HomeMy WebLinkAboutCONTRACT BETWEEN AUGUSTA, GEORGIA AND GRAVES CONSTRUCTION SERVICES, NC. FOR BRIDGE FOOTINGS AT GATES 1 AND 5 CONTRACT FOR
BID ITEM # 18-310 PASSENGER BOARDING
BRIDGE FOOTINGS AT GATES 1 AND 5
AUGUSTA, GEORGIA
FOR THE
AUGUSTA REGIONAL AIRPORT
WITH
GRAVES CONSTRUCTION SERVICES, INC.
This Contract for Bid Item Bid Item # 18-310 Passenger Boarding Bridge Footing At Gates 1 And
5 (hereinafter designated as the "Contract") made and entered into as of this day of
2018, by and between the Augusta Aviation Commission for the Augusta Regional
Airport, (hereinafter designated as "Airport") and Graves Construction Services, Inc. (hereinafter
designated "Contractor"), a Georgia Corporation, authorized to do business in the State of Georgia,
whose address is 18214 Atomic Road, Jackson, South Carolina, 29831.
WITNESSETH:
WHEREAS, the City of Augusta (the City) is the owner and operator of a full service commercial
airport known as the Augusta Regional Airport at Bush Field (the Airport);
WHEREAS, the City solicited bids for a contractor to provide the construction of Boarding Bridge
Footing At Gates 1 And 5 for the Airport; and
WHEREAS, Contractor provided a bid in compliance with City ordinances and all other applicable
state and federal regulations.
NOW,THEREFORE, in consideration of the mutual covenants, promises, and agreements herein
contained, the Airport and Contractor hereby agree as follows:
OBJECTIVES OF SERVICES
The objective of contracting the services described in this Contract is the provision of boarding bridge
footing at Gates 1 and 5 at the Airport in accordance with the specifications and plans set forth herein.
The Airport is a full-service, non-hub commercial airport serving more than 550,000 passengers annually
(2015&16) with daily flights to both Atlanta and Charlotte on Delta Air Lines and American Airlines
respectively. The facilities are operated twenty-four (24) hours/day, seven (7) days/week and three
hundred sixty-five days per year.
The work involves the construction of footers to support the new boarding bridges at Gates 1 and 5 at the
Airport.
SECTION 1.0
ARTICLE 1 SCOPE OF WORK
1.1 The term "Work" means the construction, labor, materials, equipment, tools, machinery, testing,
temporary services and utilities, supervision, administration, coordination, planning, insurance,
transportation, security, and all other services and things necessary to provide the Airport with the
facilities, improvements, features, and functions described in the Specifications identified in Attachment A.
The Specifications and Plans are hereby incorporated into and made a part of this Contract. The
Contractor agrees to complete the Work in a good, firm, substantial and workmanlike manner in strict
conformity with this Contract.
1.2 Additionally, the following specific items shall be considered a part of the Contract Documents by
reference when appropriately executed.
1.2.1 The Certificate of Insurance
1.2.4 The Contractor's completed Revised Bid Form dated November 21, 2018
1.2.5 The Contractor's statement of qualifications
1.2.6 All required submittals
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 2 of 30
1.3 Unless otherwise modified by a written and properly executed Change Order, the Contractor shall
furnish all of the Work in accordance with the Contract and all incidental work necessary to complete the
Project in an acceptable manner, ready for use, occupancy, or operation by the Airport. The Contractor
shall be responsible for the entire Work and every part thereof.
ARTICLE 2 TIME, TERM AND PAYMENT
2.1 Contract Time. The Contractor shall commence the Work under this Contract within ten (10)
calendar days from the date of receiving the Notice to Proceed, as evidenced by official receipt of certified
mail or acknowledgment of personal delivery and shall fully complete the Work within twenty-one (21)
calendar days from receiving such Notice to Proceed. The Contract Time may be extended only by
Change Order approved and executed by the Aviation Commission and the Contractor in accordance
with the terms of this Contract.
2.2 Contract Price. As full payment for the faithful performance of this Contract, the County shall pay
the Contractor the Contract Price, which is an amount not to exceed the amount of $145,000.00
unless changed by written Change Order in accordance with the terms of this Contract. Any increase of
the Contract Price shall be by Change Order adopted and approved by the Aviation Commission, the City
and the Contractor in accordance with the terms of this Contract.
2.3 Invoices. Original invoice(s) must be submitted as follows:
Augusta Regional Airport
1501 Aviation Way
Augusta, GA 30906
Attn: Risa Bingham
Ph.: (706) 798-3136
FAX: (706) 798-1551
2.4 Before final payment is due the Contractor shall submit evidence satisfactory to the Airport 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 Airport guaranteeing payment of all such disputed amounts when adjudicated in
cases where such payment has not already been guaranteed by surety bond.
ARTICLE 3 FEDERAL WORK AUTHORIZATION
Pursuant to O.C.G.A. §13-10-91 and Georgia Department of Labor Rule 300-10-1-.02, the City cannot
enter a Contract for the physical performance of services unless the Contractor and its Subcontractors
register and participate in the Federal Work Authorization Program to verify specific information on all new
employees.
3.1 Contractor certifies that it has complied and will continue to comply with O.C.G.A. §13-10-91 and
Georgia Department of Labor Rule 300-10-1-.02.
3.2 Contractor has executed an affidavit evidencing its compliance with O.C.G.A. §13-10-91 and Georgia
Department of Labor Rule 300-10-1-.02. The signed affidavit is attached to this Contract as
Attachment B.
3.3 Contractor agrees that in the event that it employs or contracts with any Subcontractor(s) in
connection with this Contract, Contractor will secure from each Subcontractor an affidavit that
indicates the employee-number category applicable to that Subcontractor and certifies the
Subcontractor's current and continuing compliance with O.C.G.A. §13-10-91 and Georgia Department
of Labor Rule 300-10-1-.02. Any signed Subcontractor affidavit(s) obtained in connection with this
Contract shall be attached hereto as Attachment B.
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 3 of 30
ARTICLE 4 CORPORATE AUTHORITY
Contractor has executed a Certificate of Corporate Authority attached hereto as Attachment B. The
officials of the Contractor executing this Contract are duly and properly in office and are fully authorized
and empowered to execute the same for and on behalf of the Contractor. Contractor has all requisite
power and authority to enter into and perform its obligations under this Contract. The execution and
delivery by the Contractor of this Contract and the compliance by the Contractor with all of the provisions
of this Contract (i) is within the purposes, powers, and authority of the Contractor; (ii) has been done in
full compliance with applicable law and has been approved by the governing body of the Contractor and
is legal and will not conflict with or constitute on the part of the Contractor a violation of or a breach of or a
default under any indenture, mortgage, security deed, pledge, note, lease, loan, or installment sale
agreement, Contract, or other agreement or instrument to which the Contractor is a party or by which the
Contractor is otherwise subject or bound, or any license, judgment, decree, law, statute, order, writ,
injunction, demand, rule, or regulation of any court or governmental agency or body having jurisdiction
over the Contractor; and (iii) has been duly authorized by all necessary action on the part of the
Contractor. This Contract is the valid, legal, binding and enforceable obligation of the Contractor.
