defining the basis of the increase. The Contractor shall furnish the Owner, within sixty-(60) days of the effective date thereof, a certificate of insurance evidencing that such insurance is in force. 8.7 Contractor's insurance companies or its authorized representative shall give the Owner thirty (30) days prior written notice of any cancellation, intent not to renew, or material reduction in any policy's coverage, except in the application of the Aggregate Limit Provisions. In the event of a reduction to the Aggregate Limit, it is agreed that immediate steps will be taken to have the prior Aggregate Limit reinstated. 8.8 If at any time, the Airport Executive Director requests a written statement from the insurance companies as to any impairment(s) to the Aggregate Limit, prompt authorization and delivery of all requested information will be given to the Aviation Commission. Renewal Certificates of Insurance must be provided to the Owner as soon as practical but in every instance prior to expiration of current coverage. 8.9 The amounts and types of insurance shall conform to the following minimum requirements with the use of Insurance Service Office policies, forms, and endorsements or broader, where applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be reasonably acceptable to the Owner. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-039-2016 7 8.10 Workers' Compensation and Employer's Liability Insurance shall be maintained in force by Contractor during the term of this Contract for all employees engaged in the operations under this Contract. The limits of coverage shall not be less than: Workers' Compensation Georgia Statutory Employer's Liability $1,000,000 Limit Each Accident 1,000,000, Limit Disease Aggregate $1,000,000, Limit Disease Each Employee 8.11 Commercial General Liability — Occurrence Form. Policy shall include bodily injury, property damage, personal injury and broad form contractual liability coverage with limits no less than five million dollars ($5,000,000) in Broad Form Comprehensive General Liability insurance. 8.12 Automobile Liability Insurance. For any vehicles authorized in writing by the Executive Director to operate on the Aircraft Operating Area (AOA) of the Airport, Automobile Insurance in the minimum amount of Five Million Dollars ($5,000,000.00) combined single limit coverage. If the Contractor's Comprehensive General Liability coverage includes vehicular operations on the Airport, separate automobile insurance shall not be required. The foregoing insurance shall be endorsed to state that it will be primary to the Augusta GA and the Aviation Commission's insurance and that the carrier waives its right of subrogation against Augusta, GA, the Aviation Commission, and their officers, agents, elected and appointed officials, representatives, volunteers, and employees. Augusta, GA, the Aviation Commission, and their officers, agents, employees, elected and appointed officials shall be added as additional insureds on said policies.Said policy shall contain Severability of Interest Clause and shall include contractual liability coverage at least as broad as that given in the most current CA 00 01 ISO form. 8.13 Excess Liability: $2,000,000 Policy must follow form of General Liability Policy and all insurance together for general liability must total at least a minimum of two million dollars ($2,000,000). Any form of underlying and excess policies may satisfy such requirement. 8.14 The Commercial General Liability Insurance coverage as required in the paragraph above shall include those classifications, as listed in Standard Liability Insurance Manuals,which are applicable to the operations of the Contractor in the performance of this Contract. 8.15 Within sixty (60) days of the effective date thereof or any subsequent term, Contractor shall provide Owner with certificate(s) of insurance evidencing that such insurance as described herein be in force. Insurance binder letter(s) or a Certificate(s) of Insurance as described above must be sent to the address below with a copy to the Owner: Augusta, Georgia Risk Management 530 Greene Street Room 217 Augusta, GA 30901 (706) 821-2502 (Fax) Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AlP No.3-13-0011-038-2015 and 3-13-0011-039-2016 8 8.16 Subcontractors. It is the sole responsibility of the general Contractor to ensure that all subcontractors working under it have separately procured any and all types and limits of insurance that are required under any and all pertinent local, state, or federal ordinances or resolutions that are suitable for the particular trade that the subcontractor is performing. It is also the sole responsibility of the general and/or prime Contractor to ensure that any and all subcontractors or vendors carry types and limits of insurance not less than those listed herein and that the subcontractors and/or vendors carry and/or procure endorsements to waive all subrogation rights against and name "Augusta GA, its appointed and elected Officials, departments, agencies, boards, commissions, its officers, agents, employees and volunteers" as additional insureds. ARTICLE IX AIRPORT SECURITY REQUIREMENTS 9.1 Contractor's employees shall be required to operate in Airport's secure areas. Contractor shall be required to obtain the Airport's Security Identification Display Area (SIDA) badges for any employee working in the secured area. Contractor shall comply, at its own expense, with the Transportation Security Administration (TSA) and the Owner's security requirements for the Airport including, but not limited to employee training and badges. Contractor shall cooperate with the TSA and the Owner on all security matters and shall promptly comply with any project security arrangements established by the Owner. Compliance with such security requirements shall not relieve Contractor of its responsibility for maintaining proper security for the above-noted items, nor shall it be construed as limiting in any manner Contractor's obligation with respect to all applicable federal, state and local laws and regulations and its duty to undertake reasonable action to establish and maintain secure conditions at and around the Project and throughout the Airport. All employees shall be properly badged and comply with all Owner's safety and security rules. 9.2 Any Contractor employees assigned to work in a secured area are required to be "badged" or a "badged" Contractor employee must escort them the entire time they are in these secured areas. 9.3 To qualify for the badge, individual must be fingerprinted and have a background investigation completed. In addition, the Owner will conduct a background inquiry and require finger printing of all individuals who will be working on the secured side of the Airport screening point. This may also include collection of appropriate criminal history information, contractual and business associations and practices, employment histories, reputation in the business community and credit reports for the Contractor, as well as, its employees. 9.4 Contractor consents to such an inquiry and agrees to make available to the Owner such books and records the Owner deems necessary to conduct the review. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-039-2016 9 9.5 Contractor shall pay all costs associated with providing SIDA badges. 9.6 Contractor shall be responsible for any fines assessed by the Federal Aviation Administration (FAA)or TSA as a result of the actions of its employees or subcontractors. ARTICLE X REPRESENTATIONS AND WARRANTIES In order to induce the Owner to enter into this Contract, Contractor hereby represents and warrants that as of the date above written that: 10.1 Contractor is duly organized and validly existing in good standing under the laws of the state of Iowa in which it is organized, is qualified to do business in all jurisdictions in which it is operating, and has the power and authority to execute and deliver and to perform its obligations under this Contract and the documents to which it is signatory; and 10.2 The execution, delivery and performance by Contractor and its undersigned representative(s)of this Contract and other documents to which Contractor is a signatory do not require the approval or consent of any other person, entity or government agency and do not result in any breach of any agreement to which Contractor is a party or by which it is bound; and 10.3 The execution, delivery and performance by Contractor of this Contract and other documents to which it is a signatory have been duly authorized by all necessary action, and constitute legal, valid and binding obligations of Contractor, enforceable against Contractor in accordance with its terms; and 10.4 No action, suit or proceeding to which Contractor is a party is pending or threatened that may restrain or question this Contract, or any other document to which it is a signatory, or the enjoyment of rights or benefits contemplated herein; and 10.5 Contractor has all State of Georgia Licenses and permits required for the performance of the Work and shall only use properly licensed and trained persons to perform such services. ARTICLE XI NOTICES 11.1 Delivery. All notices given by either party to the other under this Contract must be in writing and delivered by: (i) regular mail, postage prepaid; (ii)certified or registered mail; (iii)facsimile;or(iv)hand-delivery,to the parties at the addresses and facsimile numbers set forth in the Clause titled "Addresses". Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-039-2016 10 11.2 Receipt. Notices sent by mail will be deemed to be received upon deposit in the mail, properly addressed. Notices sent by certified or registered mail will be deemed to be received upon the date of the acknowledgment. Notices sent by facsimile will be deemed to be received upon successful transmission to the proper facsimile number. Notices delivered by hand- delivery will be deemed to be received upon acceptance by the respective party or its agent. 11.3 Change of Address or Facsimile Number. Either party may, at any time, change its respective address or facsimile number by sending written notice to the other party of the change. 11.4 Addresses. To OWNER: To CONTRACTOR: Augusta Regional Airport McCarthy Improvement Company Attn: Executive Director Attn: 1501 Aviation Way 5401 Victoria Avenue Augusta, Georgia 30906 Davenport, IA 52807 Telephone: (706) 7898-3236 Telephone: (563)359-0321 Fax: (706) 798-1551 Fax: (563)344-3740 With a copy to: Augusta General Counsel Augusta Richmond County Department of Law 535 Telfair St. Building 3000 Augusta, GA 30901 Fax: (706) 842-5556 ARTICLE XII INDEMNIFICATION AND HOLD HARMLESS 12.1 Except where, and to the extent caused by the gross negligence of the City, the Aviation Commission, their agents, employees, contractors, officers or, Contractor shall protect, defend, reimburse, indemnify, and hold Augusta, Georgia, the Aviation Commission, its members, agents, employees, and elected officers and each of them, free and harmless at all times as set forth in Augusta, Georgia Code, and particularly Article 1, Chapter 3, Division 1, Section 1-3-8.5, Indemnity and Insurance, as the same may be amended from time to time, and described herein. In the event of a conflict between the provisions of Augusta- Richmond County Code and this Contract, the broader requirement shall govern. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 11 ARTICLE XIII PERMITS 13.1 Contractor shall obtain and maintain at all times all necessary licenses, permits and certifications to perform the work described in the Contract. Contractor shall furnish copies of all licenses, permits, and certifications to the Administrator. ARTICLE XIV WORK PERMITS REQUIRED 14.1 Contractor agrees and acknowledges that its employees and agent's employees, as well as any subcontractors or subcontractors' personnel, working on the Contract must be United States citizens, or must be lawfully admitted for residence and be permitted to work in the United States under the Immigration and Naturalization Act, 8 U.S.C. 1101, et. seq. ARTICLE XV FEDERAL WORK AUTHORIZATION 15.1 Pursuant to O.C.G.A.§13-10-91 and Georgia Department of Labor Rule 300-10-1-.02,the Owner cannot enter a contract for the physical performance of services unless the Contractor and its Subcontractors register and participate in the Federal Work Authorization Program to verify specific information on all new employees. 15.2 The Contractor certifies that it has complied and will continue to comply with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. 15.3 The Contractor agrees to sign an affidavit evidencing its compliance with O.C.G.A. §13- 10-91 and Georgia Department of Labor Rule 300-10-1-.02. The signed affidavit is attached to this Contract as an exhibit. 15.4 The Contractor agrees that in the event that it employs or contracts with any Subcontractor(s) in connection with this Contract, the Contractor will secure from each Subcontractor an affidavit that indicates the employee-number category applicable to that Subcontractor and certifies the Subcontractor's current and continuing compliance with O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02. Any signed Subcontractor affidavit(s) obtained in connection with this Contract shall be attached hereto as an exhibit. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 12 ARTICLE XVI MISCELLANEOUS CONTRACT PROVISIONS 16.1 Independent Contractor/Subcontractor Contractor is acting, in performance of this Contract, as an independent contractor. Personnel supplied by the Contractor or its agents or subcontractors hereunder are not the Owner's employees or agents and Contractor assumes full responsibility for their acts. Contractor shall be solely responsible for the payment of compensation to Contractor's employees. The Owner shall not be responsible for payment of Worker's Compensation, disability benefits, and unemployment insurance or for withholding and paying employment taxes for any Contractor employee, or Contractor's subcontractors or its agent's employees, but such responsibility shall be solely that of Contractor. This clause of the contract does not prevent the Airport from requiring Contractor to have its employees follow normal rules and guidelines for work performance, redirecting the efforts of the employees to meet the needs of the facilities, performing safety or from requiring Contractor to perform the requirements of this Contract satisfactorily, according to the General Conditions, Scope of Services, Performance Work Statement, Service Performance Standards and Methods described herein. 16.2 Force Majeure 16.2.1 Neither party hereto shall be considered in default in the performance of its obligations hereunder to the extent that the performance of any such obligation, except the payment of money, is prevented or delayed by any cause, existing or future, which is beyond the reasonable control of the affected party, or by a strike, lockout or other labor difficulty, the settlement of which shall be within the sole discretion of the party involved. 16.2.2 Each party hereto shall give notice promptly to the other of the nature and extent of any Force Majeure claimed to delay, hinder or prevent performance of the services under this Contract. In the event either party is prevented or delayed in the performance of this obligation because of such Force Majeure, there shall be an equitable adjustment of the schedule. 16.2.3 Contractor will not be liable for failure to perform or for delay in performance because of Force Majeure, including the following: 16.2.3.1 any cause beyond its reasonable control; 16.2.3.2 any act of God; 16.2.3.3 inclement weather; 16.2.3.4 earthquake; 16.2.3.5 fire; 16.2.3.6 explosion; 16.2.3.7 flood; 16.2.3.8 strike or other labor dispute; Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 13 16.2.3.9 any shortage or disruption of or inability to obtain labor, material, manufacturing facilities, power,fuel or transportation from unusual sources, or any other; 16.2.3.10 delay or failure to act of any governmental or military authority; 16.2.3.11 any war, hostility or invasion; 16.2.3.12 any embargo, sabotage, civil disturbance, riot or insurrection; 16.2.3.13 any legal proceedings; or 16.2.3.14 failure to act by Contractor's suppliers due to any cause which Contractor is not responsible, in whole or in part. 16.3 Commercial Activities Neither Contractor nor its employees may establish any commercial activity or issue concessions or permits of any kind to third parties for establishing activities at the Airport. 16.4 Records and Audit Contractor and its subcontractors shall maintain records and accounts in connection with all aspects in the performance of this Contract, including those, which will accurately document incurred costs, both direct and indirect, of whatever nature, during and for a period of three (3) years from the expiration or other termination of this Contract, unless otherwise specified by applicable law. The Owner may examine and copy, at all reasonable times,with advance notification, those records and accounts. Contractor shall maintain all records in a central location in Augusta, Georgia. 16.5 Contingent Fees Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Contract; and that Contractor has not paid or agreed to pay any company, association, corporation,firm or person, other than a bona fide employee working for Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Contract. For the breach or violation of this warranty and upon a finding after notice and hearing,the Owner may terminate the Contract and, at its discretion, may deduct from the Contract sum, or otherwise recover the full amount of any such fee, commission, percentage, gift or consideration. 16.6 Rights and Remedies The rights and remedies of the Owner provided in this paragraph are not exclusive and are in addition to any other rights and remedies provided by law or under this Contract. 16.7 Non-Appropriations Notwithstanding anything contained in this Contract, if sufficient funds have not been appropriated to support continuation of this Contract for an additional calendar year or an additional term of the Contract,this Contract shall terminate absolutely and without further Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 14 obligation on the part of the Owner at the close of the calendar year of its execution or if the Owner suspends performance pending the appropriation of funds. 16.8 Assignment Without the prior written consent of the Owner, Contractor may not assign, transfer or convey any of its interests under this Contract, nor delegate any of its obligations or duties under this Contract except as provided herein. 16.8.1 Consent of the Owner Required. Any assignment of this Contract or rights under this Contract, in whole or part, without the prior written consent of the Owner will be void, except that, upon ten-(10) calendar days prior written notice to the Owner, Contractor may assign monies due or to become due under this Contract. Any assignment of monies will be subject to proper setoffs in favor of the Owner and to any deductions provided for in this Contract. 16.8.2 No Relief of Responsibilities. No assignment will be approved which would relieve Contractor of its responsibilities under this Contract. 16.9 Parties Bound. This Contract will be binding upon and inure to the benefit of the Owner and Contractor and their respective successors and assigns. 16.10 No Partnership or Joint Venture. Nothing contained in this Contract will be deemed to create a partnership or joint venture between the Owner and Contractor or cause the Owner to be responsible for the debts or obligations of Contractor or any other party. Contractor must not represent to anyone that its relationship to the Owner is other than as the Owner's Contractor. Contractor must act as an independent agent and not as the agent of the Owner in performing this Contract and shall maintain complete control over its employees and all of its lower-tier suppliers and subcontractors. Nothing contained in this Contract or any lower tier purchase order or subcontract awarded by Contractor will create any contractual relationship between any lower-tier supplier or subcontractor and the Owner. No act or direction of the Owner shall be deemed to be the exercise of supervision or control of the Contractor's performance hereunder. 16.11 Waiver The failure of the Owner to seek redress for any violation of or to insist upon the strict performance of, any term of this Contract will not prevent a subsequent violation of this Contract from being actionable by the Owner. The provision in this Contract of any particular remedy will not preclude the Owner from any other remedy. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AlP No.3-13-0011-038-2015 and 3-13-0011-39-2016 15 16.12 Compliance with Applicable Laws and Regulations Contractor covenants and agrees that it, its agents and employees shall comply with all Georgia, county, state, and federal laws, Airport Rules and Regulations, and City ordinances applicable to the work to be performed under this Contract, and that it shall obtain all necessary permits, pay all license fees and taxes to comply therewith. Further, Contractor agrees that it, its agents, and employees will abide by all rules, regulations, and policies of Airport during the term of this Contract, including any renewal periods. 16.13 Patent Indemnity Except as otherwise provided, the Contractor shall indemnify the City and its Board of Commissioners, officers, agents and employees against liability, including costs and expenses for infringement upon any letters or patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the Owner of supplies furnished or construction work performed hereunder. 16.14 Use of Augusta, Georgia Landfill Contractor shall dispose of all debris and trash from the Airport will be transported to and disposed of at the Augusta, Georgia Solid Waste Landfill in accordance with local and state regulations. The Contractor shall provide evidence of proper disposal through manifests, which shall include the types of material disposed of, the name and location of the disposal facility, date of disposal and all related fees. 16.15 Inspection The Owner may, at reasonable times, inspect the part of the plant, place of business, or work site of a contractor or subcontractor or subunit thereof which is pertinent to the performance of the contract. 16.16 Temporary Suspension or Delay of Performance of Contract To the extent that it does not alter the scope of this Contract the Owner may unilaterally order a temporary stopping of the work, or delaying of the work to be performed by the Contractor under this Contact. 16.17 Entire Agreement This Contract, together with all of the attachments shall constitute the entire agreement between the parties and any prior understanding or representation of any kind preceding the date of this Contract shall not be binding upon either party except to the extent incorporated in this Contract. 16.18 Governing Law This Contract will be construed under Georgia law, including the Georgia Uniform Commercial Code; all remedies available under that code are applicable to this Contract. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 16 Contractor and the Owner fix jurisdiction and venue for any action brought with respect to this Contract in Augusta, Georgia. 16.19 Legal Construction If any provision contained in this Contract is held to be invalid, illegal or unenforceable, that invalidity, illegality or unenforceability will not affect any other provision of this Contract and this Contract will be construed as if the invalid, illegal or unenforceable provision had never been contained in this Contract. 16.20 Prior Contracts Superseded This Contract and the attachments constitute the sole and only agreement between Contractor and the City with respect to the subject matter of this Contract and supersede any prior understandings or written or oral contracts respecting the subject matter of this Contract. 16.21 Counterparts This Contract may be executed concurrently in one or more counterparts, each of which will be deemed an original, but all of which will together constitute one Contract. 16.22 Further Acts Owner and Contractor each agrees to perform any additional acts and execute and deliver any additional documents as may reasonably be necessary in order to carry out the provisions and affect the intent of this Contract. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their appropriate officials, as of the date first written above. BALANCE OF PAGE LEFT BLANK INTENTIONALLY Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 17 AUGUSTA AVIATION COMMISSION Cedric Johnson, Chairman 1 Atte MCCARTHY IMPROVEMENT COMPANY Contra tor i Sworn to and subscribed before me this /7 day of Out. , 201.6. _lc Notary Public My commission expires://A01..)-el) 0017- (NOTARIAL 0/7-(NOTARIAL SEAL) t5 SONIA L.SUNOSTEDT eltcommission Number 184tl1J My Gommisalon Explrea roWR May 22,2017 iii Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia ATP No.3-13-0011-038-2015 and 3-13-0011-39-2016 18 AUGUSTA RICHMOND COUNTY iiillilliP A�iy,Hardie Davis, Jr., Mayor iv2=r/7e rTEST: ...,........„,„. ..r..,,,,............... ,,,,,„ .. a1L..D„0i.,i.�i` .„0. pi;v !r f, I T ,WA1r • . 1 04,••.",, '..z I ena �'• . • `a :. • • r ®cam••• 994 'r '. r Atrrhr'lge- tt I Andrew Mackenzie, Esq. 1 FEDERAL REQUIREMENTS ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner,the Federal Aviation Administration (FAA), and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor shall maintain all books, records and reports required under this contract for a period of not less than three (3) years after final payment is made and all pending matters are closed. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 1. The Contractor shall adhere with the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications"set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade 27.2% Goals for female participation in each trade 6.9% These goals are applicable to all of the Contractor's construction work(whether or not it is Federal or federally-assisted)performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects.The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole of meeting the Contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director,OFCCP,within ten(10)working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 19 address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is the City of Augusta, Richmond County, Georgia. GENERAL CIVIL RIGHTS PROVISIONS The Contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. This provision also obligates the Contractor or its successor for the period during which Federal assistance is extended to the Airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein; structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the Airport Owner or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the Airport Owner or any transferee retains ownership or possession of the property. TITLE VI COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes consultants or subcontractors) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, creed, color, national origin, sex, age, or handicap in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 20 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, creed, color, national origin, sex, age, or handicap. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Owner or the Federal Aviation Administration to be pertinent to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the Owner or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the Non-discrimination provisions of this contract, the Owner will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the Owner or the Federal Aviation Administration (FAA) may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction,the Contractor may request the Owner to enter into any litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. DBE STATEMENTS The following conditions apply to this Department of Transportation (DOT) assisted contract. Contractor shall adhere to these contract conditions. 1. Contract Assurance ( 26.13) - The Contractor or subcontractor shall not discriminate on the basis of race, color, religion, sex, or national origin in the 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 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 21 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. 2. Prompt Payment( 26.29)-The prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from the Augusta Aviation Commission. The prime Contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Augusta Aviation Commission. This clause applies to both DBE and non-DBE subcontractors. Subcontract Clause — Contractor shall include all above compliance clauses in all subcontracts which offer further subcontracting opportunities. 1. DBE Participation Goal — The attainment of goals established for this Contract is to be measured as a percentage of the total dollar value of the Contract. The goals established for this Contract are as follows: 13.3 percent to be performed by DBE firms (based on historical availability of references and the Engineer's determination that the above prescribed percentages of the total project work is available to be performed by disadvantaged business enterprise (DBE)firms within the project area). FEDERAL FAIR LABOR STANDARDS ACT(FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation shall incorporate the following provisions by reference,with the same force and effect as if given in full text. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement Federal Agency with Enforcement t�. { Responsibilities Federal Fair Labor Standards Act (29 U.S. Department of Labor—Wage and USC 201) Hour Division LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The Contractor certifies that to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 22 making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. ENERGY CONSERVATION REQUIREMENTS The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Public Law 94-163). OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All Contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement Federal Agency with E r ement y� Responsibilities Occupational Safety and Health Act of U.S. Department of Labor— Occupational 1970 (20 CFR Part 1910) Safety and Health Administration TRADE RESTRICTION CLAUSE The Contractor or subcontractor, by execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia A1P No.3-13-0011-038-2015 and 3-13-0011-39-2016 23 b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the Contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Owner cancellation of the contract at no cost to the Government. Further, the Contractor agrees that, if awarded a contract resulting from this solicitation, it shall incorporate this provision for certification, without modification in each contract and in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The Contractor shall provide immediate written notice to the Owner if the Contractor learns that its certification, or that of a subcontractor, was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the FAA may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Government. 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 provision. The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. RIGHTS TO INVENTIONS All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Owner of the Federal grant under which this contract is executed. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 24 VETERAN'S PREFERENCE In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code, Section 47112. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. COPELAND "ANTI-KICKBACK" ACT The United States Department of Labor Wage and Hours Division oversees the Copeland "Anti- Kickback" Act requirements. All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of 1970. United States Department of Labor Wage and Hours Division can provide information regarding any specific clauses or assurances pertaining to the Copeland "Anti-Kickback"Act requirements required to be inserted in solicitations, contracts or subcontracts. DAVIS BACON REQUIREMENTS 1. Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under(1)(ii) of this section)and the Davis-Bacon poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 25 (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2)The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C.20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits where appropriate),the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or(C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 26 2. Withholding. The Federal Aviation Administration or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the FAA may, after written notice to the Contractor, Owner, or applicant, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in I(b)(2)(B)of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A)The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the FAA if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit the payrolls to the applicant or Owner, as the case may be, for transmission to the FAA. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. ,the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the FAA if the agency is a party to the contract, but if the agency is not such a party, the Contractor will submit Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 27 them to the applicant or Owner, as the case may be, for transmission to the FAA, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a subcontractor to provide addresses and social security numbers to the prime Contractor for its own records,without weekly submission to the sponsoring government agency(or the applicant, or Owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5(a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2)That each laborer and mechanic(including each helper, apprentice and trainee)employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D)The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii)The Contractor or subcontractor shall make the records required under paragraph(3)(i)of this section available for inspection, copying or transcription by authorized representatives of the Owner, the FAA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i)Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 28 Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 29 (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with the Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the FAA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the Contractor(or any of its subcontractors)and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 30 EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the Contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places,available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4.The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AlP No.3-13-0011-038-2015 and 3-13-0011-39-2016 31 a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs(OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black(all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables)shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4.The Contractor shall implement the specific affirmative action standards provided in paragraphs 18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia MP No.3-13-0011-038-2015 and 3-13-0011-39-2016 32 contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the Contractor during the training period and the Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training,subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or female sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 33 Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review,at least annually,the Contractor's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen,etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations,to schools with minority and female students;and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 34 p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (18.7a through 18.7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the Contractor is a member and participant, may be asserted as fulfilling any one or more • of its obligations under 18.7a through 18.7p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non- minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14.The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company's EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee,the name, address,telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 35 hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractor shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents(e.g.,those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction Contractor certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform its services at any location, under its 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 entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction Contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it 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 Opportunity Clause and that it will retain such certifications in its files. TERMINATION OF CONTRACT a. The Owner may, by written notice, terminate this contract in whole or in part at any time, either for the Owner's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Owner. b. If the termination is for the convenience of the Owner, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the Contractor's obligations,the Owner may take over the Work and prosecute the same to completion by contract or otherwise. In such case, the Contractor shall be liable to the Owner for any additional cost occasioned to the Owner thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the Contractor had not so failed, the termination shall be deemed to have been effected for the Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 36 convenience of the Owner. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. e. The rights and remedies of the Owner provided in this clause are in addition to any other rights and remedies provided by law or under this contract. BREACH OF CONTRACT TERMS Any violation or breach of the terms of this contract on the part of the Contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties under this contract. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. CLEAN AIR AND WATER POLLUTION CONTROL Contractor and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency(EPA) List of Violating Facilities; b. To comply with all the requirements of Section 114 of the Clean Air Act,as amended,42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; c. That, as a condition for the award of this contract, the Contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; d. To include or cause to be included in any construction contract or subcontract which exceeds $ 100,000 the aforementioned criteria and requirements. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AlP No.3-13-0011-038-2015 and 3-13-0011-39-2016 37 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph(1)above,the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory),for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Owner shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any monies payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving"(10/1/2009) and DOT Order 3902.10"Text Messaging While Driving"(12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. The Contractor must promote policies and initiatives for employees and other work personnel that decrease crashes by distracted drivers, including policies to ban text messaging while driving. The Contractor must include these policies in each third party subcontract involved on this project. WAGE RATE DETERMINATION General Decision Number: GA150007 01/02/2015 GA7 Superseded General Decision Number: GA20140007 State: Georgia Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 38 Construction Type: Highway Counties: Burke, Columbia, Glascock, Hancock, Jefferson, Jenkins, Lincoln, McDuffie, Richmond, Taliaferro, Warren, Washington and Wilkes Counties in Georgia. HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order(EO) 13658 establishes an hourly minimum wage of$10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the Contractor must pay all workers in any classification listed on this wage determination at least$10.10(or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on Contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 SUGA2011-007 03/07/2011 Rates Fringes CARPENTER $ 11.45 CEMENT MASON/CONCRETE FINISHER...$ 11.36 LABORER Asphalt Raker $ 11.00 Asphalt Screed Person $ 10.50 Common or General $ 8.93 Form Setter $ 10.35 Guardrail Erector $ 13.50 Milling Machine Ground Person $ 10.00 Pipe Layer $ 10.20 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.10 Asphalt Paver/Spreader $ 12.00 Backhoe/Excavator $ 10.80 Bulldozer $ 11.60 Compactor $ 10.00 Crane/Dragline $ 17.50 Front End Loader $ 10.70 Material Transfer Vehicle (Shuttle Buggy) $ 11.30 Mechanic $ 12.75 Milling Machine $ 11.50 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 39 Motorgrader Fine Grade $ 14.55 Motorgrader/Blade $ 16.00 Roller $ 10.00 Water Truck $ 11.25 TRUCK DRIVER 26,000 GVW& Under $ 10.79 26,001 GVW& Over $ 12.75 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s)of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate)or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198.The next number,005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 40 Example:SULA2012-007 5/13/2014.SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination.5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate.OH indicates the state.The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in article 2.)and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.)is yes,then an interested party(those affected by the action) can request review and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 41 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.)All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No.3-13-0011-038-2015 and 3-13-0011-39-2016 42 GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 Access road. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 Advertisement. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 Airport Improvement Program(AIP).A grant-in-aid program,administered by the Federal Aviation Administration (FAA). 10-05 Air operations area(AOA). For the purpose of these specifications,the term air operations area (AOA)shall mean any area of the airport used or intended to be used for the landing,takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 Airport. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas,and includes a heliport. In this contract it shall also mean the Augusta Regional Airport. 10-07 ASTM International (ASTM). Formerly known as the American Society for Testing and Materials (ASTM). 10-08 Award. The Owner's notice to the successful Bidder of the acceptance of the submitted bid. 10-09 Bidder. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a bid for the work contemplated. 10-10 Bid. The written offer of the Bidder(when submitted on the approved bid form)to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 10-11 Bid guaranty. The security furnished with a bid to guarantee that the Bidder will enter into a contract if his or her bid is accepted by the Owner. 10-12 Building area. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-13 Calendar day. Every day shown on the calendar. 10-14 Change order. A written order to the Contractor covering changes in the plans, specifications, or bid quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, must be within the scope of the contract. 10-15 Contract.The written agreement covering the work to be performed.The awarded contract shall include, but is not limited to: the Contract Form, Bidder's bid submissions, bid forms, Performance Bond, Payment Bond, any required insurance certificates, Construction Safety and Phasing Plan, Specifications, Plans, and any addenda issued. 10-16 Contract item (pay item). A specific unit of work for which a price is provided in the contract. 10-17 Contract time. The number of calendar days or working days, stated in the bid, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the bid, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-18 Contractor. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-19 Contractor's laboratory. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. 10-20 Construction Safety and Phasing Plan (CSPP). The overall plan for safety and phasing of a construction project developed by the Airport, or developed by the Airport's consultant and approved by the Airport. It is included in the invitation for bids and becomes part of the project specifications. 10-21 Drainage system. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the Airport area. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 10-22 Engineer. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-23 Equipment. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-24 Extra work.An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the Work within the intended scope of the contract. 10-25 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his or her duly authorized representative. 10-26 Federal specifications. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-27 Force account. Force account work is planning, engineering, or construction work done by the Sponsor's employees. 10-28 Inspector. An authorized representative of the Engineer assigned to make all necessary inspections and tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-29 Intention of terms.Whenever, in these specifications or on the plans,the words"directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order,designation,or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-30 Laboratory.The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. Also referred to as"Engineer's Laboratory" or"quality assurance laboratory." Reconstruct& Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 10-31 Lighting. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights,and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-32 Major and minor contract items. A major contract item shall be any item that is listed in the bid, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. 10-33 Materials. Any substance specified for use in the construction of the contract work. 10-34 Notice to Proceed (NTP). A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-35 Owner. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-36 Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC §40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-37 Pavement. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-38 Payment bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-39 Performance bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-40 Plans. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-41 Project. The agreed scope of work for accomplishing the work in this Contract. 10-42 Proposal. Where the term "proposal" is used in the Federal or FAA technical specifications, it shall be interpreted to mean "bid"for this Project. 10-43 Runway. The area on the airport prepared for the landing and takeoff of aircraft. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 10-44 Specifications. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-45 Sponsor. A Sponsor is defined in 49 USC §47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public-use airport that submits to the FAA an application for an AIP grant for the airport. 10-46 Structures. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-47 Subgrade. The soil that forms the pavement foundation. 10-48 Superintendent. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-49 Supplemental agreement. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25%, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-50 Surety. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-51 Taxiway. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-52 Work. The furnishing of all labor, materials,tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-53 Working day. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 SECTION 40 SCOPE OF WORK 40-01 Intent of contract. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 Alteration of work and quantities. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract).Alterations that do not exceed the 25% limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by"Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25% limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 40-03 Omitted items. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 Extra work.Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement)shall be rejected by the Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the Airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals(including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 airport as specified in the subsection 70-15 titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b. With respect to his or her own operations and the operations of all subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the Airport. c. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall be responsible for the repair of any damage caused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. 40-06 Removal of existing structures.All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans,the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection 40-07 titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used in the work. 40-07 Rights in and use of materials found in the Work. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, the Contractor may at its option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for the Contractor's own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., the Contractor shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at its own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for use of such material used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of its exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines,grades,or grading sections established for the Work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 Final cleanup. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 END OF SECTION 40 SECTION 50 CONTROL OF WORK 50-01 Authority of the Engineer. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 Conformity with plans and specifications. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place. In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion, needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 For the purpose of this subsection, the term "reasonably close conformity"shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans,and specifications.The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans,and specifications during the Contractor's execution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA,to use sound engineering judgment in his or her determinations as to acceptance of work that is not in strict conformity, but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 Coordination of contract, plans, and specifications.The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements.A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract Technical Specifications shall govern over contract General Provisions, Plans, cited standards for materials or testing, and cited Advisory Circulars (ACs); contract General Provisions shall govern over Plans, cited standards for materials or testing, and cited ACs; Plans shall govern over cited standards for materials or testing and cited ACs. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. 50-04 Cooperation of Contractor. The Contractor will be supplied with five (5) copies each of the Plans and Specifications. The Contractor shall have available on the work at all times one copy each of the Plans and Specifications. Additional copies of Plans and Specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof,and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as its agent on the Work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his or her authorized representative. 50-05 Cooperation between contractors. The Owner reserves the right to contract for and perform other or additional work on or near the Work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct the Work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with its contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange its work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join its work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 Construction layout and stakes. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either their own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or its employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these specifications. The Contractor must give copies of survey notes to the Engineer for each area of construction and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 and notes shall be provided in the following format(s): AutoCAD Release 2015. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: a. Clearing and Grubbing perimeter staking b. Rough Grade slope stakes at 100-foot(30-m) stations c. Drainage Swales slope stakes and flow line blue tops at 50-foot(15-m) stations Subgrade blue tops at 25-foot(7.5-m) stations and 25-foot(7.5-m)offset distance (maximum)for the following section locations: a. Runway— minimum five (5) per station b. Taxiways—minimum three (3) per station c. Holding apron areas—minimum three (3) per station d. Roadways— minimum three (3) per station Base Course blue tops at 25-foot(7.5-m) stations and 25-foot(7.5-m)offset distance (maximum) for the following section locations: a. Runway— minimum five (5) per station b. Taxiways—minimum three (3) per station c. Holding apron areas—minimum three (3) per station Pavement areas: a. Edge of Pavement hubs and tacks(for stringline by Contractor)at 100-foot(30-m)stations. b. Between Lifts at 25-foot(7.5-m)stations for the following section locations: (1) Runways—each paving lane width (2) Taxiways—each paving lane width Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 (3) Holding areas—each paving lane width c. After finish paving operations at 50-foot(15-m)stations: (1)All paved areas—Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50-foot (15-m) stations and at all break points with maximum of 50-foot(15-m) offsets. e. Fence lines at 100-foot(30-m)stations minimum. f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators(PAPIs), Runway End Identifier Lighting(REIL),Wind Cones, Distance Markers (signs), pull boxes and manholes. g. Drain lines, cut stakes and alignment on 25-foot(7.5-m) stations, inlet and manholes. h. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). i. Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet(120 m) per pass (that is, paving lane). The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 Automatically controlled equipment. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 Authority and duties of inspectors. Inspectors shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Inspectors are authorized to notify the Contractor or his or her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision. 50-09 Inspection of the work. All materials and each part or detail of the Work shall be subject to inspection. The Engineer shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the Work, shall remove or uncover such portions of the finished Work as may be directed. After examination, the Contractor shall restore said portions of the Work to the standard required by the specifications. Should the Work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the Work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any Work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the Work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 Removal of unacceptable and unauthorized work.All Work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection 50-02 titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable Work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the Work, shall be removed immediately and replaced in an acceptable manner in accordance with the Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 provisions of the subsection 70-14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal Work made under provision of this subsection shall be done without lines and grades having been established by the Engineer. Work done contrary to the instructions of the Engineer, Work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified,or any extra work done without authority,will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable Work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor. 50-11 Load restrictions.The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the Work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by its hauling equipment and shall correct such damage at its own expense. 50-12 Maintenance during construction. The Contractor shall maintain the Work during construction and until the Work is accepted. Maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the Work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed,the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance Work during construction and before the Project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the Work. Should the Contractor at any time fail to maintain the Work as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists.Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 Partial acceptance. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the Work, the occupancy of which will benefit the Owner, the Contractor may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Engineer may accept it as being complete, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 Final acceptance. Upon due notice from the Contractor of presumptive completion of the entire Project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the Work, another inspection will be made which shall constitute the final inspection, provided the Work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the Engineer in writing of its intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required,then the Contractor hereby agrees to waive any claim for such additional compensation. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim.When the Work on which the claim for additional compensation is based has been completed, the Contractor shall, within ten (10) calendar days, submit a written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 SECTION 60 CONTROL OF MATERIALS 60-01 Source of supply and quality requirements. The materials used in the Work shall conform to the requirements of the contract, Plans, and Specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new(as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the Work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in advisory circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, and Addendum that is in effect on the date of advertisement; and, b. Produced by the manufacturer as listed in the Addendum cited above for the certified equipment part number. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 60-02 Samples, tests, and cited specifications. Unless otherwise designated, all materials used in the Work shall be inspected, tested, and approved by the Engineer before incorporation in the Work.Any Work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, quality assurance tests in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at its request. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the Work. Copies of all tests will be furnished to the Contractor's representative at their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports and electronic copies, in an approved format, on a weekly basis. After completion of the Project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 Certification of compliance. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the Work must be accompanied by a certificate of compliance in which the lot is clearly identified. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name,"the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the Work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract Work. Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the Work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 Plant inspection. The Engineer or his or her authorized representative may inspect, at its source, any specified material or assembly to be used in the Work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the Work and to obtain samples required for acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a.The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom the Engineer has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 Engineer's field office. The Contractor shall furnish for the duration of the Project one building for the use of the field engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. The Contractor will provide high speed internet access and shall be responsible for payment of the basic monthly charge for internet service. The Contractor shall furnish a photocopy, scanner, and printer capable of producing 11" x 17" prints, water, sanitary facilities, heat, air conditioning, and electricity. No direct payment will be made for the Engineer's field office building or labor, materials, ground rental, or other expense in connection therewith. The Contractor and its superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials entering into the Work. 60-06 Storage of materials. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the Work. Stored materials shall be located to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on Airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request,the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or Airport property shall be restored to their original condition by the Contractor at its entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 60-07 Unacceptable materials. Any material or assembly that does not conform to the requirements of the contract, Plans, or Specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the Work until such time as the Engineer has approved its use in the Work. 60-08 Owner furnished materials.The Contractor shall furnish all materials required to complete the Work, except those specified, if any,to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage,damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner-furnished materials. END OF SECTION 60 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 Laws to be observed. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the Work, or which in any way affect the conduct of the Work. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his or her officers, agents, or servants against any claim Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta,Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor or the Contractor's employees. 70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 70-03 Patented devices, materials, and processes. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patentee or owner. The Contractor and the surety shall indemnify and hold harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the execution or after the completion of the work. 70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. Except as shown on the construction plans,the Contractor shall not permit any individual,firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work,the Contractor shall cooperate with such owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the Work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 Federal aid participation. This contract utilizes funding from the Airport Improvement Program (AIP).The United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work which shall be complied with by the Contractor As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator, and is further subject to those provisions of the rules and regulations that are cited in the contract, Plans, or Specifications. No requirement of the USC,the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 Sanitary, health, and safety provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of its employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous,or dangerous to his or her health or safety. 70-07 Public convenience and safety. The Contractor shall control its operations and those of its subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to its own operations and those of its subcontractors and all suppliers in accordance with the subsection 40-05 titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 Barricades, warning signs, and hazard markings. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the Work.When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area (AOAs) shall be a maximum of 18 inches (0.5 m) high. Unless otherwise specified, barricades shall be spaced not more than Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 4 feet (1.2 m) apart. Barricades, warning signs, and markings shall be paid for under subsection 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. When the Work requires closing an air operations area of the Airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of advisory circular (AC) 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches,excavations,temporary stock piles,and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Engineer. Open-flame type lights shall not be permitted. 70-09 Use of explosives. When the use of explosives is necessary for the execution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet(300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property Owner and public utility company having structures or facilities in proximity to the site of the work of its intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the Airport property. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 70-10 Protection and restoration of property and landscape. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, the Contractor shall restore, at its own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage claims. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character, brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark,or copyright;or from any claims or amounts arising or recovered under the"Workmen's Compensation Act," or any other law, ordinance, order, or decree. 70-12 Third party beneficiary clause. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 Opening sections of the work to traffic. Should it be necessary for the Contractor to complete portions of the contract Work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the Work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the Work on or before the date specified or as otherwise specified. The Contractor shall make its own Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 estimate of the difficulties involved in arranging the Work to permit such beneficial occupancy by the Owner as described on sheets G-081 through G-089 of the construction plans. Upon completion of any portion of the Work listed above, such portion shall be accepted by the Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the Work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the Work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the Work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the Work and shall not constitute either acceptance of the portion of the Work so opened or a waiver of any provision of the contract. Any damage to the portion of the Work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at its expense. The Contractor shall make its own estimate of the inherent difficulties involved in completing the Work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2 (see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan (CSPP) to identify barricade requirements and other safety requirements prior to opening up sections of Work to traffic. 70-14 Contractor's responsibility for Work. Until the Engineer's final written acceptance of the entire completed Work, excepting only those portions of the Work accepted in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the Work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the Work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the Work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 If the Work is suspended for any cause whatever,the Contractor shall be responsible for the Work and shall take such precautions necessary to prevent damage to the Work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at its expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 Contractor's responsibility for utility service and facilities of others. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans. It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his or her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in their plan of operations that would affect such owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of their plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of Reconstruct& Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or its surety. 70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the execution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/Technical Operations/System Support Center (SSC) Point-of-Contact through the airport Engineer a minimum of seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 c. If execution of the Project work requires a facility outage, the Contractor shall contact the FAA Point-of-Contact a minimum of 72 hours prior to the time of the required outage. d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the Contractor's equipment or personnel whether by negligence or accident will require the Contractor to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The Contractor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the Project work requires the cutting or splicing of FAA owned cables, the FAA Point-of- Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 Furnishing rights-of-way. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 Personal liability of public officials. In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 No waiver of legal rights. Upon completion of the work,the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or its surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill its obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be deemed to be a waiver of any other or subsequent breach. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 Environmental protection. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment.The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds,and reservoirs with fuels,oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 Archaeological and historical findings. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during its operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 SECTION 80 EXECUTION AND PROGRESS 80-01 Subletting of contract. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least twenty-five (25 %) percent of the total contract cost. Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. 80-02 Notice to proceed.The notice to proceed(NTP)shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval within ten (10) days after the effective date of the NTP. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the Work.The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the contract. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the Work within the contract time and modify their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the Work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 Limitation of operations. The Contractor shall control its operations and the operations of its subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the Airport. When the Work requires the Contractor to conduct its operations within an AOA of the Airport,the Work shall be coordinated with Airport operations (through the Engineer) at least 48 hours prior Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 to commencement of such Work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the Airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. Refer to the Construction Safety and Phasing Plans for restrictions. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (see Special Provisions). 80-04.1 Operational safety on airport during construction. All Contractor's operations shall be conducted in accordance with the Project Construction Safety and Phasing Plan (CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the Airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary Safety Plan measures prior to commencement of any Work activity. The Contractor shall conduct routine checks to assure compliance with the Safety Plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the Project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, Plans, and Specifications. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the Work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the Work,the Engineer may suspend the Work by written notice until compliance with such orders. All equipment that is proposed to be used on the Work shall be of sufficient size and in such mechanical condition as to meet requirements of the Work and to produce a satisfactory quality of Work. Equipment used on any portion of the Work shall be such that no injury to previously completed Work, adjacent property, or existing Airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the Work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the Work in conformity with the requirements of the contract, plans,and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing Work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the Work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining Work with the specified methods and equipment. The Contractor shall remove any deficient Work and replace it with Work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 80-06 Temporary suspension of the Work. The Owner shall have the authority to suspend the Work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution of the Work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend Work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the Work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend Work to the effective date of the Engineer's order to resume the Work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume Work. The Contractor shall submit with its claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather,for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend Work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the Work performed and provide for normal drainage of the Work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the Airport. 80-07 Determination and extension of contract time. The number of calendar or working days allowed for completion of the work shall be stated in the contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of its weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 The Engineer shall base its weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of Work under construction at the time for at least six (6) hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of Work under construction or temporary suspension of the entire Work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2)The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3)The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection 50-15 titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth its objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the bid and resulting Contract) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED BID QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the bid, the Contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the bid. Such increase in Contract time shall not consider either the cost of work or the extension of Contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. Contract Time based on calendar days shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 At the time of final payment, the Contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the bid.Such increase in the contract time shall not consider either cost of work or the extension of Contract time that has been covered by a change order or supplemental agreement. Charges against the Contract time will cease as of the date of final acceptance. c. When the Contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the Contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the Contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change order that adjusts the Contract time or completion date. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and bid as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Work Area Liquidated Damages Cost Allowed Construction Time (Calendar Days) 1A $1,500 per day 90 1B $5,000 per day 60 2A $1,500 per day 60 2B $2,500 per day 15 3A-1 $1,500 per day 90 3A-2 $1,500 per day 10 3B $2,500 per day 15 3C $2,500 per day 15 The maximum construction time allowed for Work Area 1A shall be 90 calendar days. The maximum construction time allowed for Work Area 1B shall be 60 calendar days. The maximum construction time allowed for Work Area 2A shall be 10 calendar days. The maximum construction time allowed for Work Area 2B shall be 15 calendar days. The maximum construction time allowed for Work Area 3A-1 shall be 90 calendar days. The maximum construction time allowed for Work Area 2A-2 shall be 10 calendar days. The maximum construction time allowed for Work Area 3B shall be 15 calendar days. The maximum construction time allowed for Work Area 2C shall be 15 calendar days. The maximum construction time allowed for will be 270 calendar days. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended,will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 Default and termination of contract. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the Notice to Proceed, or b. Fails to perform the work or fails to provide sufficient workers, equipment and/or materials to assure completion of work in accordance with the terms of the contract, or Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the execution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason above, the Engineer shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith,then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract,will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 Termination for national emergencies. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 contract as a direct result of an Executive Order of the President with respect to the execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for and concerning any just claim arising out of the work performed. 80-12 Work area, storage area and sequence of operations. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or 400 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 250 feet of an active runway at any time. END OF SECTION 80 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 SECTION 90 MEASUREMENT AND PAYMENT 90-01 Measurement of quantities. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures(or leave-outs) having an area of 9 square feet (0.8 square meters) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches,and metal cribbing will be specified and measured in decimal fraction of inch. The term "ton" will mean the short ton consisting of 2,000 lb (907 km) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery.Vehicles for this purpose may be of any size or type acceptable for the materials hauled, provided that the body is of such shape that the actual Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity,and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard(cubic meter)may be weighed,and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon(liter)or ton(kg).When measured by volume, such volumes will be measured at 60°F (16°C) or will be corrected to the volume at 60°F (16°C) using ASTM D1250 for asphalts or ASTM D633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kg) or hundredweight(km). Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum"when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the Work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within 1/2% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1% of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales `overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1%. In the event inspection reveals the scales have been underweighing (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment,shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the Work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the Work will be made, unless the dimensions of said portions of the Work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such Work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all Work under the contract Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the Work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price(price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 Compensation for altered quantities. When the accepted quantities of Work vary from the quantities in the contract, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of Work actually completed and accepted. No allowance, except as provided for in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from its Sunbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the Work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the Work, the Contractor shall accept payment in full at the contract prices for any Work actually completed and acceptable prior to the Engineer's order to omit or non-perform such contract item. Acceptable materials ordered by the Contractor or delivered on the Work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided,the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 Payment for extra Work. Extra work, performed in accordance with the subsection 40-04 titled EXTRA WORK of Section 40,will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra Work. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 90-06 Partial payments. Partial payments will be made to the Contractor at least once each month as the Work progresses. Said payments will be based upon estimates, prepared by the Engineer, of the value of the Work performed and materials complete and in place, in accordance with the contract, Plans,and Specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection 90-07 titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars ($500.00). The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than thirty(30)days after the Contractor has received a partial payment. The Owner must ensure prompt and full payment of retainage from the prime Contractor to the subcontractor within thirty(30) days after the subcontractor's Work is satisfactorily completed. A subcontractor's Work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the Work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed. From the total of the amount determined to be payable on a partial payment, ten (10%) percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section. The balance ninety percent(90%)of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his or her option, as provided in the subsection 90-08 titled PAYMENT OF WITHHELD FUNDS of this section, no such percent retainage shall be deducted. When at least ninety-five percent (95%) of the work has been completed, the Engineer shall, at the Owner's discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater,of the work remaining to be done.The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of Work in excess of those provided in the bid or covered by Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or Work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, Plans, and Specifications and are delivered to acceptable sites on the Airport property or at other sites in the vicinity that are acceptable to the Owner.Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind)to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his or her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement.The Contractor and the Engineer shall resolve all disputes(if any)in the measurement and computation of final quantities to be paid within thirty (30) calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90-11 Project Closeout,final payment will be processed based on the entire sum,or the undisputed sum Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 in case of approval under protest,determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection 50-16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 Construction warranty. a. In addition to any other warranties in this contract, the Contractor warrants that Work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However,this will not relieve the Contractor from corrective items required by the final acceptance of the Project Work. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of: (1) The Contractor's failure to conform to contract requirements; or (2) Any defect of equipment, material, workmanship, or design furnished by the Contractor. d. The Contractor shall restore any Work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to Work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within seven (7)days after the discovery of any failure, defect, or damage. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 f. If the Contractor fails to remedy any failure, defect, or damage within fourteen (14) days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2)Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 Project closeout. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the Engineer approves the Contractor's final submittal. The Contractor shall: a. Provide two (2) copies of all manufacturers' warranties specified for materials, equipment, and installations. b. Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. d. Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise(DBE)subcontractors and/or suppliers associated with the Project. g. When applicable per state requirements, return copies of sales tax completion forms. h. Manufacturer's certifications for all items incorporated in the Work. i.All required record drawings, as-built drawings or as-constructed drawings. j. Project Operation and Maintenance (O&M) Manual. k. Security for Construction Warranty. I. Equipment commissioning documentation submitted, if required. END OF SECTION 90 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 General. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract Plans, technical Specifications and other requirements,whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop its own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements.The Contractor shall not begin any construction or production of materials to be incorporated into the completed Work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical Specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. Paving projects over $250,000 shall have a Quality Control (QC)/Quality Assurance (QA) workshop with the Engineer, Contractor, subcontractors, testing laboratories, and Owner's representative and the FAA prior to or at start of construction. The workshop shall address QC and QA requirements of the project specifications. The Contractor shall coordinate with the Airport and the Engineer on time and location of the QC/QA workshop. 100-02 Description of program. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 a. General description. The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of Work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction Work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least fourteen (14)calendar days before the preconstruction meeting. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the NTP. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization b. Project progress schedule c. Submittals schedule d. Inspection requirements e. Quality control testing plan f. Documentation of quality control activities g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-03 Quality control organization. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall, as a minimum, consist of the following personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five(5)years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least one of the following requirements: (1) Professional Engineer with one (1)year of airport paving experience. (2) Engineer-in-training with two (2)years of airport paving experience. (3) An individual with three (3) years of highway and/or airport paving experience, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2) hours after being notified of a problem. b. Quality control technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two (2)years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06. (2) Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for the Engineer when required by the technical specifications. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each Work activity at all times. Where material is being produced in a plant for incorporation into the Work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different Work elements. 100-04 Project progress schedule. The Contractor shall submit a coordinated construction schedule for all Work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of Work activities, milestone dates, and activity duration. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 The Contractor shall maintain the Work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the Work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all Work to comply with the requirements of the contract. 100-05 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example, mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number b. Item description c. Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-06 Inspection requirements. Quality control inspection functions shall be organized to provide inspections for all definable features of Work, as detailed below. All inspections shall be documented by the Contractor as specified by subsection 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of Work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b. During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 100-07 Quality control testing plan. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number(for example, P-401) b. Item description (for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) d. Test standard (for example, ASTM or American Association of State Highway and Transportation Officials (AASHTO)test number, as applicable) e. Test frequency(for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility(for example, plant technician) g. Control requirements (for example, target, permissible deviations) The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by subsection 100-08. 100-08 Documentation. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1)Technical specification item number and description (2) Compliance with approved submittals (3) Proper storage of materials and equipment (4) Proper operation of all equipment (5)Adherence to plans and technical specifications (6) Review of quality control tests (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 Corrective action requirements. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance)and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed here and the applicable technical specifications and plans. In addition, all items of materials, equipment and Work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 Noncompliance. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or its authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer,the Engineer may: Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 SECTION 105 MOBILIZATION 105-1 Description. This item shall consist of work and operations, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for Work on the project except as provided in the contract as separate pay items. 105-1.1 Posted notices. Prior to commencement of construction activities the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster "Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bacon Wage Poster(WH 1321) - DOL "Notice to All Employees" Poster; and Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-2 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization" partial payments will be allowed as follows: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional 25%. c. When 50% or more of the original contract is earned, an additional 40%. d.After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by 90-11, the final 10%. END OF SECTION 105 Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 General.When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits(PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits.The PWL is computed using the sample average (X)and sample standard deviation (Sn)of the specified number(n)of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated, production quality (using population average and population standard deviation) must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-02 Method for computing PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 d. Find the sample average (X) for all sublot values within the lot by using the following formula: X= (xi + x2 + x3+ . . .x„)/n Where: X = Sample average of all sublot values within a lot x,, x2= Individual sublot values n = Number of sublots e. Find the sample standard deviation (Sn) by use of the following formula: Sn = [(d12+ d22+ d32 + . . .dn2)/(n-1)]112 Where: Sn = Sample standard deviation of the number of sublot values in the set d,, d2 = Deviations of the individual sublot values x1, x2, ... from the average value X that is: d1 = (xi -X), d2 = (x2 -X) ... do = (xn-X) n = Number of sublots f. For single sided specification limits(that is, L only), compute the Lower Quality Index QL by use of the following formula: QL= (X- L)/Sn Where: L = specification lower tolerance limit Estimate the percentage of material within limits(PWL) by entering Table 1 with QL, using the column appropriate to the total number(n)of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g. For double-sided specification limits(that is, L and U), compute the Quality Indexes QL and Qu by use of the following formulas: QL= (X- L)/Sn and Qu = (U -X)/S„ Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower(L) and upper(U)tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL= (Pu + - 100 Where:PL = percent within lower specification limit Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Pu = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 = 96.60 A-2 = 97.55 A-3 = 99.30 A-4 = 98.35 n = 4 2. Calculate average density for the lot. X = (xi +x2 + x3 + . . .Xn)/n X = (96.60 + 97.55 + 99.30 + 98.35)/4 X = 97.95% density 3. Calculate the standard deviation for the lot. Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30-97.95)2 + (98.35 -97.95)2))/(4 - 1)11/2 S, = [(1.82 + 0.16 + 1.82 + 0.16)/3]1/2 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X-L)/Sn QL = (97.95 - 96.30)/ 1.15 QL = 1.4348 5. Determine PWL by entering Table 1 with QL= 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 = 5.00 A-2 = 3.74 A-3 = 2.30 A-4 =3.25 2. Calculate the average air voids for the lot. X = (xi +x2 + x3 . . .n)/n Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 X = (5.00 + 3.74 + 2.30 + 3.25)/4 X = 3.57% 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00)2 + (3.57 -3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2)/(4 - 1)11/2 Sn = [(2.04 + 0.03 + 1.62 + 0.10)/3]1/2 Sn = 1.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL = (X- L)/Sn QL = (3.57 -2.00)/ 1.12 QL = 1.3992 5. Determine PL by entering Table 1 with QL = 1.41 and n =4. PL = 97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) Qu = (U -X)/Sn Qu =(5.00 - 3.57)/ 1.12 Qu = 1.2702 7. Determine Pu by entering Table 1 with Qu = 1.29 and n = 4. Pu = 93 8. Calculate Air Voids PWL PWL = (PL + Pu) - 100 PWL = (97 + 93)- 100 = 90 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 A-4 = 98.35 A-2 =97.55 A-1 = 96.60 2. Use n=4 and upper 5%significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 a. For measurements greater than the average: If(measurement- average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier For A-3, check if(99.30-97.95)/ 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If(average - measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier. For A-1, check if(97.95- 96.60)/ 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than (97.95 + 1.463 x 1.15) = 99.63% OR less than (97.95 - 1.463 x 1.15) = 96.27%. Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Positive Values of Q(QL and Qu) Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 • 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 END OF SECTION 110 EXHIBIT A BID COSTS SHEETS Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BASE BID Location of Project:Augusta Regional Airport,Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Noe Item No. Item Description LinQty. Units EstFriae Bid Amount 1 P-100.1 MOBILIZATION,CLEANUP, 1 LS t 17 • AND DEMOBILIZATION 1, �a5,c9°� C9C3 2 P-100.2 AIRFIELD SAFETY AND 1 LSQ TRAFFIC CONTROL ��o 00 00 ASPHALTIC CONCRETE q 3 P-101.1 PAVEMENT REMOVAL 8,785 SY !, 00 '7 9 06S ' 6S ' O O ASPHALT CONCRETE 4 P-101.2 PAVEMENT REMOVAL, 2,080 SY 1', dt7 2; 980, 00 SHOULDER,FULL DEPTH p 5 P-101.3 COLD MILLING 2,420 SY 1 ,SO 2.7i 'd ;0 . o O 6 P-101.4 PCCPAVEMENT 2,910 SY REMOVAL,FULL DEPTH z 00 521.- 2,3 80 . �o 7 X-105.1 REMOVE STEEL PLANKING 39,250 SY v,25 91 �D�2. c D REMOVE STORM SEWER 66 8 X-105.2 PIPE,SIZE UNKNOWN 330 LF 22 Do 77, 2.(o o, co 9 X-105.3 REMOVE STORM SEWER 0 . 00 3 1,945 LF Z 9, q 0 O . c90 PIPE,24-INCH 10 X-105.4 REMOVE STORM SEWER 1,250 LF PIPE,30-INCH 2 3.aC 28, 7S6 O o 11 X-105.5 PIPE,42EINCHRM SEWER 375 LF 3/. 00 r (O 2S. O v 12 X-105.7 REMOVE STORM SEWER 11 EA CATCH BASIN STRUCTURE Ypo.ao 3(S OD , 00 13 X-105.10 REMOVE AIRFIELD SIGN 11EA100, 0o AND PCC FOUNDATION �Q0.00 f 14 X-105.11 REMOVE TAXIWAY EDGE d LIGHT AND BASE CAN85 EA SSS UD G,3?5 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BASE BID Location of Project:Augusta Regional Airport, Augusta,Georgia Title of Project: Reconstruct& Extend Taxiway A Line Item No. Item Description Est. Units Unit Bid Amount No. Qty. Price 15 X-105.12 RMARKINGSEMOVEAVEMENT 5,555 SF 2.50 13� 82 7+ S O UNCLASSIFIED 16 P-152.1 EXCA AL VATION,ON-SITE 11,000 CY 12. ,00 t'2,2(ono, a o DISP UNCLASSIFIED 17 P-152.2 EXCAVATION,ON-SITE 24,000 CY r DISPOAL (� •vD 4,01 000 ,o0 UNCLASSIFIED 18 P-152.3 EXCAVATION,STAGING 6,000 CY AREA BASE q.540 S7, a 0 a. v a 19 P-152.4 SUBGRADE PREPARATION 38,600 SY l.po 38/Soo , 00 20 P-156.1 TEMPORARY SEEDING& 1 LS MULCHING 77 00stc 67 f 000f O i) 21 P-158.2 TEMPORARY 1 LS SEDIMENTATION BASIN Z2 760.0 2.2� ?o o 22 P-158,3 INSTALLATION AND 11,235 LF REMOVAL OF SILT FENCE 2.7 o 2�� o fj`j,$v 23 P-156.4 INLET SEDIMENT TRAP- 15 EA SILT SAVER ?S.0 0 2 G Z S o b 24 P-158.5 INLET SEDIMENT TRAP- 1 SILT SACK EA 05.00 !"IS. o 25 P-156.6 CRUSHED STONE 1 EA g2.�,o0 CONSTRUCTION OUTLET l3� (3 j ZS, c3 J 26 P-156.7 EROSION CONTROL 1 MOBILIZATION SOD.oOJrOD . 00 EMERGENCY EROSION 27 P-156'8 CONTROL MOBILIZATION 1 EA 500.00 5-00 • 0 0 28 P-209.1 CRUSHED AGGREGATE 4,400 CV BASE COURSE(8`DEPTH) 50.°0 Q2o, 000.00A RECYCLED ASPHALT 29 P-220.1 MILLINGS BASE COURSE 7,900 CY (24`DEPTH) 32 •0� 2 52 g 00. O Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BASE BID Location of Project: Augusta Regional Airport,Augusta, Georgia Title of Project: Reconstruct & Extend Taxiway A Line Item No. Item Description Est. Units Unit Bid Amount No. Qty. Price 30 P-306.1 LEAN CONCRETE BASE 27,100 SY COURSE fU ,0b I r 094 i 000 .O 0 31 P-401.1 ASPHALT CONCRETE 3,400 TON 't� SURFACE COURSE i `.0 Si 000, 00 PORTLAND CEMENT 32 P-501.1 CONCRETE PAVEMENT 26,335 SY �1r�, 00 I q7g/ I2 S,0 0 (14) ! I PORTLAND CEMENT 33 X-501.1 CONCRETE CURING 1 LS rL Slp"6v 25i oo 0 . 0 0 TY 34 P-605.1 JOINT SEALING FILLER 29,980 LF 3 . 1s G} .` 42-7. 00 PERMANENT PAVEMENT 35 P-620.2 MARKING 32554 SF 0,g0 261 vLf 3. ZO 36 P-620.3 THEMOPLASTIC 2,200 SF �7 �c� PREFORMED MARKINGS 2.2 • �I t o �O a THERMOPLASTIC 37 P-620.4 SURFACE SIGN 2 EA 6., (�pci.OD ( '3i ZOO • O D 38 P-620.5 REFLECTIVE MEDIA 1182 LB 3.C0 if /37,00 39 D-701.2 2 NCHECLASS IIONCRTE I PIPE, 45 LF 5-&,.0 Z,o. 00 40 D-701.3 CONCRETE SEWER PIPE, 950 LF 30-INCH,CLASS III ?2.