ARTICLE 5 INDEPENDENT CONTRACTOR
Contractor is acting, in performance of this Contract, as an independent Contractor. Personnel supplied
by the Contractor or its agents or subcontractors hereunder are not the City's or the Aviation
Commission's employees, or agents and Contractor assumes full responsibility for their acts. Contractor
shall be solely responsible for the payment of compensation to its employees and subcontractors. The
City shall not be responsible for payment of Worker's Compensation, disability benefits, and
unemployment insurance or for withholding and paying employment taxes for any Contractor employee,
its subcontractors or agent's employees, but such responsibility shall be solely that of Contractor. This
clause of the Contract does not prevent the City or Airport from requiring Contractor to have its
employees follow normal rules and guidelines for work performance, redirecting the efforts of the
employees to meet the needs of the facilities, performing safety or from requiring Contractor to perform
the requirements of this Contract satisfactorily, according to the terms set forth herein. No act or direction
of the City or Airport shall be deemed to be the exercise of supervision or control of the Contractor's
performance hereunder.
ARTICLE 6 CONTRACTOR'S PERFORMANCE
6.1 Contractor shall, at its own expense, furnish all necessary equipment, management, supervision,
labor, technical support and other accessories and services for maintenance, and the performance of
other services as described in these Contract Documents. Such services shall be performed in strict
accordance with the terms herein.
6.2 All performance shall be subject to inspection and approval by the Aviation Director or his designee
as provided in said Performance Work Statement. If the Contractor's performance is, or becomes
unsatisfactory, as determined by the Aviation Director, an appropriate reduction in payment due may be
made from Contractor's invoice and Contractor shall correct any unsatisfactory performance. The
correction of unsatisfactory performance shall be at no additional cost to Airport.
ARTICLE 7 AUTHORIZED REPRESENTATIVES
7.1 AIRPORT'S REPRESENTATIVE(S)
AIRPORT'S REPRESENTATIVE: shall be Paul Strycharz/Adrienne Ayers-Allen.
7.2 CONTRACTOR'S REPRESENTATIVE(S)
Contractor must designate in writing a person(s) acceptable to Airport to serve as its
representative ("Contractor's Representative") in all dealings with Airport. Contractor's
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 4 of 30
Representative may be changed upon prior written notice delivered to Airport's Representative.
Contractor's representative shall be James Branch.
ARTICLE 8 PATENT INDEMNITY
Except as otherwise provided, the Contractor shall indemnify the City and its Board of Commissioners,
the Aviation Commission, and their officers, agents and employees against liability, including costs and
expenses for infringement upon any letters or patent of the United States arising out of the performance
of this Contract or out of the use or disposal by or for the account of the City of the equipment furnished
or construction work performed hereunder.
ARTICLE 9 CHANGES
The Airport may, during the Contract period, make changes to the Scope of Work, which may result in
changes to the general scope of the Contract and its provisions. Written agreements, changes, or
amendments to this Contract shall not be binding upon the Airport except through a properly executed
Change order.
ARTICLE 10 CONTRACTOR'S OBLIGATIONS
10.1 The Contractor shall, in good workmanlike manner, do and perform, all Work and furnish all supplies
and materials, machinery, equipment, facilities, and means, except as herein otherwise expressly
specified, necessary, or proper to perform and complete all the Work required by this Contract, within the
time herein specified, in accordance with the provisions of this Contract and said of the Work covered by
this Contract and any and all supplemental drawings of the Work covered by this Contract. Contractor
shall furnish, erect, maintain, and remove such equipment, construction, and such temporary works as
may be required. Contractor alone shall be responsible for the safety, efficiency, and adequacy of its
equipment, installations, and methods, and for any damage which may result from their failure or their
improper construction, installation, maintenance, or operation. The Contractor shall observe, comply
with, and be subject to all terms, conditions, requirements and limitations of the Contract and
Specifications, local ordinances, and state and federal laws; and shall do, carry on, and complete the
entire Work.
10.2 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.
10.3 Design, Standards and Practices. The design, strength, quality of materials and workmanship
must conform to the highest standards of construction practices and/or services.
10.4 It is hereby understood and mutually agreed, by and between the Contractor and the Airport 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 understood and agreed by and between the Contractor and the Airport 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.
10.5 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 Airport the Contractor shall immediately make such alterations as are
necessary to bring the Work into compliance with the Contract, the Plans, and Specifications.
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 5 of 30
ARTICLE 11 TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT
To the extent that it does not alter the scope of this Contract, the Airport may unilaterally order a
temporary stopping of the Work or delaying of the Work to be performed by Contractor under this
Contract.
ARTICLE 12 RIGHTS AND REMEDIES
The rights and remedies of the City and Airport provided in this paragraph are not exclusive and are in
addition to any other rights and remedies provided by law or under this Contract.
ARTICLE 13 NON-DISCRIMINATION
Notwithstanding any other provision of this Contract, during its performance the Contractor, for itself, its
heirs, personal representatives, successors in interest and assigns, as part of the consideration of this
Contract does hereby covenant and agree that:
13.1 No person on the grounds of age, race, color, religion, sex or national origin shall be excluded
from participation in, denied the benefits of, or otherwise be subjected to discrimination; and
13.2 In the furnishing of services or materials herein or hereon, no person shall, on the grounds of age,
race, color, religion, sex or national origin, be excluded from participation in, or denied the benefits of,
such activities, or otherwise be subjected to discrimination.
ARTICLE 14 DEFECTIVE PRICING
To the extent that the pricing provided by Contractor is erroneous and defective, the parties may by
agreement, correct pricing errors to reflect the intent of the parties.
ARTICLE 15 REPRESENTATIONS AND WARRANTIES
15. Contractor's Representations and Warranties Regarding Capacity to Contract and Perform
Work/Services. In order to induce the Airport to enter into this Contract, Contractor hereby represents
and warrants that as of the date above written that:
15.1. Contractor is duly organized and validly existing in good standing under the laws of the
state in which it is organized, is qualified to do business in all jurisdictions in which it is
operating, and has the power and authority to execute and deliver and to perform its
obligations under this Contract and the documents to which it is signatory; and
15.2 The execution, delivery and performance by Contractor and its undersigned
representative(s) of this Contract and other documents to which Contractor is a signatory
do not require the approval or consent of any other person, entity or government agency
and do not result in any breach of any agreement to which Contractor is a party or by
which it is bound; and
15.3 The execution, delivery and performance by Contractor of this Contract and other
documents to which it is a signatory have been duly authorized by all necessary action,
and constitute legal, valid and binding obligations of Contractor, enforceable against
Contractor in accordance with its terms;
15.4 No action, suit or proceeding to which Contractor is a party is pending or threatened that
may restrain or question this Contract, or any other document to which it is a signatory, or
the enjoyment of rights or benefits contemplated herein; and
15.5 Contractor has not been debarred by any city, state or federal agency.
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 6 of 30
ARTICLE 16 ASSIGNMENT
16. Without the prior written consent of Airport, Contractor may not assign, transfer or convey any of its
interests under this Contract, nor delegate any of its obligations or duties under this Contract except as
provided herein.