�� dOJ • d v 41 D-701.4 CONCRETE SEWER PIPE, 860 LF 36-INCH,CLASS III 9?, vv 7? f rd, " 42 D-701.5 CONCRETE SEWER PIPE, 160 It 42-INCH,CLASS V LF (7.4.v0 t 1 r4. OV 43 D-701.6 CONCHECLASS VR PIPE, 800 LF -'7e 00 /2 / „0• 06 /5 ter.' 44 D-701.7 BOX CULVERT,4'X 6' 1,425 IF a.00 S's" ; 1s0. Oa Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BASE BID Location of Project:Augusta Regional Airport, Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Line Item No. Item Description Est. Units UnitBid Amount No. Qty, Price 45 D-701.8 BOX CULVERT,4'X 6', 728 LF 2-_ l/ AIRCRAFT RATED 43.da 30016`7,D a 6-INCH PERFORATED 46 D-705.1 POLYETHYLENE PIPE, 6,400 SCHEDULE 40 LF 14.6-0 fa. Goo .00 6-INCH SOLID 47 D-705.2 POLYETHYLENE PIPE, 290 LF �L p SCHEDULE 40 1S Sp ,/! T f o v 48 0-705.3E UNDERDRAIN CLEAN-OUT, 18 EA TYPE I MrOD131 /VD.0J 49 D-705.4 UNDERDRAIN CLEAN-OUT, 6 EA TYPE II A4•0J c 19 6,O 0 50 D-751.1 STORM DRAIN MANHOLE, 1 EA 84-INCH,H2O RATED G $'..0 0 235,o 51 D-751.2 CATCH BASIN,TYPE A 4 EA 7�q ,� 3 It goo. o 52 D-751.3 CATCH BASIN,TYPE B 10 EA 7340.0v `73,ill)a.0v CONNECT STORM SEWER 53 D-751.4 PIIPE NE TO EXISTING STORM 1 EA 2 6 ` 3 GJ.00 ' 4S, 0 CONNECT STORM SEWER 54 D-751.5 STRUCTUREIPETO EXISTING TING STORM 1 EA s�OS do JS 125'• 0 0 CONCRETE HEADWALL 55 D-752.1 EA FOR 4'X 6'BOX CULVERT 1 1-1 • 5 00 17 Z15. c'a 56 T-901.1 SEEDING 20 AC 1435,00 28,7DO•60 57 T-901.2 SEEDING,STAGING AREA 3 AC 1, 13c.04 4, 2 o s. 0. TOPSOILING(OBTAIN ON 58 1-905.1 STOCKPILE)ITE OR RREMOVED FROM 11,300 CY iv.0.0 135 400.00 59 T-905.2 AREAOILING,STAGING 2,010 CY t2.too Z4, (20 .00 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BASE BID Location of Project:Augusta Regional Airport,Augusta, Georgia Title of Project: Reconstruct&Extend Taxiway A Line item No. Item Description Est. Units Unit Bid Amount No. Qty. Price 60 L-108.1 118 AWG,5KV POWER 550 LF CABLE Z,oo � jpp, D o / 61 L-108.2 COUNTERPOISE WIRE W/ 7,730 LF GROUNDING RODS I. o o 77 30. V o 62 1-108.3 TEMPORARY#8 AWG,5KV 555 LF JUMPER CABLE Z.D p Ii 11 o . a v 1-WAY,2-iNCH PVC, 63 L-110.1 DIRECT BURY TYPE II 4,540 LF ELECTRICAL DUCT BANK 2,50 1 fl 35o . o0 2-WAY,4-INCH PVC, 64 1-110 2 CONCRETE ENCASED 2,175 LF `�� TYPE I ELECTRICAL DUCT26.00 513/5.00T BANK 6-WAY,4-INCH PVC, 65 L-110.4 CONCRETE ENCASED TYPE I ELECTRICAL DUCT 395 LF tooD� 23,-70 d, bo BANK 8-WAY,4-INCH PVC, 66 L-110.5 CONCRETE ENCASED 135 LF TYPE I ELECTRICAL DUCT Bo.00 1D,1300 4 a D BANK ELECTRICAL.PULL BOX, 67 L-115.1 17 EA p AIRCRAFT RATED 0 oJo,po 13‘,, 00 0,00 ELECTRICAL JUNCTION 68 L-115.2 STRUCTURE,AIRCRAFT 1 EA $p C7 RATED oo.va 0�� L861T MITL,LED, 69 1-125.1 ELEVATED TAXIWAY 86 EA a 77 le 0 .0 D FIXTURE 70.400 l L-861T MITL,ELEVATED 70 L-125.2 TAXIWAY FIXTURE, 4 EA `"1 DN 0, 00 SALVAGED 5-00,00 71 L-125.3 1-862 HIRL,ELEVATED 2 EA RUNWAY EDGE LIGHT . Z j o o.oo x,406, co ELD 72 L-125.4 REPLAGUIDANCESIGNSIGN PANELI4 EA 7�0•�) 3 0 d 'o o _ i L-858(L)AIFIELD 73 L-125.5 GUIDANCE SIGN, 4 EA 1` 01).UU I w .00 2 MODULE Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BASE BID Location of Project:Augusta Regional Airport,Augusta, Georgia Title of Project: Reconstruct&Extend Taxiway A Line item No. Item Description Est' Units Unit Bid Amount No. Qty. Price L-858(L)AIFIELD 74 L-125.6 GUIDANCE 3 MODULE SIGN, 5 EA 5/4,00.00 1Qr Ooo.00 Total Base Bid= gj 067r 244,70 BID SCHEDULE—BID ALTERNATE#1 Location of Project: Augusta Regional Airport,Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Noe Item No. Item Description Est.Qty. Units LinPriCe Bid Amount 1 P-100.1 MOBILIZATION,CLEANUP, 1 LS ftlW Lt.0.4.4.7 36v,wax AND DEMOBILIZATION 2 P-100.2 AIRFIELD SAFETY AND 1 LS i30ave-v f 3 g(XXI,a) TRAFFIC CONTROL ASPHALTIC CONCRETE 3 P-101.1 PAVEMENT REMOVAL, 10,525 SY q Gv 04 ya 5r j>° FULL DEPTH ASPHALT CONCRETE 4 P-101.2 PAVEMENT REMOVAL, 1,800 SY /4.110 675 jV) SHOULDER,FULL DEPTH 5 P-101.3 COLD MILLING 275 SY .01,00 /k-, oas,00 6 X-105.10 REMOVE AIRFIELD SIGN 5 EA AND PCC FOUNDATION /00.4)(0 SoG.UO 7 X-105.11 REMOVE TAXIWAY EDGE 27 EA LIGHT AND BASE CAN 75.00 a,1)015 00 8 P-152.1 UNCLASSIFIED 5,300 CY , EXCAVATION /R•vo (03,500 DU 9 P-152.3 SUBGRADE PREPARATION 11,620 SY I,3o /5/GYo,a4) 10 P-156.1 TEMPORARY SEEDING& 1 LS 50,am,uv S0, aceJ,d0 MULCHING Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE-BID ALTERNATE#1 Location of Project: Augusta Regional Airport, Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Line No. item No. Item Description Est.Qty. Units prnit ice Bid Amount 11 P-156.4 INLETSILTSAVER SEDIMENT TRAP- 19 EA /75,0» 3 341 0,0° 12 P-156.5 INLET SEDIMENT TRAP- 1 EA SILT SACK /75,Gtr /75,OJ 13 P-156.6 CRUSHED STONE 1 EA CONSTRUCTION OUTLET //73.),£4) 1, 735,00 14 P-156.7 EROSION CONTROL 1 EA MOBILIZATION ,g'(,ti,a) ,JLe+G17 15 P-156.8 EMERGENCY EROSION 1 EA CONTROL MOBILIZATION !+06 16 P-209.1 CRUSHED AGGREGATE 1,750 CY BASE COURSE(6"DEPTH) 51.6v f;50,a RECYCLED ASPHALT 17 P-220.1 MILLINGS BASE COURSE 2,000 CY 33:ai 66+acitNie (24"DEPTH) 18 P-306.1 LEAN CONCRETE BASE 10,340 SY COURSE di•/7'.Gt) /It/ 3+ ,W 19 P-401.1 ASPHALT CONCRETE 1,010 TON I a O GC) SURFACE COURSE �d.lJ" a + PORTLAND CEMENT 20 P-501.1 CONCRETE PAVEMENT 10,100 SY 75 757 5o.oO (14") PORTLAND CEMENT 21 X-501.1 CONCRETE CURING 1 LS f 5,mg'.oO FACILITY 22 P-605.1 JOINT SEALING FILLER 13,000 IF 6.15 44115W.OO 23 P-620.2 PERMANENT PAVEMENT 4900 SFU.tJV MARKING v�+SU l�, S 24 P-620.5 REFLECTIVE MEDIA 215 LB 3.50 7501.5V 25 D-701.3 CONCRETE SEWER PIPE, 485 LF 30-INCH,CLASS III 7x,00 -q;%le, V Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BID ALTERNATE#1 Location of Project:Augusta Regional Airport, Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A LinNo. item No. Item Description Est.Qty. Units UnitrBid Amount 26 D-701.4 CONCRETE SEWER PIPE, 375 LF 36-INCH,CLASS III 68 00 39;075,0o 27 D-701.6 CONCRETE SEWER PIPE, 245 LF /5700 �G ,! 48-INCH,CLASS V �5�� 9� �Fi� 6-INCH PERFORATED 28 D-705.1 POLYETHYLENE PIPE, 1,975 LF 16,50 3A1567 SO - SCHEDULE 40 6-INCH SOLID 29 D-705.2 POLYETHYLENE PIPE, 120 LF )5/50 i,0490,OV SCHEDULE 40 30 D-705.3 TYPE RDRAINCLEAN-OUT, 4 EA 730,eV a RAO•Oe) 31 D-705.4 I UNDERDRAIN CLEAN-OUT, 5 EA ba 00 yS 3�5, 00 TYPE II 32 D-751.2 CATCH BASIN,TYPE A 2 EA Z90,W 15, qu(lGV 33 D-751.3 CATCH BASIN,TYPE B 1 EA 7 tt) Z3to'00 CONNECT STORM SEWER 34 D-751.4 PIPE TO EXISTING STORM 3 EA .3,4;0cv /4 9'95•et..1 LINE 35 1-901.1 SEEDING 4 AC 114'35,a0 5 720,6t) TOPSOILING(OBTAIN ON 36 1-905.1 SITE OR REMOVED FROM 2,260 CY a,75 19'10,01.5,0(0 STOCKPILE) 37 L-108.1 #8 AWG,5KV POWER 1,370 LF CABLE „1...v0 .2,740,1)0 38 L-108.2 COUNTERPOISE WIRE W/ 1,200 LF ,p� GROUNDING RODS /per 39 L-108.3 TEMPORARY#8 AWG,5KV 200 LF 2.00 4.0p.oo JUMPER CABLE 1-WAY,2-INCH PVC, 40 L-110.1 DIRECT BURY TYPE II 1,100 LF .51) , , 70,00 ELECTRICAL DUCT BANK Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BID ALTERNATE#1 Location of Project: Augusta Regional Airport, Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Line nem No. Item Description Est. Unit No. p Qty. Units Price Bid Amount 2-WAY,4-INCH PVC, 41 L-110.2 CONCRETE ENCASED 160 LF 'CW !X,6,00 TYPE I ELECTRICAL DUCT �' �' BANK 42 L-115.1 ELECTRICAL PULL BOX, 2 EA .00 AIRCRAFT RATED �; N0 /6,x L861T MITL,LED, 43 L-125.1 ELEVATED TAXIWAY 17 EA ,0 5,3300=W FIXTURE L-858(L)AFIELD 44 L-125.5 GUIDANCE SIGN, 3 EA 4;ti(,W /3,be.4,,00 2 MODULE L-858(L)AIFIELD 45 L-125.6 GUIDANCE SIGN, 3 EA geV* W %6,$00,00 3 MODULE Total Bid Alternative#1 Bid= v2/494f�651,00 BID SCHEDULE—BID ALTERNATE#2 Location of Project: Augusta Regional Airport, Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Line item No. Item Description Est. Units Unit Bid Amount No. Qty. Price 1 P-100.1 MOBILIZATION,CLEANUP, 1 LS 39)J, ' 390,c tiOw tx� AND DEMOBILIZATION 2 P-100.2 AIRFIELD SAFETY AND 1 LS 000.00 TRAFFIC CONTROL '�irXXaw ASPHALTIC CONCRETE 3 P-101.1 PAVEMENT REMOVAL, 19,100 SY i!U /fa, 'UO FULL DEPTH ASPHALT CONCRETE 4 P-101.2 PAVEMENT REMOVAL, 20,070 SY SHOULDER,FULL DEPTH B• /6G,5�oa,vo 5 X-105.10 REMOVE AIRFIELD SIGN 1 EA AND PCC FOUNDATION tVG' Me/$00 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BID ALTERNATE#2 Location of Project:Augusta Regional Airport,Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Line Item No. Item Description Est. Units Unit Bid Amount No. Qty, Price 6 X-105.11 REMOVE TAXIWAY EDGE 40 EA 00 LIGHT AND BASE CAN 7f 3�`X'�' 7 X-105.12 REMOVE PAVEMENT 1,150 SF 5. MARKINGS W J, �rUf UNCLASSIFIED 8 P-152.1 EXCAVATION,ON-SITE 8,100 CY /2,50 lo1,?b0,0O DISPOSAL UNCLASSIFIED 9 P-152.2 EXCAVATION,OFF-SITE 12,000 CY 15,.60 r 06,,rtpruv DISPOSAL 10 P-152.3 SUBGRADE PREPARATION 24,575 SY }30 344w7,So 11 P-156.1 TEMPORARY SEEDING& 1 LS MULCHING � "'� 7� '00 CRUSHED STONE 12 P-156.6 CONSTRUCTION OUTLET 1 EA j Z000 ),73 S'OO 13 P-158.7 EROSION CONTROL 1 EA MOBILIZATION .J�000 5e)040 14 P-156.8 EMERGENCY EROSION 1 EA CONTROL MOBILIZATION SduW 54:).*6e 15 P-209.1 CRUSHED AGGREGATE 2,715 CY BASE COURSE(6"DEPTH) 5/.. l 3�,#05,L RECYCLED ASPHALT 16 P-220.1 MILLINGS BASE COURSE 5,640 CY 3.00 4*0.000° (24"DEPTH) 17 P-3061 LEAN CONCRETE BASE 15,975 SY COURSE ito,od 473y,000,400 18 P•401.1 ASPHALT CONCRETE 2,080 TON SURFACE COURSE lad =� PORTLAND CEMENT 19 P-501.1 CONCRETE PAVEMENT 15,500 SY 75,0d 1 401,56()'°C) (141 PORTLAND CEMENT 20 X-501.1 CONCRETE CURING 1 LS ;09-04 7 yvv• ca) FACILITY Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE —BID ALTERNATE#2 Location of Project:Augusta Regional Airport, Augusta, Georgia Title of Project: Reconstruct 84 Extend Taxiway A Line Item No. Item Description EstUnit Units Bid Amount No. Qty. Price 21 P-605.1 JOINT SEALING FILLER 28,100 LF '5.15 b ii$,00 22 P-620.2 PERMANENT PAVEMENT 15,715 SF MARKING ).00 '31,44-30,1,0 23 P-620.3 THEMOPLASTIC 1,465 SFda (JU X30,OO PREFORMED MARKINGS ' , 24 P_6Y0 q THERMOPLASTIC 2 EA SURFACE SIGN y� � O 'DO 25 P-620.5 REFLECTIVE MEDIA 670 LB 3,5d a i 349-410 26 D-701.1 CONCRETE SEWER PIPE, 230 LF 44,00 9,at>,a) 18-INCH,CLASS III 6-INCH PERFORATED 27 D-705.1 POLYETHYLENE PIPE, 1,400 LF Jrp,00 6 ,,11V,00 SCHEDULE 40 28 D-705.3 UNDERDRAIN CLEAN-OUT, 2 EA 730,00 i 4rbo,00 TYPE I / 29 D 705.4 UNDERDRAIN CLEAN-OUT, 4 EA ,vd TYPE IIO5*� 34b4y 30 D-751.2 CATCH BASIN,TYPE A 1 EA 050 7 q, i..!)a 31 D-751.3 CATCH BASIN,TYPE B 1 EA 7.00,WX! 7 3 .150 CONNECT STORM SEWER 32 D-751.4 PIPE TO EXISTING STORM 1 EA 44(054‘) 3Arrbgi°'O LINE 33 T-901.1 SEEDING 8 AC 6 aotip j i,y p�,.00 i TOPSOILING(OBTAIN ON 34 T-905.1 SITE OR REMOVED FROM 4,500 CY i2,00 96 ocv vv STOCKPILE) 35 L-108.1 AWG,5KV POWER 4,345 LF Z� it 6f)4'0,00 CABLE Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BID ALTERNATE#2 Location of Project:Augusta Regional Airport,Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Line Item No. Item Description Est' Units Unit Bid Amount No. Qty. Price 36 L-108.2 COUNTERPOISE WIRE W/ 4,385 LF J,UO tY 305.0e GROUNDING RODS 37 L-108.3 TEMPORARY#8 AWG,5KV 4,185 LF 3 ,00 JUMPER CABLE a,t)D iA, 1-WAY,2-INCH PVC, 38 L-110.1 DIRECT BURY TYPE II 4,175 LF 50 ELECTRICAL DUCT BANK .50 1443 7 39 L-115.1 ELECTRICAL PULL BOX, 1 EA AIRCRAFT RATED BcW {, ' L861T MITL,LED, 40 L-125.1 ELEVATED TAXIWAY 48 EA V.,04.0 43,Z,xry,iV FIXTURE 41 L-125.4 . REPLACE(E)AIRFIELD 1 EA GUIDANCE SIGN PANEL 7..60,1-0 75U� L-858(L)AIFIELD 42 L-125.6 GUIDANCE SIGN, 4 EA 5bcttci, aa, 3 MODULE Total Bid Alternative#2 Bid= 'II7� U�1�j 10 ,00 BID SCHEDULE—BID ALTERNATE#3 Location of Project: Augusta Regional Airport, Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Line Item No. Item Description Est. Units Unit Bid Amount No. Qty. Price 1 P-100.1 MOBILIZATION,CLEANUP, 1 LScV "!.i'� AND DEMOBILIZATION � � 2 P-100.2 AIRFIELD SAFETY AND 1 LS TRAFFIC CONTROL 60104,0 �jrU`� ASPHALT CONCRETE 3 P-101.2 PAVEMENT REMOVAL, 965 SY I y,VO iii-,4-7b-00 SHOULDER,FULL DEPTH Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BID ALTERNATE#3 Location of Project:Augusta Regional Airport, Augusta,Georgia Title of Project: Reconstruct& Extend Taxiway A line item No. Item Description Est. Units Unit Bid Amount No. Qty. Price 4 P-101.3 COLD MILLING 85 SY 125,00 101 Io25 ,o0 Pcc PAVEMENT 5 P-101.4 REMOVAL,FULL DEPTH 2,870 SY 6 X-105.10 REMOVE AIRFIELD SIGN 3 EA AND PCC FOUNDATION ,00,o 0 30o , 00 REMOVE TAXIWAY EDGE 7 X-105.11 LIGHT AND BASE CAN 10 EA 76%00 750 ,o0 8 X-105.12 REMOVE PAVEMENT 1,775 SF MARKINGS 3.00 51,325 ,00 UNCLASSIFIED 9 P-152.1 EXCAVATION,ON-SITE 1,800 CY 13.Sb Zq 300 .00 DISPOSAL UNCLASSIFIED 10 P-152.2 EXCAVATION,OFF-SITE 2,000 CY 1-7 so O 3t.1., 000 .00 DISPOSAL 11 P-152.3 SUBGRADE PREPARATION 6,090 SY t 0 79 17 .00 R 12 P-156.1 TEMPORARY SEEDING& 1 LS MULCHING 701040.00 ZDi 0U0,00 13 P-209.2 CRUSHED AGGREGATE 875 CY BASE COURSE(12"DEPTH) 5,0o 47 25-04 00 RECYCLED ASPHALT 14 P-220,1 MILLINGS BASE COURSE 720 CY (24"DEPTH) 33. vo 23, 70. a a 15 P-401.1 ASPHALT CONCRETE 400 TON SURFACE COURSE 330,a a l 3 2 0 0 0,p 0 PORTLAND CEMENT 16 P-501.2 CONCRETE PAVEMENT 5,015 SY (15") to.Dul// i 2.00.00 17 P-605.1 JOINT SEALING FILLER 6,700 LF 3. d Z/1105 , 00 18 P-620 2 PERMANENT PAVEMENT 3,300 SF 2.,DO 4.((, 00 100 MARKING Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BID ALTERNATE#3 Location of Project:Augusta Regional Airport,Augusta, Georgia Title of Project: Reconstruct&Extend Taxiway A Line item No. item Description Est. Units Unit Bid Amount No. Qty. Price 19 P-620.3 THEMOPLASTIC 3 1,700 SF Z2.ac, 7t �6 v,0 20 P-620.4 THERMOPLASTIC 2 EA SURFACE SIGN 7,0.°0 14't goo .00 21 P-620.5 REFLECTIVE MEDIA 140 LB 3,so 4ci o,o D 6-INCH PERFORATED 22 D-705.1 POLYETHYLENE PIPE, 365 LF gr,,S-O 61 p22,$-0 SCHEDULE 40 23 D-705.4 U DETYPEIRDRAIN CLEAN-OUTI , 4 EA O1h.Oa 31 Tq/b� s� 24 T-901.1 SEEDING 3 AC It c11310B if 30 S .0 0 TOPSOIUNG(OBTAIN ON 25 1-905.1 SITE OR REMOVED FROM 1,700 CY STOCKPILE) 13.SD Z 2- (KOd.o o 26 L-108.1 #8 AWG,5KV POWER 3,235 LF j CABLE 2-00 V/q 7o .DO 27 L-108.2 COUNTERPOISE WIRE W/ 1,460 LF ,! GROUNDING RODS 1 p v jt "T(p 0 ,0 0 1-WAY,2-INCH PVC, p 28 L-110.1 DIRECT BURY TYPE it 380 LF 2.s--0J<-U, oO ELECTRICAL DUCT BANK 2-WAY,4-INCH PVC, CONCRETE EZXNCASED 29 L-110.2 TYPE I ELECTRICAL DUCT 455 LF 'Z-CD 1t 1. 7. S o BANK , 4-WAY,4-INCH PVC, 30 L-110.3 CONCRETE EZXNCASED 625 TYPE BANK I ELECTRICAL DUCT LF 4i (0 0 nD Op .0 D 31 L-115.1 ELECTRICAL PULL BOX, 4 EA AIRCRAFT RATED 0t000%Ofl 3 Z) 0 00, 00 ELECTRICAL JUNCTION 32 L-115.2 STRUCTURE,AIRCRAFT 2 EA 8to.0a i' +p 0a .00 RATED L861T MITL,LED, 33 L-125.1 ELEVATED TAXIWAY 18 EA 9Ot1,00 1 6 Zoo.00 FIXTURE 1 Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 BID SCHEDULE—BID ALTERNATE#3 Location of Project: Augusta Regional Airport,Augusta, Georgia Title of Project: Reconstruct& Extend Taxiway A Line Item No. Item Description fit' Units Unit Bid Amount No. Qty. Price BASE MOUNTED L-862 34 L-125.3 HIRL,ELEVATED RUNWAY 2 EA EDGE LIGHTS 112A8,00 21 4 0,O a L-858(L)AIFIELD 35 L-125.5 GUIDANCE SIGN, 2 EA 2 MODULE 0040 9 'ZOO. 00 L-858(L)AIFIELD 36 L-125.6 GUIDANCE SIGN, 2 EA 3 MODULE 51 62004:0 lit ZD 0 , 0 L-858(L)AIFIELD 37 L-125.7 GUIDANCE SIGN, 1 EA 6(500.0t) G� 66,00 4 MODULE Total Bid Alternative#3 Bid= 1 l 10811-1 L4 6 t 0 v BID SUMMARY Base Bid 8 067 3 ' 70 Bid Alternate#1 + 21 '09 p4S1 , 00 Bid Alternate#2 + 4 o ci Iv1 I i T • o v Bid Alternate#3 + 1 l 30 8144 b, D 0 TOTAL BID o /USD 77 0)436 74 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 EXHIBIT B REQUIRED SUBMITTALS Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 ORG I A You Must Complete and Return the 2 Pages of Attachment B with Your Submittal, Document Must Be Notarized, Augusta,Georgia Augusta Procurement Department ATTN:Procurement Director 535 TeUalr Street,Suite 605 Augusta,Georgia 30901 Name of Proponent: McCarthy Improvement Company Street Address: 5401 Victoria Avenue Cay,state,zip cede: Davenport, IA 52807 Phons: 563-359-0321 Fatc 563-344-3740 Emit: infoemccarthyimprovement.com Do You Have A Business License? Yes: x No: Augusts,GA Business License/for your Company(Must Prov(1de): LCC2 015 0 0 012 0 0 Or Your State/Local Business License#for your Company(Must Provide: GA, Augusta, Richmond Utility Contractors License/(Mint Provide if aooticabie):UC3 01982 MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License/(Must Provide if applicable): GCC0005167 Additional Specialty License/(Must Provide N Ittsoilcable): (State: C�ganymmn�be tansd In the Governmntal entity for where they do the majority of their buskross. If yew Govenroen tsl entity t or Local) Coudesty business Menrequire abusiness i awarded ens..a RFP.esFnt w5 y).your company wit be required to obtains the License and Inspection Department*708 312-5030. regarding Augusta,GA taches requirements,please Panted lot the State.cite County that Issued your license; GA, Augusta, Richmond Acknowledgement of Addenda:(#11/51,_:(#2),K.,:(1f3) (#4) :(/5) ;(56) :(#7) :(#B) NOTE:CHECK APPROPRIATE DOMES).ADD ADDrmONALNUMBERS AS APPLICABLE MIEVIIKESthgtaguiggnaga The undersigned understands that It IS the policy of Augusts.Georgia to promote loll and equal businessppo for as persona doing business with Augusta,Georgie. The undersigned covenants that we have not discriminated.on the basis oPf rem religion,gander,national origin or ethnicity,with regard to prima contracting,subcontracting or parimrkm opporhmgive, The undersigned covenants and to melte businesses en the proposal or oontrant agreesawwdd Ate,GGnrgia, efforts un to ensurundersigned l me cove pran s that participation aveccnistof tical small and hay the required forms regarding good faith efforts end bath auras business further covenants lw tton. we have completed truthfully The undersigned further covenants and agrees not to engage in dhaMNne w d any type against local small businesses, h conformity with Augusts,Georgia's Local Small Business Opportune Program. Set forth below is the signature of an officer of the Precumerkontrecting eety with the authority to bend the entity. The undersigned ecknowlWge and warrant tat this Company hes been mode aware of understands and agrees to take atemative ocean to provide such companies with the maximum predicable opportuNBp to do business with this Company; effect wlthTh t this manias of mon as made and set forth herein shat be continuing in nature end shell remain In full force and Thal the promises of non-di alml atop as made and sat forth herein stat be and are hereby deemed to be made as part of end Incorporated by reference into any contact or pollen thereof which Ills Company may hereafter obtain end: That the failure of this Company to setsfaclorty discharge any of the promises of nandlsaeNnatn aa made and set forth herein shall constitute a material breech of contract entitling Augusts,Georgia to declare the contract kr default and to aserdee any and all applicable rights remedies including but not torted to cancellation of to contract termination of the convect suspension end debarment from future contracting opportu ltle*,and withholding and or forfeiture of compensation due and owing on a oantred. Nen-Collusion of Prime Proponent By submission of a proposal the vendor certles,under penalty of perjury,that to Ire best of Its knowledge and belief. (a)The prices In the proposal have been arrived at independently wit out collusion,consultation,communisations,or agreement,for the purpose of restricting comptton,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted N the proposal have not been knowingly declined by the vendor prior to opening,directly or Indirectly,to any other vendor or to any cornpepbr. (c)No attempt as been made,or wit be made,by the vendor to educe any other person,partnership or oorpaatn to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud len proposal preparation shell be rebated le the State of Georgia Attorney General and the United Sates Justice Depertme t. ski 16.209 Reconstruct&Extend Taxiway A Bid Due:Tuesday,July 26,2016 3:00 p.m. Page 3of6 Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Comet of interest By submIssbn of a proposal,the responding firm codifies,under penally of perjury,that to the bast of es knowledge and belief: 1.No alnwmstano.s racist witch cause s Conflict of Interest is performing the services required by this RFP.and 2.That no employee of Ow County,nor any member thereof,not any public agency or Adel affected by Ibis RPP,has any pecuniary kismet In the business of the responding Inn or his sus)has sny interest that would Conflict in any manner or degree with the performance related to this RFP. By submission of a proposal.the vendor cartel's under penally of perjury,that to the beat of lis knowledge and ballet (a)The prima In the proposal have bean arrlsd at Independently without collusion,consultation,communications,or agreement,for the purpose of restitctng cornpettion,as b any matter misting b such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not knowingly been d sensed by the vendor prior to opening,directly or Indirectly.to any other vendor or computes. c)No attempt has been made,or wit be made,by the vendor to Induce any other person.partnership or cooperalon to submit or not to submit a proposal for the purpose of resettling competition, For any breach or vlolatbn of Os provision,tie County siert have be right to termaate any related contract or agreement wean teeny and at its tiemenan to deduct from the price,or otherwise recover,the full amount of ouch fee,commission,percentage.Oft,resonant or conelderotbn. By executing this affidavit,the undersigned oontrecbr verifies es compliance with 0.0.0.A. $ 13-10-01, stating affirmatively that the individual,fine,or corporation which I.contracting with Auguste.Georgia Bond of Commisebnws has registered with and is partdpseng In a federal work auehodnton program'(any of the electronic veritoaton of work authorization programs operated by the United States Department of Homeland Security or arty equlwlent federal work sut horkratlon program operated by the United Stang DepartMoni Of Homeland Security to verify information of newly Iced employees,moment to the immigration Radom and Control Act of 1086(MCA),P.L. 0.63h,innd accortlanco with tn o eppioebthy provisions and deadlines sstsbii.Md In O.C.OA 113.10.01. The undersigned further agrees that, employ or contract with any subcontractor(s)in connection with to physical performance of services pursuant to this contract with Augusts.Georgia Board of Commissioners,contractor vii secure from such subcontractor(*)similar vat icafon of compliance with 0.C.GA 513.10.01 on the Subcontractor Affidavit provided In Rule 300.10-01•.08 or a substantially stroke form.Contractor nether agrees to nankin records of such oomptaros and provide a copy of each such verification to the Augusta,Georgia Board of Commissioners at the time the subcontractors)Is retebed to pefiam such sent.. Georgia Law requires your company to have an E-Var1fy'User identification Number(Company I.D.)on or after July 1,2009. For additional Information or to enroll your company,visit the State of Georgia website: hoolloverlfr.usch.00vienroth anter httplAwer.dd.state.w.ustodtfruke/300 10 Of 'a''rE-Verify•User Identification Number(Company I.D.) 104193 • war ENEMA''USER IDENOIFICATx1N NUMBER(COMPANY 1.0414M as PROVIDED:IN AcomoN,THE RECOMMENCED AWARDED MOOR WILL BE REQUIRED TO PROVIDE A COPY Of HOMELAND SECURITY'S MEMORANDUM OF tND**$TAIDNiG(MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addkion, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed noncompliant if any part of this process Is violated. MCCar 442yl.rovement Company Com, ,Q e .41111111 BY: ''Tl.. Officer or Agent K"'% or Signature) Pr dent 1.4 . Authorized Officer or Agent of Contractor • J-..e.h D. Bush P -d Name of Authorized Officer or Agent S �E9•AND SW LE ON THIS THE 22nd DAY OF July ,ppm NOTARY OCAL Notary Public SONIA 1.SUNDSIE01 My Commission Expires: May 22, 2017 c oaymgrmrsisirolnbe,rx pieala rasa May 22.2017 You Must Complete and Return the 2 ogee of Attachment B with Your Submittal.Document Must Be Notarized, Ray.2/37/2016 Bid 16-209 Reconstruct a Extend Taxiway A Bid Due:Tuesday,July 26.2016 @ 3:00 p.m. Pages of I Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Leu mall Business Opportunity Program Ordlnancg participation of local smell businesses:and(c)agreement not to engage In discriminatory conduct of any type. Hodes To All Bidders(PLEASE READ CAREFULLYJ (II) Proposed Local Smell Buskins Shall apply to a,Bids regardless of the dollar amount Subcontractor/Supplier Utilization Plsn In accordance with Chapter 108 of to Au9usTA Glu 000 Documentation d Good Faith Efforts b use CODE, Contractors agree b collect end maintain M records Failsubmit hWssabove documentation shall necessary to for Augusta,Georgia to eluate to MiOONvenaes of its Local tined Business OppaMedty Program and b make suds (d)Post 6w declared roe respon Pur records awpable to Augusta, Georgia upon request Tile Co t AAward It�dremrnta The purpose of requirements of to Low Small Busks Opportunity Program an this subsection y to eslebdaln requkemerts for contractor be found at www. acv. In accordance with AUGUSTA,GA. 0sse with the LSBOP soar a conceal,hes G been Coos,Contractors shaII wsreport to Augusts. the total doors awarded.for k incorporated are Into all Auguste.Georgie paid b each suboorntractor,vendor. or Gserpy trees on each Contracts for which a local erred business gal has been contract. and shell provide such payment affidavits,bspading estebtshed or negotiated. payment b subcontractors,t any es required by Augusta.Georgia. {7) ionConto meet shall have on aifkmetw, Such uNNzehan reports shell be h the format spoiled by the ongoing +to or exceed the Becontract local Director of Minority and Snhail eusknes Opportordlies,and shall be small business god forte durelo n of contract The steamed at such Ines as required by Augusta,Georgia. Required Auguste,Georgia may deem a contractor to be In*Nation forms can be found al gg Qv. If you need assistanceo/the LSBOP situ In brads of Ns contract If at any time completing a form or�atbn,pinto contact the LSBO Augusta,Georgie determines that Program office at(708)8214108. Faihae to provide such reports (a)The contractor wet not meet the committed Mega the Imo per od speeded by Au usta,George shag onsite local small businessgoals,and Augusta,Georgie to exercise any of the remedies set forth,i ndungdN)the restore for the contractors barn are rem but not Meted b,wIthholdkp payment from the Contractor enntror doss nwahin ot meet the local ractors sm�ip business Fat esgoal because the collocting To print a e1M*images. contractor terminated a bad she,business without cause Dopy of the Prime Contractor Dose Collection Form or If the contractor caused and local small business to visit:htof/www.auousuoa.00vhhdex.assx?NIDe1672 Webslte:prh o aus.awuslwa.eovhndex.asex?nidx83 wlr ave from the project without )ucont then Augusta.Gurgle k)ranked In Mang the contractor to be SHALL APPLY TO PROJECTS 9100.000 J7.UP In violation of Be MOP. Local Small Business Opportunity Prognlln(Continued) (h) mph" Dec.1.18.129.Local small badness opportunities program ies(4)The Directoresg nof minorityeval small business partIcpstbn• opportunities duct shalt ti neaeedabM forn tractor i good 11 n (a)Sealed Bink The following procedures and Contract efforts documentation bid t rs hi and subcontractor eat7etor trUGUSTA. requirements will be used to knee stat local small G&cosubmitted by bidders t toconformanceandLwith,the AUGUSTt buskhseas ere encouraged to participate In Augusta, any bid specifications GA CODA and any Stab and Federal Lewd applies!".to Georgia conbacts,indudhhg but not limited b constructionont oarnt hw sealed bid projects cgintnres, requests for professional services and the Prior to award Ccm o covered. performance of public works contacts. The Augusta, (I)5th Po icy Bide. Georgia war department shall inflate gook for local in Irk Policy Is to be construed to requiren small business In all solicitations for contracts own responsible Georgia adder a bid oahtaq b otntr cel 1M $100,000 In take: Wiwi osubntr adds, or to require contract=retmete to riel (1) Bid conditions for contrails awarded by Wield to subcontractors.smell to tense whoaffinido n t s mit Augusta.Georgia w8 require tel,marepurchases from local Abugusta, ea who do not submit goal k liaised in performing the conked,he subcontractingdd JJe.1W wadi xcop Io Argues,Georgia. proponent,wtl make Good Faith Efforts b subcontract In accordance with 61-10s an- d hinterraNy funded08.hhee)S8O +cath or purchase supplies from local smell businesses.Bid In ell on be wut z t-10.it end de und.he MOP specacato s went require Me bidder or proponent to keep 8� only � with federally fundedryfederal puled.. (and records of such efforts that are adequate to permit e sukdga)la ,,contracts guktio as =Marked by (ono determination o1 compliance with this requirement. such�91r) re6rhe extent t thatndconditions applicable me to (2) Each bidder shall be required to provide bets enartyprojects.such the there are any and the deournontatIon of achieving goal or pro lde docume talon between any federal tete (and regulations or laws,cr egulati Ord d of Good Faith Efforts to engege local small businesses ascononsscontrool. regulations and subcontractors or suppliers, the names of local small businesses and other to whom It intends to NQIF: MI forms should be submitted in a separate, sward subcontracts,the dollar value of the subcontracts, sealed envelope labeled Local small Business and the scope of to work to be perforated,recorded on Required Forms,Company's Name i Bid Number to form(e)provided or made available as pert of the bid pedtpe. If there are no sub-contenting opportunities. For ouastbne and or additional information bidder slieN so Indicate on the appropriate form. please contact: (0)Al bid documents shad require bidden or proponents iD edam with their bre to following written Mrs.Yvonne Gentry, documents.statements or forms,which shall be made Local Small Business Opportunity Program, available by the Procurement Department. 535 Telfalr Street,Room 610, shall affirm thebider' (a) adherence tie policies Augusta,Clitoral*30901 Augusts, Georgia relating to equal opportunity In (705)821-2405. contract ng:(b)agreement to undertake certain measures as provided In this policy to ensure madman practicable Website:htio://www.auoustaffia.00vfindex.seDx7n10413 Ra4w 24141 Bid 16-209 Reconstruct 8 Extend Taxiway A Bid Due:Tuesday,July 26,2016 403:00 p.m. Page tofe Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 PERFORMANCE OF WORK BY SUBCONTRACTORS The Bidder hereby states that he proposes to use the subcontractors listed below on this project If awarded the Contract. Please list all proposed subcontractors,trade specialty and dollar value of their work. The Bidder shall obtain prior written permission of the Owner should It choose to add or substitute other subcontractor(s)not shown below. Suboontraotor Subcontractor Work hems Dollar Value of NamelAddress/Phone Number Subcontractor Work 'Pee, C.0.45te..+t--t-tor-1 AsPt ttT 7o6-73f-5230 i A0 no LA- 15 TM wLrrwc NINA, 64 f tN a'-1Y-A1 4440 4f 3 70&.-'s47-L554'' ?�UZ,BSo •ao 5..0-me.-sr Sae work-i ..ol laGa.4'f , 64 ELC-L ittCAL 757 TY 4-00 a rl .�w.4a Ston► Car..I- $ I S p.o.�..ise 7 f©po.eo 770-93 5-5522 z /+ A rL.AN r4 Pkowek Csptaxtir . IN 1. ' tA.,4 G ft-5 36.0.1 40.1,1&/O AAA ta,ss,�a 1 b co.o 0 770-..'Z b"MY tquf C.►.t11c1LF C &)Coid ;r6 C.Wr 4 big, 9V?.•J snt• ilci-x4-5147 1:31 fie pt.Y CV-ClGT.>✓�rlD U C �"l Gd s IG--) 3t y3s o Oen/ 6-44.55..v4 s'X17/AA 4az „ai-Y3$-/07( /he? �,.Gtcp,,..t_A^-ws,n/r 2 % �S(J.00 3/5--sr;-on/ Estimated Total Cost of items that Bidder states will be performed by Subcontractors is: $ 7I Z56 ,239.0 Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusta,Georgia Bid Forms ADP No.3-13-0011-038-2015&3-13-0011-039-2016 April 6,2016 BF-21 Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 CERTIFICATION OF PROMPT PAYMENT The prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty(30)days from the receipt of each payment the prime Contractor receives from the Owner. The prime Contractor further agrees to return rota inage payments to each subcontractor within thirty(30)days after the subcontractor's work Is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause Wowing written approval from the Owner. This clause applies to both DBE and non-DBE subcontractors. McCarthy Improvement Company Name of Bidder's Sig ret Bidder's Authorized Representative Au! Representative (Please Print or Type Name) President 7 22/ 6 Title of Bidder's Date Authorized Representative Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusta,Georgia Bid Forms ATP No.3-13-0011-038-2015&3-13-0011-039-2016 April 6,2016 BF-22 Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) /1 BlddsrlOffer Name: /.AR7HY -rrnM VOrng<11 a/MIA/r Address: U( Ar.rvA,A Jl 6'0/W4 City: Ptive#.PoR-r Slate: sA zip: 5O1 DBE Firm: DBE Firm: Technique Concrete Construction Address: 3558 Calumet Road City: Decatur State: GA Zip: 30034 DBE Contact Person: Name: BYly Freeman.Jr. Phone:(404 )304-5967 DBE Certifying Agency: Georgia Department of Transportation Expiration Date: na Each DBE Firm shell submit evidence(such es a photocopy)of thea certification status. Classification: El Prime Contractor ®Subcontractor ❑Joint Venture ❑Manufacturer ❑Suppllar Work item(s)to be performed by Description of Work item Quantity Total DBE 86d,v44ur .til 0>teOwet As., &t.e.,4 44..933,iM,vo PULP 1&,54 PRudru t 0414144x a A1l 57: 3,00 Art fHAui. tv 51rrC,3a-r nr P44,0 The Bidder/offeror Is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ 3. 0,3,24,442 Percent of total contract: I % AFFIRMATION: The above-named DBE firm affirms that it will perform that portion of the contract for the estimated dollar value as stated herein above. By: $',-tc( ' event the bidderloe not receive award of the prime contract,any and 55 representations In this Letter of Intent and A9 mention shill be null and void. Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusta,Georgia Bid Forms AIF No.3-13.0011038-2015&3-13-0011-039-2016 April 6,2016 BF-23 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 mak Korn Golden, nrd Golden,P.E.,Cosdawr ! . GEORGIA DEPARTMENT OF TRANSPORTATION . ,11L1.141:2. D C west tenet me Toisp h.hh.:(404)031-1000 ���'�^��+ AMENDED January r2,2o25 Silly Freeman,Jr.,President Technique Concrete Construction,LLC 3556 Calumet Rd. Decatur.Georgia 3oo34 ANNIVERSARY DATE:Annually on Janna,9 Billy Freeman,Jr.: The Georgia Department of"IYansportetion bas reviewed you Georgia Uniform Certification Disadvantaged Business 8oterprise(DIIE) application.Our evaluation of the information submitted with your request for certification indicates that your firm has met the criteria ceilined in Federal Regulations 49 CFR,Part M. DBE Certification will be continuous;however,it is co • upon the firm maintaining in eligibility annually through this office. You will receive en Annual Affidavit for Continuing ffigy(M(*) end request for Personal Financial Statement (PFS) approximately thirty days prior to your fhull outI adore anniversary date. The Annual Affidavit for Continuing Iqy document must be completed,signed and returned to our office before your annive reary date in order to continue your firm's eligibility as a DBE. Your firm will be hated in Georgia's UCP DBE Directory which can be accessed through the Department's website:�++�.,d.Ptse v. Prime contractors and consultants can verify your firm's DBE certification status and ide tifythe work areas)for which the firm is DIE eligible through this Directory. Your Vender ID Coda ler Mobs Your firm has been certified to provide the following services as outlined in the North American Industry t3essMation System (HAIM: mum Code a36u6 New Iduldloadly Heuaysa Conaraedoa( Builders) NAM Code Rslano Commercial end Institutional Building Communion NAICB Code ago Highway,Street,and Bridge Construction NAM Code as8no Poured Concrete Foundation and Structure Contractors RAMS Code a38a90 Other Foundation,Strad/we,and Building Exterior Contraetnas NAILS Code 138sso Painting and Well Cove ing Contractors NAICB Code new She Preparation Contractors NAMCS Cede 138990 AN Other Spitefully Trade Contractors NAM Code ;6agio Asbestos Removed Contractors et ;w ifatn ytfinedwing the year theta is a change in ownership and/or control etyo r firm,you me required to notify this office of such change in writing by sworn affidavit and with as documents within thirty(30)days. Changes also include but are not limited to officer.,directors, m agementhe key person ocationof hof work performed.daily operations,ongoing business relationships with other firms or individuals, Failure to do so will be deemed a failure,on your part,to cooperate and will result in immediate actions to remove DBE certification In accordance wIth 49 GE Portad,8eetiena6.$S f oftbeFederalDOTReguladon. Question sad concerns should be directed to this office by mail or telephone. Our telephone number is(404)632-2972. Our fax number is(404)632-2943. 1 Air/Sr.. . • A.King EEO YAK/ye Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 UTILIZATION STATEMENT Disadvantage Business Enterprise(DBE) The undersigned Bidder has satisfied the requirements of the bid specification In the following manner.(Pease mark the appropriate box) j.The Bidder is committed to a minimum of 1 3, 3 %DBE utilization on this contract. 13 The Bidder, while unable to meet the DBE contract goal of %,hereby commits to a minimum of %DBE utilization on this contract and submits the attached documentation as evidence demonstrating good faith efforts(OPE)In seeking participation by certified DBE firms. The undersigned hereby further assures that the information included herein Is true and correct,and that the DBE firm or firms identified within the submitted Letter-of-Intent forms have agreed to perform a commercially useful function for the indicated work elements. The undersigned further understands that no changes to this statement may be made without prior approval from the Owner and the Federal Aviation Administration. MCCarth' Tm.1ovemcnt Comoanv sidd.rs/• time Skins 1 7/79/16 „/"..."--............. Date DBE UTILIZATION SUMMARY Contract amount DBE Amount Contract Pe- nags D Prime Contractor , $ x 1.00- $ % DBE Subcontractor $ ),O4'CApI6,rx! x 1.00• $ gO 34fv ) ig.43 % DBE Supplier $ x 0.00• $ % DBE Manufacturer $ x 7.00 as $ % Total Amount DBE 3,0Y4 36,00 i Q 43 % DBE Goal $2 ' 74tok3 Is.3 % 'If the total proposed DBE partiopetlon Is leas than the established DBE poa1,9Mdedpropolter must provide written documentation of the good faith agora es required by 40 CFR Part 28.AI earedoetlon a4l be calculated In accordance with 45 CFR Part 2e and its aoc5cebla subparts Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusts,Georgia Bid Fnrnu AIP No.3.13.0011.038.2015&3.13.0011-039-2016 April 6,2016 BF-24 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Description of Good Faith Efforts If you will not meet the Disadvantaged Business Enterprises(DBE)goal set forth In the solicitation in addition to the Information Included on the Statement of Interested Subcontractors and Statement of Bid Proposals/Price Quotations submitted with your bid/proposal,please provide a narrative explanation of why you cannot meet the DBE goal and the steps taken to Induce DBEs in your proposal/bid.Describe specific actions(ie.phone cans,etc.).Please provide copies of any solicitation notices sent,whether by email,fax or mail,and the amount of time given for response.Describe efforts to follow up initial communications. Identify the individuals from your organization who performed these activities.Attach additional pages as needed. I hereby attest that I have exercised good faith efforts to meet the City's federally required Disadvantaged Business Enterprise goals for this Project Despite such good faith efforts.I have not been able to meet the DBE. ,, for this Project. .4111 ph D. Bush, President < and Title(typed or printed) McCarthy Improvement Company Name of Firm Reconstruct and Extend Taxiway A Addendum No.1 Augusts Regions;Airport,Augusta,Georgia Bid Fmms AIP No.3.13-0011-0382015&3-13-0011-039-2016 My 15,2016 BF-25 Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 CHECKLIST OF GOOD FAITH EFFORTS A Bidder or Proposer that does not meet Augusta's DBE participation benchmark is required to demonstrate that It made"good faith efforts!Please Indicate whether any of the following actions were taken. IIsi 1. Attendance ata Pre-Bid Meeting,if any,scheduled by Augusta inform DBEs of subcontracting opportunities under a given solicitation; Advertisement for solicitation of DBEs in general circulation media, trade association publications, and minortty-focus media,to provide notice of subcontracting opportunities, 2. E Advertisement in general dretdation media et least seven(7)days prior to Bid or proposal opening any and all Subcontractor opportunities. Proof of advertisement must be submitted with the Bid or Proposal. 8. [ ❑ Provided interested DBEs with timely,adequate Information about the plans,specifications,and other such requirements of the Contract to facilitate their quotation and conducted follow up to initial solicitations. 4. ® Provided written notice to DBEs that their Interest in subcontracting opportunities or furnishing supplies Is solicited.Provided a contact log showing the name,address,email and contact number(phone or fax) used to contact the proposed certified subcontractors,nature of work requested for quote,date of contact,the name and title of the person making the effort, and the amount of the quoted price N one was 1�I obtained. 5. v Efforts were made to divide the work for DBE subcontracting In areas likely to be successful and identify portions of work available to DBEs consistent with their availability.Include a list of divisions of work not subcontracted and the corresponding reasons for not including them. The ability or desire of a Bidder/Proposer to perform the work of a contract with its own organization does not relieve It of the responsibility to make good faith efforts on all scopes of work subject to subcontracting. 6. 121Efforts were made to assist potential DBE subcontractors to meet banding, insurance or other governmental contracting requirements. Where feasible,facilitating the leasing of supplies or equipment when they are of such a specialized nature that a DBE could not readily and economically obtain them in the marketplace. 7. 0 ® Utilization of services of available minority community organizations, minority contractor groups and other organizations that provide assistance In the recruitment and placement of DBEs. 8. ❑ a Communication with the GDOT or Augusta's DBE Office seeking assistance In Identifying available DBEs. 9. ® 0 Exploration of joint venture opportunities with DBEs. 10. 0 E] Other actions(specify): Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusta,Georgia Bid Forms A1P No.3-13-0011-038-2015&3.13-0011-039-2016 April 6,2016 BF-26 Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Please provide written explanation to any"no'answers listed above(by number): This list is a guideline and by no means exhaustive.Augusta will review these efforts,along with other documents,towards assessing the Bidder/Proposers efforts to meet Augusta's DBE benchmark.If you require assistance in Identifying certified DBEs,please contact the Procurement Department or check the ODOT website. (A) C w .vdT f(AJ.r4fi.5f l.(1 tUG<i. 41471S • Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusta,Georgia Bid Forms AB'No.3-13-0011.038-2015&3-13-0011-039-2016 April 6,2016 BF-27 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 TIES CERTIFICATE IS TO BE POSTED IN A CONSPICUOUS PLACE IN THE BUSINESS HEREM DESCRIBED. m. BUSINESSRT AUGUSTA2016 CERTIFICATE MAILING ADDRESS INFORMATION MCCARTHY AAPROVEMENT COMPANY 6401 VICTORIA AVENUE DAVENPORT,IA 62807 THIS CERTIFICATE EXPIRES 12/31/2016 BUSIN.-•S t.IC -NSE h, LCc2015000120 . ISSUE DATE: 02/11 -I k _ ; CERTIFI�CATE!Sp e'- TH % E F Ali,' fit r to `tet .,..?„ 7 � r - , , Fa l'. .ti k Rt 1 CLASSIFICATIONS) C1-1F.,4'_11 '.t ' 233320-GENERAL CONTRACTOR{) CONTRACT: -,.., BUSINESS TYPE::CONTRACT BUSINESS LOCATION: 1601 Aviation Way,Augusta,GA 30906 CERTIFICATE HOLDER INFORMATION: JOSEPH D.BUSH THIS OCCUPATIONAL TAX CERTIFICATE IS VALID FOR CALENDAR YEAR ENDING/201/2016 AND IS SUBJECT TO RENEWAL PVT/31/201T.THE PLANNINO AND DEVELOPMENT DEPARTMENT SHALL HAVE THE RIGHT TO SUSPEND ANY CERTIFICATE IF THE BUSINESS VIOLATES ANY LAW OR ORDINANCE OF THE UNITED STATES,THE STATE OF GEORGIA,OR AUGUSTA,GEORGIA, ) I . 111°"11h Melanie Wilson,Director Panning and Developmsnt Department ia Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Russell R.McMurry,P.E.,Commissioner 8if GEORGIA DEPARTMENT OF TRANSPORTATION Th' j on.GeoryN Gager,000 West Pescara Skeet,PIN + 't• Attini. (40Georyls 90909 Telephone: 4)831.1000 l of aide May 23,2016 CERTIFICATE OF QUALIFICATION Vendor ID:2MC290 McCarthy Improvement Company and Affiliate 5401 Victoria Avenue Davenport,10 52807 In accordance with The Rules and Regulations governing the Prequalification of Prospective Bidders, the Georgia Department of Transportation has assigned the following Rating. This Certificate of Qualification is effective on the date of issue and cancels and supersedes any Certificates previously issued: MAXIMUM CAPACITY RATING $195,500,000 CERTIFICATE EXPIRES May 31,2018 The total amount of incomplete work,regardless of its location and with whom it is contracted,whether in progress or awarded but not yet begun,shall not exceed the Maximum Capacity Rating, If dissatisfied with the Rating,we direct you to the Appeals Procedures in§672-5-.08(1)&(2)and§672-1-.0S,Rules of the State Department of Transportation. In order to be continuously eligible to bid with this Department,your next application for prequalifrcation must be submitted before the expiration date. If you desire to submit an application some intermediate period before the expiration date,your Rating will be reviewed on the basis of the new application. This Prequalification Certificate is issued for contractors to be eligible for work with the Georgia Department of Transportation (GDOT)only. GDOT does not certify contractors as eligible to do business with entities other than GDOT. Sincerely, Marc A.Mastronardi,P.B. Chairman Prequalification Committee/Contractors MAM:MLF Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Details Page 1 of 2 v .` PROFESSIONAL LICENSING ° GEORGIA SECRETARY OF STATE BRIAN P. KEMP A ..itis •if Licensee Details licensee baforinstion Name:McCarthy Improvement Company Owner Lawrence Patrick Bush Address:6401 Victoria Ave Davenport IA 52807 Primary Samos License information Lie 0: UC301982 Profession: Utility type: Utility Contractor Secondary: Status: Active issued: 2/18/2009 Expires:4/30/2017 Last Renewal Dais: 4/22/2015 Method:Application From SteMlPror Associated Licenses Relationship:Supervisor Licensee: Boyle,Michael J TYPeUtility Manager license e: UM102179 License Active litotes: Established: Association 4/8/2015 Erpiry: Type: Prerequisite User Relationship:Supervisor Lienee: Martin,Harold L License Utility Manager Type: Licenses: UM001127 tense Stas: Established: 2/18/2009 Dation Expiry:3/28/2011 type: Prerequisite User Relationship:Supervisor Licensee: Wolf,Andrew Martin,Jr ' ' Utility Manager Licensee: UM102412 License Lapsed•Late Renewal Period Status: Established: Aesoofetloa 8/2011 Date:: Expiry:4/812015 type: Prerequisite User Pub&Board Orders Please see Documents section below for any Public Board Orders http://verify.sos.ga.gov/verification/Details.aspx?agencyid=1&licenseid=1179904 9/15/2015 Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 ii STATE OF GEORGIA BRIAN P.KEMP,Secretary of State State Licensing Board for Residential/General Contractor General Contractor Company LICENSE NO. GCC0005167 McCarthy Improvement Company 5401 Victoria Ave Davenport IA 52807 Qualifying Agent:Maureen Adele Bush Qualifying Agent License NO:GCQA00S 164 111 EXPIRATION DATE-06/30/20I8 Active 2428853 Above is your license issued by the Georgia Slate Board of Residential and General Contractors. A pocket-sized license card is below. Please make note of the expiration date on your license. 11 is your responsibility to renew your license before it expires. License renewals may be completed prior to the expiration date via the Board's website or by obtaining a paper renewal from the Board office. Reminder: itis your responsibility to keep your insurance current. Please provide the Board with a copy of your Certificate of insurance each time your insurance is renewed. The Board does receive copies of cancellation notices which will affect the status of your license. It is the licensee's responsibility to notify the board office immediately of any change of name or address.You may update your address online at the board's website at www.sos.gn.gcw/plb✓contractols/. You may contact the Board at: GEORGIA STATE BOARD FOR RESIDENTIAL&GENERAL CONTRACTORS 237 COLISEUM DRIVE,MACON.GEORGIA 31217-3858 478-207-2440(phone) website: www.sos.u.a.cov/plb/conlraclors/ • • STATE Or GEORGIA BRIAN P.KEMP.Santry or Slate Slue Limning Board for Residential/General Contractor General contractor Company I.KIENSC NO. OCC000S167 A6thy IogiwemenI CowponyMcCanh iravement Company 5401 Vinod, Awe 5401 Victoria Ave Da O port IA MOT Davenport IA 52807 QuelIfYna A5eam Monsen Adele Rush ()told)*Alien UMW NO OCQA005164 EXPIRATION DATE•06"3020111 Active Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 4RG1A You Must Complete and Return with Your Submittal.Document Most Se Notarized Systematic Alien Verification for Entitlements(SAVE)Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath,as an applicant for an Augusta,Georgia Business license or Occupation Tax Certificate,Alcohol license,Taxi Permit,Contract or other public benefit as reference In O.C.G.A.Section 50-36-1,I am stating the following with respect to my bid for an Augusta, Georgia contract for Item #16-209. Reconstruct & Extend Taxiway A firs Nolen?umbar and nmyeaName) Joseph D. Bush pM"t/71wNow ofnature!pawn epplyapanWaif of ndhldust business,corponen,perMenkip,or ether privateeneay) McCarthy Improvement Company fnMt/rype:Name el business,corporation,pe urerseir,oreakrOva*spud. 1.) x I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien(8§USC 1641)or nonimmigrant under the Federal immigration and Nationality Act(8 USC 1101 et seq.)18 years of age or older and lawfully present in the United States. * In making the above representation under oath I understand that any person who knowingly and willfully makes a false,fictitious,or fraudulent statement or , In an affidavit shall be guilty of o violation of Code Section 16.10-2D of the Official Code of Georg��� SignApplicant D. Hush /i ame n Registration Number for Non-pdsens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE '2nd DAY OF July ,2016 UNOMNotary Public SOMA 1. umbeu 9 � Commission Number 151813 My Commission Expires rewu May 22.2017 My Commission Expires: May 22. 2017 4f5 %sal Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL Rev.2/17/2016 Bid 16-209 Reconstruq&Extend Taxiway A Bid Due:Tuesday,July 26.2010103:00 p.m. Page 7 of& Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 GEORGIA STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFR# 16-209 SUBCONTRACTOR AFFIDAVIT By executing this affidavit,the undersigned subcontractor verities Its compliance with 0.C.G.A.13- 10-91,stating affirmatively that the Individual.fim,or corporation which Is engaged in the physical performance of services under a contract with Augusta Regional Airport on behalf of Augusta Richmond County Board of Commissioners has registered with end Is participating M a federal work authorization program' [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify Information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1888 QRCA), P.L. 90-8033, In accordance with the applicability provisions and deadlines established In O.C.G.A 13-10-81. 