16.1 Consent of Airport Required. Any assignment of this Contract or rights under this
Contract, in whole or part, without the prior written consent of Airport shall be void, except
that, upon ten (10) calendar days prior written notice to Airport, the Contractor may
assign monies due or to become due under this Contract. Any assignment of monies will
be subject to proper setoffs in favor of the Airport and to any deductions provided for in
this Contract.
16.2 No Relief of Responsibilities. No assignment will be approved which would relieve
Contractor of its responsibilities under this Contract.
16.3 Parties Bound. This Contract will be binding upon and inure to the benefit of the Airport
and Contractor and their respective successors and assigns.
ARTICLE 17 NOTICES
17. Delivery. All notices given by either party to the other under this Contract must be in writing and may
be delivered by: (i) regular mail, postage prepaid; (ii) certified or registered mail; (iii) facsimile; or
(iv) hand-delivery, to the parties at the addresses and facsimile numbers set forth in the Clause
titled "Addresses".
17.1 Receipt. Notices sent by mail will be deemed to be received upon deposit in the mail,
properly addressed. Notices sent by certified or registered mail will be deemed to be
received upon the date of the acknowledgment. Notices sent by facsimile will be deemed
to be received upon successful transmission to the proper facsimile number. Notices
delivered by hand-delivery will be deemed to be received upon acceptance by the
respective party or its agent.
17.2 Change of Address or Facsimile Number. Either party may, at any time, change its
respective address or facsimile number by sending written notice to the other party of the
change.
17.3 Addresses.
To Airport: For all notices to City the address will be:
Executive Director
Augusta Regional Airport
1501 Aviation Way
Augusta, Georgia 30906
With a copy to: Augusta General Counsel
Augusta Law Department
535 Telfair Street, Bldg., 3000
Augusta, Georgia 30901-2286
Ph: (706) 842-5550
Fax: (706) 842-5556
To CONTRACTOR: For all notices to Contractor the address will be:
Graves Construction Services, Inc.
18214 Atomic Road
Jackson, SC 29831
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 7 of 30
(p) 803-471-3353
(f) 803-471-9211
ARTICLE 18 COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS
Contractor covenants and agrees that it, its agents and employees will comply with all Georgia, county,
state, and federal laws, rules, regulations, Airport Rules and Regulations and City ordinances applicable
to the Work to be performed under this Contract, and that it shall obtain all necessary permits, pay all
license fees and taxes to comply therewith. Further, Contractor agrees that it, its agents, and employees
will abide by all rules, regulations, and policies of the Airport during the term of this Contract, including
any renewal periods. All references to the City, Airport or Federal codes, provisions, regulations, and
rules are incorporated by reference as if fully set forth herein.
ARTICLE 19 RIGHT TO INSPECT PREMISES
The Airport may, at reasonable times, inspect the part of the plant, place of business, or work site of
Contractor or any of its subcontractor or subunit thereof which is pertinent to the performance of this
Contract.
ARTICLE 20 ROYALTIES AND PATENTS
The Contractor shall indemnify, hold and save the Augusta Aviation Commission, Augusta, GA and its
elected and appointed officials, officers, agents, servants, and employees, harmless from liability of any
nature or kind, including cost and expenses for, or on account of, any patented or unpatented invention,
process, article, equipment or appliance manufactured or used in the performance of the Contract,
including its use by the City, unless otherwise specifically stipulated in the Contract.
ARTICLE 21 INSURANCE
During the term of this Contract, Contractor shall provide, pay for, and maintain with companies
reasonably satisfactory to the City and the Aviation Commission, the types of insurance as set forth in the
Augusta-Richmond County Code, and Georgia law, as the same may be amended from time to time, and
as described herein. All insurance shall be issued by insurance companies eligible to do business in the
State of Georgia and with an Insurer rated "A" or better by AM Best. All policies shall include hold
harmless provisions. In the event of a conflict between the provisions of the Augusta-Richmond County
Code and this Contract, the more stringent requirement shall govern. In no event shall Contractor
maintain any insurance less than the requirements set forth in the Augusta-Richmond County Code, as
amended.
21.1 All liability policies of Contractor and its subcontractors shall provide coverage that
includes, or has the same substantive effect as the following:
21.2 The Contractor shall procure and maintain continuously in effect throughout the term of
its activities upon the Airport at Contractor's sole expense, insurance of the types and in
at least such minimum amounts as set forth in this Section.
21.3 The Contractor's insurance policies as required by this Contract shall apply separately to
the City as if separate policies had been issued to Contractor and City. The Contractor's
Comprehensive General Liability policy shall protect Augusta, GA, its officers, elected
and appointed officials, employees, agents and the Aviation Commission and its
employees against any and all liability created by reason of Contractor's conduct.
21.4 The Contractor's insurance shall not be subject to cancellation or material alteration until
at least thirty(30)days written notice has been provided to the City's Risk Manager.
BID ITEM BID ITEM#18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 8 of 30
(a) Contractor shall furnish to the Risk Manager Certificates of Insurance evidencing
that all of the herein stated requirements have been met. The amount or amounts
of all required policies shall not be deemed a limitation of the Contractor's
Contract to indemnify and hold harmless Augusta, GA, its officers, elected and
appointed officials, employees, agents and the Aviation Commission and its
employees; and in the event Contractor or Augusta, GA shall become liable in an
amount in excess of the amount or amounts of such policies, then the Contractor
shall save Augusta, GA, its officers, elected and appointed officials, employees,
agents and the Aviation Commission and its employees harmless from the whole
thereof, except in the event of gross negligence of Augusta, GA.
21.5 The Contractor is required to maintain minimum insurance to protect the Contractor and
Augusta, GA from the normal insurable liabilities that may be incurred by Contractor. In
the event, such insurance as required shall lapse, Augusta, GA and the Aviation
Commission reserve the right to obtain such insurance at the Contractor's sole expense.
21.6 The insurance policies for coverage listed in this Section shall contain a provision that
written notice of cancellation or any material change in policy by the insurer shall be
delivered to the City no less than thirty (30) days prior to cancellation or change.
21.7 Contractor shall carry the following types and minimum amounts of insurance coverage
at the Airport:
(a) Worker's Compensation Insurance -With employer's liability coverage of at least
$1,000,000 each accident, $1,000,000 each employee and a $1,000,000 disease
policy limit. The foregoing insurance shall be endorsed to state that that the
workers' compensation carrier waives its right of subrogation against the
Augusta-Georgia its officers, agents, elected and appointed officials,
representatives, volunteers, and employees, and the Aviation Commission and
its employees.