104193 E-Verify•User Identfcation Number McCarthy Improvement Company MY: Olfioar or Agent (Contractor Signature) Title AuthorizedSecretary or Agent of Contractor Georgia Law requires your company to haw an E•lrerlly'tiaer Identlllaaaon Nuanbv on or after July Sonia L.Sundstedt 1, • Printed Name of Authorized Officer or Agent For additional information: State of Georgia )Ito:1/wermdd.atata.aa.ua/cdfirulast300 10 tog[ SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httos:lN-Yerife eds.cov/srlrolit eM D Sic(,20k €11c Jul tvtatnt 0-1111112,01q � ilk Commisbn Num!»,197277 My Commission Expires: V 1 I`11 j2 �qN. MY Con lnlon 9 phi., 't NOTARY BEAL Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the'Letter of Recommendation"(Vendors letter will denote the date forms are to be received). sn.thtfxu IN 60411 200 RtronMneta blinefadwsyA Pp.2M3 Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 O O R O l I Al��`�' In accordance with the Laws of Georgia,the following Wrinkle required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, Sonia 1.Sundstedt eerily that this bid or proposal k made wkhout prior understanding,agreement or connection with any corporation,firm or parson submitting a bid for the same work. labor or service to be done or the supplies, materiels or equipment to be furnished and k k sit respects fair and without collusion or fraud.I understand collusive bidding is a violation of state and federal law and can result in fines,prison sentences end civil damages award..I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Atiq nt further steles that pursuant to O.C.t3A.Section 3041-21(d)and(e), McCarthy Improvement Company has not, by Iteel or with others, directly or Indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)1w has not prevented or endeavored to prevent anyone from maldng a bid or offer on the project by any means whatever,nor has Affiant caused or induced another to withdraw a bid or offer for the work. Mani further states that the said offer of McCarthy Improvement Company Is bone tide,and that no one hal gone to any supplier and attempted to gel ouch person or company to furnish the materials to the bidder only,or If furnished to any other bidder,that the material shall be at a higher price. Signature Authorized Company Representative Corporate Secretary Titre Swom to and subs .b re me this elM day of x ,20k. Notary Signature Notary Public: OW, WO/At (Print Name) County: Spm ,0 Jill EumRET.E S Commonly,Number 797277 My CoMmlyNon Each, Commission Expires: elk 1.914 NOTARY SEAL ^D9r► July h9.tour Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the"Letter of Recommendation"(Vendor's letter will denote the ditto forma are to be received). nov.712;/5012 WO Wait$ 1DPecoastectibend TekeyA Pap 303 Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Company 10 Number.104193 THE&VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION • MEMORANDUM OF UNDERSTANDING AUZZAI PURPOSE AND AUTHORITY This Memorandum of lhderattodirg(MOU)•uab forth the pobb of ersement batmen the Social Seedy Administration (SSA), the Deperoaemt of Homeland Sammy (DHS) and McCeipry la(provmet(3saonv(Employer)retarding the Employe%perdolpation In the Employment Eligibility Verification Program(B-VerllY).&Verb is a program in which the employment eligibility of all newly hoed emplgrees will be confirrod atter the Empkerment Eligibility Verification Form(Form 1r9)has been completed Authoity far the/Wally program is found In Tide IV,Subtitle A,of the IUegel/moderation Reform and Immigrant Reeponelhilfgi Act of 1996(11RMRA),Pub.L.1M-20S,11 o SON. 3009,as amended(8 U.S.C.6 1324+nob). ARTICLt3 ff FUNCTIONS TO BE PERFORM= A. OP THE SSA I. Won completion of the Pont 1-9 by the employee and the Employer,and provided to Employer complies with the regoirememb of tib MOU,SSA agrees to provide the Employer with/Ralik le information that alloy a tie Employer to coati=the ameriny of Social � vi proed by all newly hired employees and the employment authorization ci U 2. The SSA area to provide to the Employe+app mpslete nhistsnca with opentlo11 problems that may arise dogleg the Employer's panddpetlon In the&Verify program.The SSA agrees to provide the EsnplQyer with names,tk{p,addresses,end telephone numbers of SSA repoaetalvm to be contented daring the&Verify process. , 3. The SSA agrees to u[egnerd the!Armed=provided by the Employer through the E- Verl(y progom procedures,and to Hort access to such imfermetion,es b appropriate by law,to individuals responsible for the varlieatioo of Social Secorby Numbers end tbr evaluation of the &Verify program or such other persons or whim who may be authorised by the SSA as governed by the Privacy APaartt ct 401 U.S.0 6 552e),de Social Secant/Act(42 U.S.C.1306(a)),t306(r� and 4. SSA seees to establish a nems of automabd 'verification that is doalined fin coluocllao with DHSS aurtoorated system if neomssery)to provide confirmation or tentative nonoonfinne Tan of U.S.citizens'employment eligibility and accuracy of SSA records for both citizens end aliens within 3 Fedeal Government wort der of the initial Irtgsdy. Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Company ID Number:104193 S. SSA agrees to establish a mean of so mrdery verification Oncioding updating SSA records as may be necessary)for employees who tartest SSA tentative nonconftmetloro that is to provide final confirmation or nmiconttmatioo of U.S. citizens' employment and memo oy of SSA made kr both cams and Was within 10 Palatal days may be%writany. A of dale Gingham/to 8SA,vaster SSA delermhaee that more then 10 cues,SSA will provide addltlari%arta sake hstatakms. B. REdWONSIEILYITEg OF 7H!Dtt?AR7AQNp Or HOMELAND QTY 1. Upon completion of the Form I-9 by the employee nod the Employer nod atter SSA verifies the accuracy of SSA records for aliens through&Verily,Digit ammo to provide the Employer aeons to selected due From DfS's datable*to enable the Employer to conduct: • Atttanmed varlkntica clinks ea newly Weed alien employees by chronic means,and • photo vaifiesdoa Ghetto(when*vel able)on newly hired dim employees, 2. DHS agrees to provide to the Employer appropriate mistime°with operational problems that may arise daring the Employers participation In the&Verify program.DEIS agrees to provide the&npinyr names,tides,addresses,and telephone numbers of DHS temesentatives to be contacted during the E-Verily proms. 3. DHS emus to provide to the Employer a nmol(the&Verily Manual)containing Inshuclione on&Vrif y polities,procedures and requiramnt gar both SSA and DHS.Including restrictions on the we of&Verify_DHS agrees to provide taking maeesldt on&Vsri(y. 4. DRS agrees to provide to the Employer a notice, which indicates the Employers participation ho the E-Verdi program. DHS also agrees to provide to the anti- discrimination notices issued by the Office of Special Counsel!bra lasarigta lan►ataiated Unfair Employment booth=(09C),Civil Rights Division,and U.S.-Deportment of hake. S. DHS agrees to issue the Employer a mer Iden iRadion somber and westward mat the Employer not to ify Inmrmttlon provided by ellen employees with Dare database. permits 6. DRS agrees to afegaard the intim:Mice provided to DHS by the Employes,and to limit accost to such information to Individual°seapontible for the verification of alien employment bX611 for evalutdon of the 11-Verify por to such other persons or entities as may authorized by applicable law.Information will be wed only to verity the axmaey of Sochi andSecurity• Number,and employment eligibility,to mime the Immigration and Ndoaailpy Ace al eriminel laws,and to ensure accurate wage repeat to the SM. 7. DHS egress to establish s mems of automated writloadon that is designed (1n oani mation with SSA verifcadon prooedues) to provide confirmation or tentative of thenonerefimutionemploymentemployee,' eligibility within 3 Federal Oovermoant wort aye Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Company ID Number:104193 rem�to foeans�secoodary"tnt (ve��updating DHS records )for employmt DSteative vnutbn mad Dhow noo+nsloh imitative naocmflmedme that Is designed to provide final confirmation or ncnwnflrreadon of the employees employment eligibility within 10 Federal Government work days of the dale of referral to DHS,unless DHS determines that more than 10 days may be necessary.In such mass,DHS will provide additional veriflation infractions. C REEPONSIBILTITICS OF THE EMPLOYER 1. The Employer wpm chatty visible to geospeadve� the notions supplied by VHS In a prominent place that is t2. The Employer m lofEmployer to��10 the BSA and DHS the tamp,titles,addresses,and representatives to be contacted repading B-Vedty. 3. The Employer epees to become War with and comply with the&Verily Manuel. 4. The Employer agrees that am Employer RepresenLBve who will perform employment vedfierdien queries will complete the II-Verify Tutorial heave e that mdividod hdHntes any A. The employer agrees that all employer rpraentedves will take the tmeaber tamale Initlated by the&Verify program es a condition of continued use of 13- Valk B. Palate complete a tefimtar tutorial will prevent the employer fee continued program. S. The Employer agrees to comply with established Form IA procedure', with two • If an employee presents a"List B"identity document,the Employer agrees to only accept •List B"domments that certain a photo.(List B Socarmente identified in ti C.F.R. 274a.2(i)(1)(B))an be promoted doing me Forint-9 process to establish hank). • If an employee presents a DHS Form 1.551(Permanent Resident Card)or Form 1-766 (Employment Authorization Document)to complete the Foam 14,the Employer egress to make a photocopy of the document and to retain the photocopy with the employee's Poem 14. The employer will rue the photocopy to verify the photo and to wart the Department with Its review of photo moo annus that aro contested by employees. Note tar employees retain the right to present any List A,or List B and List C,docu meal tlon to complete t prom aerhe Form ing mal.. DHS may In the future date otter doom=to activate die6. The Employer understands that perddpadon In 11-Verify doe'not exempt the Employer from the reepaeibliity to complete.retain,and sloe available kr hepecdon Poems 1-9 tet relate to its employees,or from other requirement'of applicable regulations or laws,except for the Verify:following(Imodified ed dominants ts applicable by reason of the Employpy pa do1petloo in B. photos,as desuibed In paragraph S above; (2)a Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Company ID Number:104193 retioaebb premmptlon Is established that the Employer hu not violated section 274A(IXIXA)of obtainsthe komigradon and Netionsilly confirmation of the identity to(INA)with respect the thehirinn di any lin compliance if e with the terms and conditions of&Verify;P)the Ems of fndividwl in condom employ any employee after receiving a find r=atio r an Ile*se cal to a WW1 me y meshy between 1500 and£1.000 for each failure bey DOHS condnueda employmentd ibllowlg a final corn mhtica(4)die Employer is subject to a rebuttable presumption£at It he knowingly employed an unauthorised alien Im violation of action 274A(a)(l)(A) if the Bmploper continues to employ any employee after receiving a final noncoidhmation;and(5)no person or entity pardcipeting in B.Vetfy Is civilly or crSmbially liable under any law for any action taken in good finkb on initiimaUon provided thrmsii die confirm atbn system. EELS reserver the right to conduct Perm 1-9 compliance impections during the amine of E-Verify,Its well as to conduct any other aofbrcemeat activity authorised by law. 7. The Employer agrees to leftists E-Vuly veridoedon procedures within 3 Employer business days after mob employee las been hired(but alter both actions 1 and 2 of the Form 1-9 have been complresity eted), and o complete mpB as° (but only as mem)steps of the B-Verly proems es ere verification cManual.The Employer is prohibited from�Etl%6 procedures before the employee has been hired mid the Form 1-P completed.If the automated Mem to be queried Is mmporally unavailable,the 3dey time perm le a extended until 11 Is stain operational in order to accommodate the Employer's attempting,in good flail),to nude inquiries during the period of umetelhbilty.In all ase,the Employer must me the SSA after the verification SSA verificatioprocedures n tap a his me DES van:ado Pins and photo atremdag tool only S. The Employer agrees not to use B-Valfy procedures for pm-employment screening Of job epplioens,support for arty wdawful aoplvymsm Pnctc,,Pt any other me net authorized try this MOU.The Employer must use B-Ve!(y for ell new employees and wig not verify certain employees eslet#Ivey. The Employer agrees not to use B-Verily p for re- verification, dui If theemployees hired before the date this MOU is in effect. The Employee under imd by this MOU,Employer uses B-Verify procedures for any purpose other than as Immediate tetmi+rtlon of its access to SSA sloya od DNS tion be sub)oot to priale legal action and the puraorrt to dd.MOU. Mardi tantalite The agrees to follow appropriate procedures (see Article 11LB. below) written Wand bstnon bduding notifying ore picyees of the finding,providing taking advisee.noon againstpleys..,allowing employees et:,earnest the finding,and not employees if they obi=to must the fsdu . Further,when employees contest a tentative uoncont>mu tion Geed upon a photo non nue,site Employer is required to tales serve Napa(see Article BI.B.blow)to contact DHS with Information necewry b resolve the challenge. 10. The Employer agrees not to take any adverse action against en employee based upon the employees employment eligibility stet=while SSA or DHS is prooeasirg the verification request unless k e deans knowledge(as defined in I CFR g 274..1 0))that the employee Is not tmmab authorized orizeen to understands that an Initial inability of the SSA or 1)116 auverify authorkellan,a tentative nomooefkmrtlort,or rhe tiding of Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 C3oanpagy ID Number 104193 a photo non-match,does not men,and should not be Interpreted as,an indication that die employee is not work authorised.In any of the cues fitted above,the employee must be provided the ppnunlto ooziest the finding,and If he or the does so,may not be tmrolsatsd or suffer soy adverse employment coiww uoacea until and WWI secondny verification by SSA or DHS ho boon completed and a final ncaconfonadon has been issued.If the employee does not choose to contest a tentative noncontinoation or a photo non-maloh,then the Employer can find the employee Is not work authorized sed take the appropriate action. 11. The Employer agrees to comply with section 2748 of the INA by not tiscrindnatine Intim] any Individual In hiring,Moes,or sscrduoart a ret irai practices because of his or her origin or,In the case of a protected individual es defined in section 274B(aX3) of the INA,because of hie or her citizenship stun.The Employer tad y that such Illegal pontos can include selective verifiatim car eco of&verify,dlmherees or refining to hire elude employes Neoax they appear car mend 'Ibroign", and premature termination of employees based upon tentative nonoormrmadom, and that any violation of the endue lowlpation.relafed employment prootic s provbions if the TNA could subject the Employer to civil penalties pursuant to section 2748 of the INA and the termination of its participation in 11- Varity.If the Employer Ins any questions mating to the astl-deodmiosdon provision,It should anew OSC at 14Oo.255-763g or 1-500-237.2515(WD). 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to pin the screen containing the case verification number tort attach it b the employees Fen, 1-9. 13. The Employer agrees that it will use the Information It reechos from the SSA or DHS pursuant to 13-VeritY and this MOU nay to cooties the employment eligibility of newly-liked employees eller completes of the Form 1-9.71e Employer epees that It will safeguard this i fermation,and axons of stens to (such as PINS and pe swords)to mute that It Is not used for any other purpose and as neoesery to protect Its confidentiality,Including enuring that it is not disseminated to soy person other then employees of dm Employer who we authorized to Dorm the Employers responsibilities tater this MOU. 14. The Employee aobnoniedges that the intonation which It receives frons SSA le governed by the Privacy Act(5 U.S.0;552a(I)(1)end(3))and the Sochi Sorority Act(42 U.S.C.1306(•)),and that soy person who obtains this info:r ation under fibs pretenses or uses It kw any purpose odor then or provided tin in this MOU may be subject to Modal penalties. 15 The Employer agree to allow DHS and SSA,or their authrieed agents or designees,to melee periodic Asks to the Employer for the pupate of reviewbrg S-Veti(y-related records,i.e., Fond 1-9,SSA 71.a sector Records,and DIIS vmlfiadon records.,africb ware masted during the Employer's panicle tion In the E.Verify Program.In addition,he dee pupae of evaisswn B-Vari y,the Employer egress to allow DHS and SSA or their authorized agent or designee,to Interview is regarding Its experience with B-Verify,to interview employees hired during B-verity use concesafng their experience with the pilot,and to make employment and B-Verify misted records available to DHS and the SSA,or their designated agents or designees.Failure to comply with the terms of this paragraph may lead DHS to terminate the Employer's access to E-Verity. Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Company ID Number,104193 VIII REPTRRAI,OR INDIVIDUALS TO THE SSA AND THE ULPARTMENT OF HOMELAND SECURITY A. EEPERRAI,TO THE SSA I. If the Employer receives a Imlative mnmadh aticn-Lsued by SSA,the Employer mint print the tentative naocontlrmstion modes as directed by the automated systan end provide it to the employee ao that the employee may dmennine whether he or she will coolest the tentative rrtncon5raation. 2. The Employer will refer employees to SSA Sold odium only as directed by the emanated system based on a tentative mese vent t number,reviews 'and o'�slier the,and y+er roes the the me mamas the tentedve !repot to detect omoonlionation. b Employ ems,and snit the that Security Number to SSA for verification ie:indicates a a'�� I teed to do eAh Social.The Employer will determine whether the employee contests the tentative mmnoonflrmadon as soon as ponible alter the Employer receives It. 3. If the employee coulee's an SSA tentative noncotthoostlon,the Employer will provide die employee with a referral leper and Intrust the employee to visit an SSA office to resolve the dioeaNmy within 1t Federal Government work days.The Employer will make a second inquiry to the SSA database ttudttg B-Ver1(y monkeys on the dale that If 10 Federal Oovatesrtat work drive after the date of the referral In order to obtain con9rmation,or find nonomltnoatlon,unless otherwise inbuoted by SEA or anthem SSA desermhses that more than 10 days 4 neceusiy to resolve the tentatve semconfinaatoa. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number daabem(the Numidert)or other written verification of the Social Security Number from the SSA. E. REFERRAL TO THE DEPARTMENT OF HOMILAND SECURITY 1. If the Employer receives a tentative noncooflnatlm land by DRS,the Bradoyer ust print In teotadwe nonoonlhaution notice n directed by the automated system provide 11 to the employee so that the employee may determine whether he or the will cartes,the tentative 2. 1f the Employer finds s photo non-match for an alien who previdee a document for which the automated Wien has transmitted s photo,the employer must prhd the photo eon-match terdslve noa'mOrmetion notice as directed by the automated system and provide it to the =Owes so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer Individuals to DIES only when the employee chooses to coolest a tentative nonooafirmetion received from DBS automated vedficadar process or.when Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Cantpuny m Number:104193 the Employer Imes a tentative nonemfirmudoo based upon a photo rico-match.The Employer will determine whether the employee contests the tentative nonconflrmutlon r soon as possible arra the Employer receives It. 4. If the employee contests a Unwire nonconfirmatloe limed by DES,the Employer will provide the employee with a referral letter and instruct the employes to contact the Deputnemt through its IoU-free hotline within g Federal Ooveruntent work days. S. If the employee contests a tentative aonconirmadon based upon;.photo non-natoh,the Employer will h ode employee a referral letter to DHS.DES will electrooipQy transmit the reknit!onle r It determines that more than 1the mensal to the 100days sIs ne lne 0 Peden)Government work days of the 6. The Employer agrees that If en employee contests a tentative noncenfirmation based Moo a Photo noo4neleh,the Employer will mod a copy of the employee's Form I-SS I or Form 1- 7166 to DHS for review by: ▪ Scanning and uploading the document,or • Sanding a photocopy of the dooarnent by an aquas s nail account(finehhed and paid for 7. Tho Employer undetsttods lett If It cannot determine whether there is a photo reakNnm tmteh,the Employer is required to forward the documentation to DRS by avadng and uplmdbng,or by sending the document us dnaibed In the preceding paragraph,and resolving the cue as apacthd by the Immigration Swims Verifier at DHS who will determine the photo match or non.matoh. eBPcidz SERVICE PROVISIONS The SSA and DES will not charge the Employer ihr verification servloes perihrmed under this MOU.Thu Employer Is responsible for providing equipment needed to make Inquiries.To moms the&Verify Syatee,an Employer will need a personal computer with Internet somas. PARTIES This MOU is effective upon the signature of all parties,and shall continue In fad for as long as the SSA and flIIS conduct the II-Verity program neless modified In writing by the mutual ooescot of all pumtles,or terminated by any para'upon 30 days prior written nodal to the others. Any and all system eNance menta to the&Ve ify progam by DHS or SSA,Inokdingg bat not limited to the E-Vertty checking agalort additional data somas and In tering Dery verification procedures,will be covered under this MOL)and will not omen the need fora auppldneahl MOU that outlines these changes.DHS agrees to itt through the has of tart'refreshertutorialsanda employers on all cls-Ver made to 1. Even updates to the&Veru manual. Evora Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 • Company 11)Number:104193 • without danger to E-Verily,the Deportment mina the right to napalm employers to Ida mandatory refresher tutorials. Termination shall tenninate the MOU as to by wart prior notice If deemed necessary�b of the SSA or DHS DH9 re tenrdnsee this irements of law or policy,orupon a determination by SSA or DNS that thews has been a brach of system Integrity or security by the Employer,ora Ih1Iuro on the pit of the Employer to comply with established procedures or legal teguhtrmwts,Some or all SSA and DHS respomibllitleo order dile MOO may be pm-flamed by conbactor(s),and SSA and OHS ray abut'verification seapomiblkles between each other as they may delemtlue. Nothing is this MOH Is Wended, or should be construed, to create any right or benefit, aubstandve or procedural,enforceable at law by any third party against the United States,its agendas,officers,or employees,or agahnst the Employer,Its ngatrts,officers,or employes Back party shall be solely respooaible Its defanding any claim or action against it arising out of or related to E-Verily or this MOU,whether civil or*timbal,and for any IlebWty wherefrom, including(but not limited So)any dispute between the Employer and any other paean or entity regarding de applicability of Satan 403(d)of ERMA to any action taken or allegedly taken by the Employer. The employer understands that the fact of its paitcipatlon In&Vasty le not confidential In mane and may be disdained as authorized or required by law and DHS or SEA policy, lnchidlug but net limited to,Congrmdone'oversight,&Verb publicity and media Inquiries, and responses to bequbies under the Freedom ofWormatio n Am(FOIA). The foregoing cowhides the fitll agreement on this subject between to SSA,DHS,and Orin Employer. The individuals whose signatures appear below represent that they ere authodned b eider Iwo dela 11 OO on behalf of the Employer and OHS respeedvdy• tlTi be steepled as a partidpaat In&Vabode! ty,yea aboonly sign the Employees Seam of thsignature page. If you Ma any questions,outset E-VerVy Operations at UUS 42Employer McCarthy lanpre stent Company Deborah A Cleslawdd .. Name(Melee type or print) Title aketroxieopy Mined 03/0340011 Sigmas Date Deportment of Hsmeslaad Severity—Verification Division. Reconstruct& Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Company 1D Number:104193 USCIS VerUleada,/Widen Nime '1,am pe or print) r,8a - BlectreekaNy SOO o3/1a/2008 Slgnaturc Date . • Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 Company ID Number 104193 aarout AT10N'UMW D PON TAC&mart FROMMM 1rlDnr iko Meths ro>arr Compo Conga,Nam: Meekellolooronnort Carew c.7Pm*Adr 21413Avr211N I. TILL PC2N Como Moods Addws PO Dor 271 Moro"SO WM X04'm'r"id: LAURIN, Botgolor benellistiso Numb 42O4I2 N Nora Anode=Worry - CbuolRoatlNbosons Cods: 231 hail Conform IM 10 Nmierrrsglrj i_41 Nlrnbada uWOWIlr. 1 Aro you we**humors than IAs?Nye.plum molds ewrrmhae dun•grindbrIn mob b.