(b) Comprehensive General Liability Insurance — In the amount of Five Million
($5,000,000) against claims for bodily injury, death or property damage occurring
on, in about the Contractor's premises and the Airport, in an amount
recommended by the Risk Manager and acceptable to the City. Said coverage
shall include products and completed operations. The foregoing insurance shall
be endorsed to state that it will be primary to the City and the Aviation
Commission's insurance and that the carrier waives its right of subrogation
against Augusta-GA, the Aviation Commission, and their officers, agents, elected
and appointed officials, representatives, volunteers, and employees. Augusta,
GA, the Aviation Commission, their officers, employees, agents, elected and
appointed officials shall be added as additional insureds on said policies,
including products and completed operations. Said policy shall contain
Severability of Interest Clause and shall include Contractual Liability coverage at
least as broad as that given in the most current CG 00 01 ISO form.
(c) Automobile Insurance. For any vehicles authorized in writing by the Executive
Director to operate on the Aircraft Operating Area (AOA) of the Airport,
Automobile Insurance in the minimum amount of Five Million Dollars
($5,000,000.00) combined single limit coverage. If the Contractor's
Comprehensive General Liability coverage includes vehicular operations on the
Airport, separate automobile insurance shall not be required. The foregoing
insurance shall be endorsed to state that it will be primary to the Augusta GA and
the Aviation Commission's insurance and that the carrier waives its right of
subrogation against Augusta, GA, the Aviation Commission, and their officers,
agents, elected and appointed officials, representatives, volunteers, and
employees. Augusta GA, the Aviation Commission, and their officers, agents,
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 9 of 30
employees, elected and appointed officials shall be added as additional insureds
on said policies. Said policy shall contain Severability of Interest Clause and shall
include contractual liability coverage at least as broad as that given in the most
current CA 00 01 ISO form.
(d) All such evidence of insurance shall be in the form of certificates of insurance
satisfactory to the City and its Risk Manager, accompanied by a certified true
copy of an endorsement to each policy containing the above language. The
insurance coverage and limits required shall be evidenced by properly executed
certificates of insurance. These certificates shall be signed by the authorized
representative of the insurance company shown on the certificate. The required
policies of insurance shall be in compliance with the laws of the State of Georgia.
21.8 If at any time the Aviation Executive Director requests a written statement from the
insurance company as to any impairments to the aggregate limit, Contractor shall
promptly authorize and have delivered such statement to the Aviation Commission.
Contractor authorizes the Aviation Commission and/or the City's Risk Manager to confirm
with Contractor's insurance agents, brokers, and insurance companies all information
furnished.
21.9 The acceptance of delivery to the City and the Aviation Commission of any certificate of
insurance evidencing the insurance coverage and limits required under this Contract
does not constitute approval or acceptance by the City or the Aviation Commission that
the insurance requirements in this Contract have been met. No operations shall
commence at the Airport unless and until the required certificates of insurance are in
effect and approved by the City.
21.10 The Contractor and the City and the Aviation Commission understand and agree that the
minimum limits of the insurance herein required may, from time to time, become
inadequate, and Contractor agrees that it will increase such minimum limits upon receipt
of written notice defining the basis of the increase. The Contractor shall furnish the City,
within ten (10) days of the effective date thereof, a certificate of insurance evidencing that
such insurance is in force.
21.11 If at any time the Airport Executive Director requests a written statement from the
insurance companies as to any impairments to the Aggregate Limit, prompt authorization
and delivery of all requested information will be given to the Aviation Commission.
Renewal Certificates of Insurance must be provided to the City and Aviation Commission
as soon as practical but in every instance prior to expiration of current coverage.
21.12 The amounts and types of insurance shall conform to the following minimum
requirements with the use of Insurance Service Office policies, forms, and endorsements
or broader, where applicable. Notwithstanding the foregoing, the wording of all policies,
forms, and endorsements must be reasonably acceptable to the City and Aviation
Commission.
21.13 An insurance binder letter or a Certificate of Insurance must be sent to:
Augusta Regional Airport
1501 Aviation Way
Augusta, Ga. 30901
Attn: Executive Director
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 10 of 30
ARTICLE 22 DEFAULT AND TERMINATION
Termination by Airport. This Contract shall be subject to termination by the Airport at any time in the
opinion of the Airport the Contractor fails to carry out the Contract provisions of any one or more
of the following events occurs:
22.1 The default by Contractor in the performance of any of the terms, covenants or conditions of the
Contract, and/or the failure of Consultant to remedy, or undertake to remedy with sufficient forces
and to the Airport's reasonable satisfaction. The Airport shall provide the Contractor with notice
of any conditions which violate or endanger the performance of the Contract. If after such notice
the Contractor fails to remedy such conditions within five (5) days to the satisfaction of the Airport,
the Airport may exercise its option in writing to terminate the Contract without further notice to the
Contractor and order the Contractor to stop providing services immediately and vacate the
premises; and to cancel ordered products with no expense to the Airport.
22.2 Contractor files a voluntary petition in bankruptcy, including a reorganization plan, makes a
general or other assignment for the benefit of creditors, is adjudicated as bankrupt or if a receiver
is appointed for the benefit of creditors, is adjudicated as bankrupt or if a receiver is appointed for
the property or affairs of Contractor and such receivership is not vacated within thirty (30) days
after the appointment of such receiver.
22.3 Contractor's failure to provide services according to the specifications contained herein.
22.4 Contractor's failure to keep, perform, or observe any other term or condition of this Contract.
22.5 Contractor's performance of the Contract is unreasonably delayed.
22.6 The Airport reserves the right to terminate this Contract if the services provided under this
Contract do not meet or exceed existing industry standards. The Airport reserves the right to
make the final determination as to the quality of services.
22.7 Termination for Convenience
The Airport may terminate this Contract in whole or in part at any time by providing written notice
to the Contractor. Such action may be without cause and without prejudice to any other right or
remedy of Airport. Upon receipt of a written notice of termination, except as explicitly directed by
the Airport, the Contractor shall immediately proceed with the following obligations regardless of
any delay in determining or adjusting amounts due under this clause:
1. Contractor must immediately discontinue work as specified in the written notice.
2. Terminate all subcontracts to the extent they relate to the work terminated under the
notice.
3. Discontinue orders for materials and services except as directed by the written notice.
4. Deliver to the Airport all fabricated and partially fabricated parts, completed and partially
completed work, supplies, equipment and materials acquired prior to termination of the
work and as directed in the written notice.
5. Complete performance of the work not terminated by the notice.
6. Take action as directed by the owner to protect and preserve property and work related
to this Contract that Airport will take possession.
Airport agrees to pay Contractor for:
a) completed and acceptable work executed in accordance with the Contract
documents prior to the effective date of termination;
b) documented expenses sustained prior to the effective date of termination in
performing work and furnishing labor, materials, or equipment as required by the Contract
documents in connection with uncompleted work;
c) reasonable and substantiated claims, costs and damages incurred in settlement
of terminated contracts with Subcontractors and Suppliers; and
d) reasonable and substantiated expenses to the Contractor directly attributable to
Airport's termination action Airport will not pay Contractor for loss of anticipated profits or
revenue or other economic loss arising out of or resulting from the Airport's termination
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 11 of 30
action. The rights and remedies this clause provides are in addition to any other rights
and remedies provided by law or under this Contract.
ARTICLE 23 INDEMNIFICATION AND HOLD HARMLESS
Contractor agrees to indemnify and hold harmless the Augusta Aviation Commission, Augusta, GA and
their members, officers, elected and appointed officials, agents, servants, employees and successors in
office, as set forth in the Augusta-Richmond County Code, and particularly Article 1, Chapter 3, Division
1, Section 1-3-8.5, Indemnity and Insurance, as the same may be amended from time to time, and
described herein, from any and all claims including reasonable attorney's fees and expenses of litigation
incurred by the Augusta GA and the Augusta Aviation Commission, in connection therewith related to or
arising out of any damage or injury to property or persons, occurring or allegedly occurring in, on or about
Airport property which are in any way related to or arising out of any failure of Contractor to perform its
obligations hereunder. Contractor further agrees that the foregoing Contract to indemnify and hold
harmless applies to any claims for damage or injury to any individuals employed or retained by Contractor
in connection with any changes, additions, alterations, modifications and/or improvements made to the
premises, and hereby releases the Augusta, GA and the Augusta Aviation Commission, from liability in
connection with any such claims. In the event of a conflict between the provisions of the Augusta-
Richmond County Code and this Contract, the broader requirement shall govern.
ARTICLE 24
AIRPORT SECURITY REQUIREMENTS/SPECIAL
SECURITY IDENTIFICATION DISPLAY AREA(SIDA) BADGES
24. Contractor's employees may be required to operate in the Airport's secure areas. Contractor shall be required
to obtain the Airport's Security Identification Display Area (SIDA) badges for any employee working in the secured
area. Contractor shall comply, at its own expense, with the Transportation Security Authority (TSA) and the
Airport's security requirements for the Airport's SIDA including, but not limited to employee training and badging.
Contractor shall cooperate with the TSA and the Airport on all security matters and shall promptly comply with any
Project security arrangements established by the Airport. Compliance with such security requirements shall not
relieve Contractor of its responsibility for maintaining proper security for the above-noted items, nor shall it be
construed as limiting in any manner Contractor's obligation with respect to all applicable federal, state and local
laws and regulations and its duty to undertake reasonable action to establish and maintain secure conditions at
and around the Premises and throughout the Airport. All employees shall be properly badged and comply with all
Airport safety and security rules.
24.1 To qualify for the badge, individual must be fingerprinted and have a background investigation
completed. In addition, the Airport will conduct a background inquiry and require finger printing of
all individuals who will be working on the secured side of the Airport screening point. This may
also include collection of appropriate criminal history information, contractual and business
associations and practices, employment histories, reputation in the business community and credit
reports for the Contractor, as well as, its employees.
24.2 Contractor consents to such an inquiry and agrees to make available to the Airport such books
and records the Airport deems necessary to conduct the review.
24.3 Contractor shall pay all costs associated with providing SIDA badges.
ARTICLE 25 HAZARDOUS MATERIALS
Contractor shall not cause or permit any Hazardous Material to be brought, kept or used in or about the Airport
by Contractor, its agents, employees, subcontractors, or invitees. Without limiting the foregoing, if the presence
of any Hazardous Material in the Airport caused or permitted by Contractor results in any contamination of the
Airport, Contractor shall promptly take all actions at its sole expense as are necessary to return the Airport to the
conditions existing prior to the introduction of such Hazardous Material to the Airport; provided that Airport's
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 12 of 30
approval of such actions, and the corrective actions to be used by Contractor in connection therewith, shall first be
obtained. The term "Hazardous Material" means any hazardous or toxic substance, material, or waste, which is or
becomes regulated by any local governmental authority or the United States Government. The term "Hazardous
Material" includes, without limitation, any material or substance which is (i) defined as a "hazardous waste",
"extremely hazardous waste", or "restricted hazardous waste" or similar term under any laws now or hereafter
enacted by the United States or the State of Georgia or any political subdivision thereof, or (ii) designated a
"hazardous substance" pursuant to the Federal Water Pollution Control Act, 33 U.S.C. § 1317, or(iii) defined as a
"hazardous waste" pursuant to the Federal Resource Conservation and Recovery Act, 42 U.S.C.§ 6901 et seq.,
or (iv) defined as a "hazardous substance" pursuant to the Comprehensive Environmental Response,
Compensation and Liability Act, 42 U.S.C. § 9601 et seq.
ARTICLE 26 PROHIBITION OF SEGREGATED FACILITIES
The Contractor agrees that it does not and will not maintain or provide for its employees any segregated
facilities at any of its establishments, and that it does not and will not permit its employees to perform their
services at any location under its control where segregated facilities are maintained. The Contractor
agrees that a breach of this clause is a violation of the Equal Opportunity clause in this Contract.
(a) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest
rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other
storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees, that are segregated by explicit
directive or are in fact segregated on the basis of race, color, religion, sex, or national origin
because of written or oral policies or employee custom. The term does not include separate or
single-user rest rooms or necessary dressing or sleeping areas provided to assure privacy
between the sexes.
(b) The Contractor shall include this clause in every subcontract and purchase order that is
subject to the Equal Opportunity clause of this Contract.
ARTICLE 27 TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT
To the extent that it does not alter the scope of this Contract, the Airport may unilaterally order a
temporary stopping of the work or delaying of the work to be performed by Consultant under this
Contract.
ARTICLE 28.GOODS, PRODUCTS AND MATERIALS
28.1 The Contractor shall furnish goods, products, materials, equipment and systems which:
28.2 Comply with this Contract for;
28.3 Conform to applicable regulations, specifications, descriptions, instructions, data and samples;
28.4 Are new and without damage;
28.5 Are of quality, strength, durability, capacity or appearance equal to or higher than that required by
the Contract Documents;
28.6 Are free from defects; and
28.7 Are beyond and in addition to those required by manufacturers' or suppliers'specifications where
such additional items are required by the Contract Documents.
28.8 All goods, products, materials, equipment and systems named or described in the Contract
Documents, and all others furnished as equal thereto shall, unless specifically stated otherwise, be
furnished, used, installed, employed and protected in strict compliance with the specifications,
recommendations and instructions of the manufacturer or supplier, unless such specifications,
recommendations or instructions deviate from applicable FAA advisory circulars or the Contract
Documents, in which case the Contractor shall so inform the City and shall proceed as directed by
the City. The Contractor shall coordinate all subcontracts to verify compatibility of goods, products,
materials, equipment and systems, and the validity of all warranties and guarantees, required by
the Contract Documents.