* . NORTH CAROLINA I AO) iolurSMIN ably n mo Neva AdmYhpgpdo)form Crgroy N raw"Wow aapndood proL)rou Now D4a+1A11110 LEL alphas /b (Kg 412-1114 wlo.Mahon AMm-ttu Nom Jim W■a... rolipioreNsorbro Coq 113.5175 Pax Mohr; am es.sses Egad Aar= JrrlrxCaNYYm..m.nao Reconstruct&Extend Taxiway A Augusta Regional Airport, Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 EXHIBIT C INSURANCE AND BONDING Reconstruct&Extend Taxiway A Augusta Regional Airport,Augusta, Georgia AIP No. 3-13-0011-038-2015 and 3-13-0011-39-2016 DATE(MM/DD/YYYY AR® CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 05/13/2016' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Willis of Minnesota, Inc. NAME' PHONE c/o 26 Century Blvd. (A/C NO,FXT) 877-945-7378 FAX NO): 888-467-2378 P. O. BOx 305191 E-MAIL Nashville, TN 37230-5191 ADDRESS. Certificates@Willi.s.COM INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:American Contractors Insurance Company Ri 12300-000 INSURED McCarthy Improvement Company INSURER B: 5401 Victoria Ave INSURER C: Davenport, IA 52807 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:24390947 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR 1 TR TYPE OF INSURANCE Wqj yyvr POLICY NUMBER POLICY EFF POLICY EXP (MM/oI1/YYW) (MM/DD/WYY) LIMITS A X COMMERCIAL GENERAL LIABILITY y Y GL16A00033 6/1/2016 6/1/2017 EACH OCCURRENCE $ 10,000,000 A CLAIMS-MADE X OCCUR GL16BRE 00033 6/1/2016 6/1/2017 PMISESaomTurence) $ 100,000 A Y Y GL16C00033 6/1/2016 6/1/2017 MEDEXP(Anyoneperson) $ 5,000 A XS16D00033 6/1/2016 6/1/2017 PERSONAL&ADV INJURY $ 10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 10,000,000 PRO- POLICY X ECT LOC PRODUCTS-COMP/OP AGG $ 10,000,000 OTHER: A AUTOMOBILE LIABILITY Y Y AL16000011 6/1/2016 6/1/2017 $ COMBINED SINGLE LIMIT (Ea accident) $ 5,000,000 X ANY AUTO BODILY INJURY(Per person) $ X ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) $ X Self- X Physical Insured for Damage $ UMBRELLA LIAB OCCUR EACH OCCURRENCE .$ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATION y WCA000007316 6/1/2016 PER OTH- AND EMPLOYERS'LIABILITY Y/W / /2016 6/1/2017 X STATUTE FR A ANY PROPRIETOR/PARTNER/EXECUTIVEINI N/A Y WCA000007416 6/1/2016 6/1/2017 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? A (MandatoryinNH) Y WCA000011016 6/1/2016 6/1/2017 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under A DESCRIPTION OF OPERATIONS below WCA000017016 6/1/2016 6/1/2017 E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additonal Remarks Schedule,may be attached if more space is required) Augusta, GA, the Aviation Commission, their officers, employees, agents, elected and appointed officials are included as Additional Insureds as respects to General and Auto Liability as required by contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Augusta AUTHORIZED REPRESENTATIVE Attn: Risk Manager 530 Greene Street, Room 217 Augusta, CA 30901 Con:4899588 Tp1:2056453 Cert: 4 90947 ©1988— 014ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 119400 LOC#: A ADDITIONAL REMARKS SCHEDULE Page_2_of 2 AGENCY NAMED INSURED McCarthy Improvement Company Willis of Minnesota, Inc. 5401 Victoria Ave POLICY NUMBER Davenport, IA 52807 See First Page CARRIER NAIC CODE American Contractors Insurance Company Ri12300-000 EFFECTIVE DATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM ISA SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Waiver of Subrogation applies in favor of Augusta-Georgia its officers, agents, elected and appointed officials, representatives, volunteers, and employees, and the Aviation Commission its employees with respects to General Liability, Auto Liability and Workers Compensation as required by written contract or agreement and executed prior to loss and as permitted by law. ACORD101 (2008/01) Co11:4899588 Tp1:2056453 Cert:24390947 ©2008ACORDCORPORATION.Allrightsreserved. The ACORD name and logo are registered marks of ACORD 335 NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE - CERTIFICATE HOLDERS This endorsement modifies insurance provided under the following: BUSINESS AUTO LIABILITY COVERAGE PART The certificate of insurance holders shown in the schedule below have requested that they receive written notice of cancellation,nonrenewal or material change with respect to this policy. If we decide to cancel, nonrenew or make a material change to this policy,we agree to mail or deliver sixty(60)days advance written notice to the certificate of insurance holders shown in the schedule below. However, if we are cancelling or nonrenewing due to nonpayment of premium,we will only provide the certificate of insurance holders shown in the schedule below with ten(10)days advance written notice. The notice of cancellation, nonrenewal or material change will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide notice of cancellation, nonrenewal or material change to the certificate of insurance holders shown in the schedule below. SCHEDULE All certificate of insurance holders where written notice of cancellation, nonrenewal or material change to this policy is required by written contract, permit or agreement with the Named Insured. Nothing herein contained shall be held to vary,alter,waive or extend any of the terms,conditions,provisions, agreements or limitations of the mentioned Policy, other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Policy No.: AL16000011 Endorsement No.:0 Policy Effective: 6/1/2016 Premium$ Insured: McCarthy-Bush Corporation Insurance Company: American Contractors Insurance Company Risk Retention Group Countersigned By WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 01 (Ed. 03-13) NOTICE OF CANCELLATION,NONRENEWAL OR MATERIAL CHANGE ENDORSEMENT In the event of cancellation, nonrenewal or other material change of the policy,we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 60 days. However, in the case of cancellation or nonrenewal due to nonpayment of premium,only 10 days advance notice will be provided. 2. Notice will be mailed to: All certificate holders where written notice of cancellation, nonrenewal or material change to this policy is required by written contract,permit or agreement with the Named Insured. The notice will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide written notice. This endorsement is not applicable in the states of Arizona, Connecticut,New Jersey, North Carolina, Texas or Wisconsin. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Policy No. WCA000011016 Endorsement No. Policy Effective Date: 6/1/2016 to 6/1/2017 Premium$ Insured McCarthy-Bush Corporation Carrier Name/Code: ACIG Insurance Company i)aau Countersigned by WC 99 06 01 (Ed.03-13) Iry vrtncr o VVIYIr cniom11V11/1111J CIYIr•LV i CIW LIMDILI I i rVLIV i VV . VV UO U I (Ed.03-13) NOTICE OF CANCELLATION,NONRENEWAL OR MATERIAL CHANGE ENDORSEMENT In the event of cancellation, nonrenewal or other material change of the policy,we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 60 days. However, in the case of cancellation or nonrenewal due to nonpayment of premium, only 10 days advance notice will be provided. 2. Notice will be mailed to: All certificate holders where written notice of cancellation, nonrenewal or material change to this policy is required by written contract,permit or agreement with the Named Insured. The notice will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide written notice. This endorsement is not applicable in the states of Arizona, Connecticut,New Jersey, North Carolina, Texas or Wisconsin. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06-01-2016 Policy No. WCA000017016 Endorsement No. Policy Effective Date: 06-01-2016 to 06-01-2017 Premium$ Insured McCarthy-Bush Corporation Carrier Name/Code: ACIG Insurance Company pargu Countersigned by J WC 99 06 01 (Ed. 03-13) vv .n r CRJ\.VIYIPCIYJNI IVIY"MILD CIYIrLV i CRJ LIMGILI I I Iri ur nri..0 f VLn, UU Uu U I (Ed. 03-13) NOTICE OF CANCELLATION,NONRENEWAL OR MATERIAL CHANGE ENDORSEMENT In the event of cancellation, nonrenewal or other material change of the policy,we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 60 days. However, in the case of cancellation or nonrenewal due to nonpayment of premium,only 10 days advance notice will be provided. 2. Notice will be mailed to: All certificate holders where written notice of cancellation, nonrenewal or material change to this policy is required by written contract,permit or agreement with the Named Insured. The notice will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide written notice. This endorsement is not applicable in the states of Arizona, Connecticut,New Jersey, North Carolina, Texas or Wisconsin. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06-01-2016 Policy No. WCA000017316 Endorsement No. Policy Effective Date: 06-01-2016 to 06-01-2017 Premium$ Insured McCarthy-Bush Corporation Carrier Name/Code: ACIG Insurance Company E; 'jS1'3iI .t.. Countersigned by I WC 99 06 01 (Ed. 03-13) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 01 (CU. U3-13) NOTICE OF CANCELLATION,NONRENEWAL OR MATERIAL CHANGE ENDORSEMENT In the event of cancellation, nonrenewal or other material change of the policy,we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 60 days. However, in the case of cancellation or nonrenewal due to nonpayment of premium,only 10 days advance notice will be provided. 2. Notice will be mailed to: All certificate holders where written notice of cancellation, nonrenewal or material change to this policy is required by written contract,permit or agreement with the Named Insured. The notice will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide written notice. This endorsement is not applicable in the states of Arizona, Connecticut,New Jersey, North Carolina, Texas or Wisconsin. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06-01-2016 Policy No. WCA000007416 Endorsement No. Policy Effective Date: 06-01-2016 to 06-01-2017 Premium$ Insured McCarthy-Bush Corporation Carrier Name/Code: ACIG Insurance CompanySP/ AC& Countersigned by —r WC 99 06 01 (Ed.03-13) 336 NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE - CERTIFICATE HOLDERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The certificate of insurance holders shown in the schedule below have requested that they receive written notice of cancellation,nonrenewal or material change with respect to this policy. If we decide to cancel, non-renew or make a material change to this policy,we agree to mail or deliver sixty(60)days advance written notice to the certificate of insurance holders shown in the schedule below. However, if we are cancelling or non-renewing due to nonpayment of premium,we will only provide the certificate of insurance holders shown in the schedule below with ten(10)days advance written notice. The notice of cancellation,nonrenewal or material change will be mailed to the addresses provided to us by the certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide notice of cancellation,nonrenewal or material change to the certificate of insurance holders shown in the schedule below. SCHEDULE All certificate of insurance holders where written notice of cancellation,nonrenewal or material change to this policy is required by written contract,permit or agreement with the Named Insured. Nothing herein contained shall be held to vary, alter,waive or extend any of the terms,conditions,provisions, agreements or limitations of the mentioned Policy,other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 06-01-2016 Policy No.: GL16A00033 Endorsement No.:0 Policy Effective: 6/1/2016 Premium$ Insured: McCarthy-Bush Corporation Insurance Company: American Contractors Insurance Company Risk Retention Group Countersigned By 597 ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO LIABILITY COVERAGE PART SCHEDULE Name and Address of Additional Insured: City of Augusta,GA, the Aviation Commission,their officers,employees,agents,elected and appointed officials 530 Greene Street,Room 217 Augusta,GA 30901 Any entity required by contract(hereinafter called Additional Insured)to be named as an "insured"is an "insured"but only with respect to liability arising out of the ownership,maintenance or use of an "auto"in the operations incidental to the contract and to the extent set forth below: (1) The Limit of Insurance will not be greater than that required by such contract. (2) The coverage provided to the Additional Insured will not be greater than that customarily provided by the policy forms specified in and required by the contract. (3) All insuring agreements,exclusions and conditions of this policy will apply. (4) In no event shall the Coverage or Limit of Insurance in this Coverage Form be increased by such contract. This insurance is excess to any other insurance, whether primary, excess, contingent or on any other basis, available to the additional insured unless a written contract requires that this insurance be primary or primary and non-contributing. However, this insurance is always excess to other insurance, whether primary, excess, contingent or on any other basis, when the additional insured has been added to the other insurance as an additional insured. Nothing herein contained shall be held to vary,alter,waive or extend any of the terms,conditions,provisions, agreements or limitations of the mentioned Policy, other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Policy No.: AL16000011 Endorsement No.:0 Policy Effective: 6/1/2016 Premium$ Insured: McCarthy-Bush Corporation Insurance Company: American Contractors Insurance Company Risk Retention Group Countersigned By 130 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO LIABILITY COVERAGE PART SCHEDULE Name of Person(s)or Organization(s): City of Augusta,GA, the Aviation Commission,their officers,employees,agents,elected and appointed officials 530 Greene Street, Room 217 Augusta,GA 30901 The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition(Section III-BUSINESS AUTO CONDITIONS)is amended by the addition of the following: All rights of recovery against others are waived hereunder to the extent required by contract executed prior to "accident"or"loss"and with respect to such insurance provided by this policy. Nothing herein contained shall be held to vary, alter,waive or extend any of the terms,conditions,provisions, agreements or limitations of the mentioned Policy,other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Policy No.: AL16000011 Endorsement No.:0 Policy Effective: 6/1/2016 Premium$ Insured: McCarthy-Bush Corporation Insurance Company: American Contractors Insurance Company Risk Retention Group Countersigned By 853 ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Augusta,GA,the Aviation Commission,their officers,employees,agents,elected and appointed officials 530 Greene Street, Room 217 Augusta,GA 30901 Who Is An Insured(Section II)is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. With respect to these additional insureds,this insurance does not apply to"bodily injury","property damage"or "personal and advertising injury"arising out of the rendering of or failure to render any professional services by any insured, including: (1) The preparing,approving or failure to prepare or approve maps,drawings,opinions, reports,surveys,change orders,designs or specifications;or (2) Supervisory,inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring,employment,training or monitoring of others by that insured. The insurance afforded herein only applies to the extent permitted by applicable state law, including statutes governing additional insured coverage in the construction industry. This insurance is excess to any other insurance, whether primary, excess, contingent or on any other basis, available to the additional insured unless a written contract requires that this insurance be primary or primary and non-contributing. However, this insurance is always excess to other insurance, whether primary, excess, contingent or on any other basis, when the additional insured has been added to the other insurance as an additional insured. Nothing herein contained shall be held to vary, alter,waive or extend any of the terms,conditions,provisions, agreements or limitations of the mentioned Policy,other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Policy No.: GL16A00033 Endorsement No.:0 Policy Effective: 6/1/2016 Premium$ Insured: McCarthy-Bush Corporation Insurance Company: American Contractors Insurance Company Risk Retention Group Countersigned By 132 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person(s)or Organization(s): City of Augusta,GA,the Aviation Commission,their officers,employees,agents,elected and appointed officials 530 Greene Street, Room 217 Augusta,GA 30901 Named Insured: McCarthy Improvement Company The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition(Section IV-COMMERCIAL GENERAL LIABILITY CONDITIONS)is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the"products-completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. Nothing herein contained shall be held to vary,alter,waive or extend any of the terms,conditions,provisions, agreements or limitations of the mentioned Policy,other than as above stated. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: Policy No.: GL16A00033 Endorsement No.:0 Policy Effective: 6/1/2016 Premium$ Insured: McCarthy-Bush Corporation Insurance Company: American Contractors Insurance Company Risk Retention Group Countersigned By PERFORMANCE BOND Bond No. 929644260 (NOTE: THIS BOND IS ISSUED SIMULTANEOUSLY WITH PAYMENT BOND, iN FAVOR OF THE OWNER CONDITIONED FOR THE PAYMENT OF LABOR AND MATERIAL.) KNOW ALL MEN BY THESE PRESENTS: That McCarthy Improvement Company as Principal, hereinafter called CONTRACTOR, and Western Surety Company ,a corporation organized and existing under the laws of the State of South Dakota ,with its principal office in the City of Chicago ,State of Illinois ,as Surety,hereinafter called SURETY, are held and firmly bound unto AUGUSTA, GEORGIA BY AND TFJtt bb * AUGUSTA COMMISSION as Obligee, hereinafter called the OWNER,in the penal amount o _Dollars ($ 16,772,436.70 )for the payment whereof CONTRACTOR and SURETY bind themselves, their heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents for the faithful performance of a certain written agreement. *Sixteen Million Seven Hundred Seventy Two Thousand Four Hundred Thirty Six and 70/100* WHEREAS, CONTRACTOR has by said written agreement dated october20,2016 entered into a Contract with OWNER for the construction of RECONSTRUCT AND EXTEND TAXIWAY A,Augusta, Georgia, in accordance with the drawings and specifications issued by the Augusta Aviation Commission and the Augusta Commission,which contract is by reference made a part hereof,and is hereinafter referred to as the Contract. NOW,THEREFORE, the condition of thisobligation is such that, if CONTRACTOR shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The SURETY hereby waives notice of any alteration or extension of time made by the OWNER. Whenever CONTRACTOR shall be, and declared by OWNER to be in default under the Contract, the OWNER having performed OWNER's obligations thereunder, the SURETY may promptly remedy the default,or shall promptly (1) Complete the Contract in accordance with its terms and conditions,or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by SURETY of the lowest responsive and responsible bidder, or, if the OWNER elects, upon determination by the OWNER and the SURETY jointly of the lowest responsive and responsible bidder,arrange for a contract between such bidder and OWNER,and make available as Work progresses(even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the • SURETY may be liable hereunder,the amount set forth In the first paragraph hereof. The term"balance of the Contract price,"as used in this paragraph,shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusta,Georgia Contract Forms AIP No.3-13-0011-038-2015 &3-13-0011-039-2016 April 6,2016 CF-2 Any suit under this bond must be instituted before the expiration of two(2)years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the OWNER named herein or the heirs,executors,administrators or successors of the OWNER. Signed and sealed this 20 day of October A.D.20 16. Witness 'etoA* e McCarthy Improvement Company (Seal) (Contractor) Atte _._. ' y .�� ; _L.��.�I By / (Seal) Jose r nr. Bush,Presi s ent (Title) Witnessal.,. .. W js e a ,. (Seal) 111, i ''� (Seal) llu�u, By ��►I, �1 ( ) .thy J.Sm th,Attorney-In-Fact (Title) Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusta,Georgia Contract Forms AIP 11o.3-13-0011-038-2015&3-13-0011-039-2016 April 6,2016 CF-3 _t LABOR AND MATERIAL PAYMENT BOND Bond No. 929644260 (NOTE: THIS BOND iS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND, IN FAVOR OF THE OWNER CONDITIONED FOR THE PERFORMANCE OF THE WORK.) KNOW ALL MEN BY THESE PRESENTS: That McCarthy Improvement Company as Principal, hereinafter called CONTRACTOR,and Western Surety Company a corporation organized and existing under the laws of the State of South Dakota ,with its principal office in the City of Chicago ,State of Illinois ,as Surety,hereinafter called SURETY, are held and firmly bound unto AUGUSTA, GEORGIA BY AND THROUGH THE AUGUSTA COMMISSION,as Obligee,hereinafter called the OWNER,for the use and benefit of claimants as herein below defined in the amount of *Please see Below* Dollars ( 16,772,436.70 ) for the payment whereof CONTRACTOR and SURETY bind themselves,their heirs,executors,administrators, successors,and assigns,jointly and severally,firmly by these presents, *Sixteen Million Seven Hundred Seventy Two Thousand Four Hundred Thirty Six and 70/100* WHEREAS,CONTRACTOR has by written agreement dated October 20,2016 entered into a Contract with Owner for the construction of RECONSTRUCT AND EXTEND TAXIWAY A, in accordance with drawings and specifications issued by the Augusta Aviation Commission and Augusta- Commission, which Contract is by reference made a part hereof, and is hereinafter referred to as the CONTRACT. NOW, THEREFORE, the condition of this obligation is such that, if the CONTRACTOR shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required to use in the performance of the Contract,then this obligation shall be void;otherwise it shall remain In full force and effect,subject,however,to the following conditions: (1) A claimant is defined as one having a direct contract with the CONTRACTOR or with a subcontractor of the CONTRACTOR for labor, material, or both, used or reasonably required for use in the performance of the Contract labor and material being construed as to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. (2) The above named CONTRACTOR and SURETY hereby jointly and severally agree with the OWNER that every claimant as herein defined,who has not been paid in full before the expiration of a period of ninety(90)days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The OWNER shall not be liable for the payment of any costs or expenses of any such suit. (3) No suit or action shall be commenced hereunder by any claimant, (a) Unless claimant,other than one having a direct contract with the CONTRACTOR, shall have given written notice to any two of the following: The CONTRACTOR, the OWNER, or the SURETY above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the • amount claimed and the name of the party to whom the materials were furnished, Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusta,Georgia Contract Forms AIP No.3-13-0011-038-2015&3-13-0011-039-2016 April 6,2016 CF-4 or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, In an envelope addressed to the CONTRACTOR, OWNER or SURETY, at any place where an office regularly maintained for the transaction of business, or served In any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which CONTRACTOR ceased work on said Contract,it being understood, however,that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a Georgia state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, Is situated,or in the United States District Court for the district in which the project, or any part thereof, is situated,and not elsewhere. (4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by SURETY of mechanics' liens which may be filed of record against said improvement,whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this 20 day of October A.D.20 16. Witness ` fin,i '4. c movement Company (Seal) McCarthy,: (Contractor) • Attestt� "�r t v�'� f By / (Seal) Jo = .Bush,President (Title) Mines • s Sure Company (Seal) -ty) Attest. f (Seal) othy J.S ,At omey-In-Fact(Title) Reconstruct and Extend Taxiway A Issued for Bid Augusta Regional Airport,Augusta,Georgia Contract Forms AIP No.3-13-0011-038-2015&3-13-0011-039-2016 April 6,2016 CF-5 I Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Laura A Foust, Scott A Saveraid, Timothy J Smith, Brian C Matlock, Thomas R Schwab, Debra J Mills,Joyce L Briggs,Michael F Wernsman,Individually of Davenport,IA,its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of June,2016. sE WESTERN SURETY COMPANY kr:0"ip..'- gtItioW f aul T.Bruflat,Vice President State of South Dakota } ss County of Minnehaha On this 3rd day of June,2016,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires J.MOHR June 23,2021 sount"44wwrx727 .k& ) J.Mohr,Notary Public CERTIFICATE I, L. Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporations printed on the reverse hereof is still in force. In leslin ny whereof I have hereunto subscribed my name and affixed the seal of the said corporation this ON day of„syr. 07 WESTERN SURETY COMPANY Z.4 P L.Nelson,Assistant Secretary Form F4280-7-2012