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 13 of 30
ARTICLE 29 WARRANTIES AND CORRECTION OF WORK
29.1 The Contractor shall guarantee all Work to have been accomplished in conformance with this
Contract. Neither the final certificate of payment nor any provision of the Contract, nor partial or entire
occupancy or use of the Work by the Airport, shall constitute an acceptance of any part of the Work not
done in accordance with the Contract, or relieve the Contractor of liability for incomplete or faulty
materials or workmanship. The Contractor shall promptly remedy any omission or defect in the Work and
pay for any damage to other improvements or facilities resulting from such omission or defect which shall
appear within a period of one year from the date of final acceptance, unless a longer period is elsewhere
specified. In the event that the Contractor should fail to make repairs, adjustments, or other remedy that
may be made necessary by such defects, the Airport may do so and'charge the Contractor the cost
thereby incurred. The Contractor shall also provide a ten-year(10) manufacturer's warranty on the metal
roofing coating system that meets GAF Diamond Pledge warranty specifications.
29.2 The Contractor warrants to the Airport that materials and equipment furnished under the Contract
will be of good quality and new unless otherwise required or permitted by the Contract, that the Work will
be free from defects not inherent in the quality required or permitted, and that the Work will conform to the
requirements of the Contract. Work not conforming to these requirements, including substitutions not
properly approved and authorized, is considered defective. The Airport, in its sole discretion, may
exclude from the Contractor's warranty, remedies for damage or defect which the Airport determines were
caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance,
improper operation, or normal wear and tear and normal usage. If required by the Airport, the Contractor
shall furnish satisfactory evidence as to the kind and quality of materials and equipment. All warranties
and guaranties shall extend for the greatest of one year commencing on the dates of Substantial
Completion of the Project or such longer period of time as is required by the Contract. The one-year
period shall be extended with respect to portions of the Work first performed after Substantial Completion
for a period of one year after the actual performance of the Work. If any defect or deviation should exist,
develop, be discovered or appear within such one-year period, the Contractor, at its sole cost and
expense and immediately upon demand, shall fully and completely repair, correct, and eliminate such
defect. The foregoing warranties and guarantees are cumulative of and in addition to, and not restrictive
of or in lieu of, any and all other warranties and guarantees provided for or required by law. No one or
more of the warranties contained herein shall be deemed to alter or limit any other.
29.3 The obligation of this Section shall survive acceptance of the Work and termination of the Contract.
All manufacturer warranties and guarantees shall be delivered to the City prior to Substantial Completion
and such delivery shall be a condition precedent to the issuance of the Certificate of Substantial
Completion. Before Final Payment the Contractor shall assign and transfer to the City all guarantees
warranties and agreements from all Contractors, Subcontractors, vendors, Suppliers, or manufacturers
regarding their performance quality of workmanship or quality of materials supplied in connection with the
Work. The Contractor represents and warrants that all such guarantees, warranties and agreements will
be freely assignable to the City, and that upon Final Completion of the Work, all such guarantees,
warranties and agreements shall be in place and enforceable by the City in accordance with their terms.
ARTICLE 30 MISCELLANEOUS PROVISIONS
30.1 JUDICIAL INTERPRETATION. Should any provision of this Contract require judicial interpretation, it
is agreed that the court interpreting or construing the same shall not apply a presumption that the
terms hereof shall be more strictly construed against one party by reason of the rule of
construction that a document is to be construed more strictly against the party who itself or
through its agent prepared same, it being agreed that the agents of all parties have participated in
the preparation hereof and all parties have had an adequate opportunity to consult with legal
counsel.
30.2 GOVERNING LAW; JURISDICTION AND VENUE; ATTORNEYS' FEES. This Contract shall be
governed by, and construed and enforced in accordance with, the laws of the State of Georgia
(without regard to the conflicts or choice of law principles thereof). The parties irrevocably
consent to the jurisdiction of the State of Georgia, and agree that the Superior Court of Richmond
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 14 of 30
County, Georgia, shall be an appropriate and convenient place of venue to resolve any dispute
with respect to this Contract. In the event either party commences any proceeding against the
other party with respect to this Contract, the parties agree that neither party shall be entitled to
recover attorneys' fees except as otherwise specifically provided for by law.
30.3 COMMERCIAL ACTIVITY: Neither Contractor nor its employees may establish any commercial
activity or issue concessions or permits of any kind to third parties for establishing activities at the
Airport.
30.4 CONTINGENT FEES. Contractor warrants that it has not employed or retained any company or
person, other than a bona fide employee working for Contractor, to solicit or secure this Contract;
and that Contractor has not paid or agreed to pay any company, association, corporation, firm or
person, other than a bona fide employee working for Contractor, any fee, commission,
percentage, gift or any other consideration contingent upon or resulting from the award or making
of this Contract. For the breach or violation of this warranty and upon a finding after notice and
hearing, City may terminate the Contract and, at its discretion, may deduct from the Contract
Sum, or otherwise recover the full amount of any such fee, commission, percentage, gift or
consideration.
30.5 WAIVER. The failure of Airport to seek redress for any violation of or to insist upon the strict
performance of, any term of this Contract will not prevent a subsequent violation of this Contract
from being actionable by Airport. The provision in this Contract of any particular remedy will not
preclude Airport from any other remedy.
30.6 FORCE MAJEURE. Neither party hereto shall be considered in default in the performance of its
obligations hereunder to the extent that the performance of any such obligation, except the
payment of money, is prevented or delayed by any cause, existing or future, which is beyond the
reasonable control of the affected party, or by a strike, lockout or other labor difficulty, the
settlement of which shall be within the sole discretion of the party involved. Each party hereto
shall give notice promptly to the other of the nature and extent of any Force Majeure claimed to
delay, hinder or prevent performance of the services under this Contract. In the event either party
is prevented or delayed in the performance of this obligation by reason of such Force Majeure,
there shall be an equitable adjustment of the schedule. Contractor will not be liable for failure to
perform or for delay in performance as a result of Force Majeure, including the following:
(a) Any cause beyond its reasonable control;
(b) Any act of God;
(c) Inclement weather;
(d) Earthquake;
(e) Fire;
(f) Explosion;
(g) Flood;
(h) Strike or other labor dispute;
(i) Any shortage or disruption of or inability to obtain labor, material, manufacturing facilities,
power, fuel or transportation from unusual sources, or any other transportation facility;
(j) Delay or failure to act of any governmental or military authority;
(k) Any war, hostility or invasion;
(I) Any embargo, sabotage, civil disturbance, riot or insurrection;
(m) Any legal proceedings; or
(n) Failure to act by Contractor's suppliers due to any cause which Contractor is not
responsible, in whole or in part.
30. 7 PERMITS. Contractor shall obtain and maintain at all times all necessary licenses,
permits and certifications to perform the work described in the Contract. Contractor shall furnish
copies of all licenses, permits, and certifications to the Airport.
30.8 WORK PERMITS REQUIRED. Contractor agrees and acknowledges that its employees
and agent's employees, as well as any subcontractors or subcontractors' personnel, working on
the Contract must be United States citizens, or must be lawfully admitted for residence and be
permitted to work in the United States under the Immigration and Naturalization Act, 8 U.S.C.
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 15 of 30
1101, et seq.
30.9 COUNTERPARTS. This Contract may be executed in several counterparts, each of
which shall be deemed an original, and all such counterparts together shall constitute one and the
same Contract.
30.10 CAPTIONS. The section captions contained in this Contract are for convenience only and
do not in any way limit or amplify any term or provision hereof. The use of the terms "hereof,"
"hereunder" and "herein" shall refer to this Contract as a whole, inclusive of the Exhibits, except
when noted otherwise. The use of the masculine or neuter genders herein shall include the
masculine, feminine and neuter genders and the singular form shall include the plural when the
context so requires.
30.11 ARTICLE FURTHER ACTS. Airport and Contractor each agrees to perform any
additional acts, execute, and deliver any additional documents as may reasonably be necessary
in order to carry out the provisions and effectuate the intent of this Contract.
30.12 USE OF AUGUSTA, GEORGIA LANDFILL. All contracts for Contractors performing
demolition and/or construction projects for Augusta, Georgia shall contain a provision requiring
that all debris, trash and rubble from thejroect be transported to and disposed of at the Augusta,
p
Georgia Solid Waste Landfill in accordance with local and state regulations. The Contractor shall
provide evidence of proper disposal through manifests, which shall include the types of material
disposed of, the name and location of the disposal facility, date of disposal and all related fees.
30.13 PROHIBITION AGAINST CONTINGENT FEES. The Contractor by execution of this
Contract warrants that it has not employed or retained any company or person, other than a bona
fide employee working solely for it, to solicit or secure this Contract and that it has not paid or
agreed to pay any person, company, corporation, individual, or firm, other than a bona fide
employee working solely for it, any fees, commission, percentage, gift, or other consideration
contingent upon or resulting from the award or making of this Contract.
30.14 CONFLICT IN DOCUMENTS AND PRESENT DOCUMENTS. The Contractor shall in no
case claim a waiver of any specification requirements on the basis of previous approval of
material or workmanship on other jobs of like nature or on the basis of what might be considered
"standard" for material or workmanship in any particular location. The Contract for this Project
shall govern the Work. If any portion of the Contract shall be in conflict with any other portion, the
various documents comprising the Contract shall govern in the following order of precedence:
Contract, Change Orders or modifications issued after execution of the Contract; the General
Requirements of the Contract; the Specifications; the Drawings; as between schedules and
information given on the drawings, the schedules shall govern; as between figures given on
Drawings and the scaled measurements, the figures shall govern; as between large-scale
Drawings and small-scale Drawings, the larger scale shall govern; and detailed drawings shall
govern over general drawings; the Bid Document Package.
SIGNATURES ON NEXT PAGE
BID ITEM BID ITEM#18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 16 of 30
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their
appropriate officials, as of the date first written above.
AUGUSTA • VITION COMMISSION AUG STA GEORGIA
rte " / .
George R. •s', Chairman jiardie.Davis,Jr. .. Mayor
At�- t �' Attest: �`
��_A. a' ie I,17.,/4
""�
4
Crysta o son 4 L- a 4,,(i' v'r F'00,. v°,``I
Approved by Legal: 0`` }- '
4 °� 0 yt
A. l�E 1C 12//30 a, a 4� 3a o ,p� f
� i o�i ii tf� h'
or
GRAVES CONSTR of ION SERVICES,INC. T EO, tit , ,
_____Z•71.---0
Name: /'� jr./es Ted kv-s
Title: ,. ,g'Wag-e
Corporate Seal
—Th ,-),9�‘,
Signature of Secretary
BID ITEM BID ITEM#18-310 PASSENGER BOARDING BRIDGE FOOTINGS AT GATES 1 AND 5 Page 17 of 30
ATTACHMENT A
SCOPE OF WORK
DIVISION 1-GENERAL CONDITIONS
PART 1 GENERAL SECTION 0011000.
1.1 RELATED DOCUMENTS
A. General provisions of the Contract including General and Supplementary Conditions and other
Division 01 Specification Sections.apply to this Section_
12 SUMMARY
A. Section Includes:
1. Project information
2. Work covered by Contract Documents.
3. Work by Owner.
4_ Aocess to site.
S. Coordination with occupants.
6. Work restrictions.
7. Miscellaneous provisions
1_3 PROJECT INFORMATION
Project Identification:Passenger Boarding Bridge Footings at Gate 1 & 5
Project Location: 1501 Aviation Way
Augusta,GA 30906
Project Timeline: 21 calendar days
Upon issuance of
Purchase Order
Owner's Project and Construction Manager: Paul Strychan Adrienne Ayers-Allen
1. Notify Owner not less than 72 hours in advance of activities
that will affect Owner's operations.
1.4 WORK RESTRICTIONS
A. Work Restrictions.General:Comply with restrictions on construction operations.
pg.2
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 19 of 30
1_ Comply with limitations on use of public streets and with
other requirements of authorities having jurisdiction.
B. On-Site Work Hours: Limit work at the existing building to normal business
working hours of 7 a.m.to 5 p.m..Monday through Friday.unless otherwise
indicated.
1. Weekend Hours:Coordinate with Owner prior to commencement.
2. Early Morning Hours:Coordinate with Owner prior to commencement.
3. Hours for Utility Shutdowns:Coordinate with Owner prior to
commencement.
C. Existing Utility Interruptions: Do not interrupt utilities serving;
facilities occupied by Owner or others unless permitted under the
following conditions and then only after providing temporary utility
services according to requirements indicated:
I. Notify Owner.Construction Manager,not less than two days
in advance of proposed utility interruptions..
2. Obtain Owner's written permission before proceeding with utility.
Interruptions.
D. Noise, Vibration.and Odors: Coordinate operations that may result
in high levels of noise and vibration. odors, or other disruption to
Owner occupancy with Owner_
1. Notify Owner not less than two days in advance of proposed disruptive
operations.
2. Obtain Owner's written permission before proceeding with disruptive
operations.
E. Nonsmoking Building:Smoking is not permitted within the building
or site area or within 25 feet(8 m)of entrances,operable windows.
or outdoor-air intakes.
F. Controlled Substances: Use of tobacco products and other controlled
substances on Project site is not permitted.
G. Employee Identification: Acquire SIDA red badge for Contractor
personnel working on Project site thru airport procedures.See 09)09
00-3.1.1 .Require personnel to use identification tags at all times.
SECTION 013300-SUBMITTAL PROCEDURES
PB- 3
•
BID ITEM BID ITEM#18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 20 of 30
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract,including General and
Supplementary Conditions and other Division 01 Specification Sections,
apply to this.Section.
1.2 SUMMARY
A. Section includes requirements for the submittal schedule and
administrative and procedural requirements for submitting Product Data,
Samples,shop drawings and other submittals as required prior to starting.
1.3 DEFINITIONS
A. Action Submittals: Written and graphic information and physical samples
that require Owner's responsive action. Action submittals arc those
submittals indicated in individual Specification Sections as 'action
submittals."
d. Informational Submittals: Written and graphic information and physical
samples that do not require Owner's responsive action.Submittals may be
rejected for not complying with requirements_Informational submittals are
those submittals indicated in individual Specification Sections as
"informational submittals.
PART 2-PRODUCTS
2.1 SUBMITTAL PROCEDURES
A. General Submittal Procedure Requirements: Prepare and submit submittals
and shop drawings required by individual Specification Sections .Types of
submittals are indicated in individual Specification Sections.
a_ Owner will return annotated file.Annotate and retain one copy
of file as an electronic Project record document file.
I. Submit 1 copy of submittals or shop drawings via email as PDF electronic files.
a. Owner will return annotated file.Annotate and retain one copy.
pg.4
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 21 of 30
B. Product Data: Collect information into a single submittal for each element of
construction and type of productor equipment.
I. If information must be specially prepared for submittal because standard
published data are not suitable for use,submittals as Shop Drawings.not
as Product Data.
2. Mark each copy of each submittal to show which products and options are applicable.
3. Include the following information,as applicable.
a. Manufacturer s catalog cuts.
b. Manufacturer's product specifications.
c. Standard color charts.
d. Asomilability and delivery time information.
LIST OF INCOMPLETE ITEMS(PUNCHLIST)
A. Organization of List: Include name and identification of each space and area
affected by construction operations far incomplete items and items needing
correction including;,if necessary,areas disturbed by Contractor that are outside
the limits of construction.
1. Organize list of spaces in sequential order,starting with exterior areas first.
2. Organize items applying to each space by tnaior element including
categories for ceiling,individual walls.floors,equipment,and building
systems_
3. Include the following information at the top of each page:
a. Project name.
b. Date
c. Name of Contractor.
d. Page number_
3.1 SUBMITTAL OP PROJECT WARRANTIES
3.1.1 Time of Submittal: Submit written warranties for designated portions of the
W auk where commencement of warranties other than date of Substantial
Connpletion is indicated.
3.1.1.1 Bind warranties and bonds in heavy-duty,three-rung,vinyl-covered.loose-
leaf binders as necessary to accommodate contents.
3.1.1.2 Provide heavy paper dividers with plastic-covered tabs for each
separate warranty.Mark tab to identify the product ar installation.Provide a
typed description of the product or installation.
p6- 5
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 22 of 30
4.1 PERMITS
4.1.1 Contractor responsible to apply and pay for permits when required by
Augusta Richmond County with copy of applicable license provided to
Owner.
09 09 00—General Requirements
1. SCOPE OF WORK
1.1.1 installation of concrete footings and piers at gases 1&S per plans dated September 18,20111
by J LA&Associates,marked as 5-140 rev A along with all associated demolition of existing
concrete and excavation to provide fora complete installation.
2. DEMOLITION
2.1.1 Test bores,one at each location have been performed by CSRA Testing at a depth of IS feet
providing information on the existing concrete removal and soil conditions.CSRA report 411-77.18
supplied by owner upon request
2.1.2 Existing concrete rands is served by a 7 inch thick slab and is to return to that depth upon
completion of footing installation.Concrete to be based on 4000 psi mix.Any mbar or wire mesh
found in the removal of the existing concrete ramp will be the basis for the scope of specs.when
reinstalling new concrete in this area.
2.1.3 Excavation will be confined to the area involved as the smallest footprint possible to
install new footings.All excavated dirt and concrete will be removed daily and ramp swept
cleaned to prevent any flying debris or sudden rainstorm creating a flow of mud throughout
the ramp area.
2.1.4 Excavated area will be barricaded off during and at the end of the day to prevent any
type of injury to personnel.The area will also have some type of"cover"to dose off hole at
the end of the day to prevent water inclusion as much as passible.It is imperative to pour new
concrete as quickly as possible once excavation is complete.
2.1.5 Previous utility mark-out has shown an electrical conduit from light pole running
through the area of excavation at both gates.It is undetermined what the depth is.Contractor
may have to relocate out of area for the footing placement.It is the contractors responsibility
to perform and confirm his own utility mark-out prior to excavation.
pg.6
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 23 of 30
3. CONCRETE FORMING
3.1.1 Build and erect per plans by JLA&Associates the necessary footings and piers along with all
needed rebar and anchor bolt assemblies for Gate 1&5.
31.2 Provide owner prior to start of forming all shop drawings depicting the steel rebar assembly
called far by JLA&Associates for approval.All must match in size and quantity per plans.
4. CAST-IN-PLACE CONCRETE INSTALLATION
4.1.1 Install concrete based on plans dated September 18,2018 by ILA&Associates_
4.1.2 All Concrete to be 4000 psi
4.13 Re-pour all disturbed and previously removed concrete rump matching thickness of removed
area's.Match existing conditions of removed ramp if wire mesh or rebar was previously present.
4.1.4 Install expansion joints where shown on plans
5. FILL REPLACEMENT
5.1.1 Replace removed fill within the excavated arra atter concrete has been cast-in-place with
approved structural fill that meets the needs of the area excavated.
5.1.2 Compact in no greater than 8 inch lifts with compaction of 95%standard proctor maximum
dry density.
5.13 Fill must have no organics mixed in
6. TESTING
6.1.1 Provide slump and test cylinders of all concrete poured on site each day.
6.1.2 Contractor to include in prier the cost of third party testing agency to provide the required
tests.
6.13 Contractor to provide owner with all results and proper documentation detailing name and
location of pours.For ex.(Gate 1 footing or Gate 5 footing and so on l
pg. 7
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 24 of 30
7. SECURITY BADGING
7.1.1 Contractor will be required to attend 5 hr.badging class provided at the airport.
7.1.2 Contractor will be required to apply for security badge thru the airport Marshalls office via the
ISA security background check.
7.13 All applicants will be rewired to provide two forms of lD for exangnle:Driver's license,
Social Security Card,Passport.Hirth Certificate.
7.14 Please note:That all workers are not required to have a hedge.However,there must be
enough hedged personnel to oversee obadged workers on the site.No=bodged worker can be
kft alone.Airport will assume all cods of badgfang.
& OTHER
2.1.1 Steel rotunda column installation on pier is not in scope of contract and is performed by
others.
8.1.2 Contractor will confirm with owner location of rotunda pier and footing based an required
location detailed by 1IT Corp.bridge supplier.
8.13 Contractor will confirm with owner the final height above finished slab for pier located at
Gate I &5 as detailed by 1IT Corp.bridge supplier.
Pg-8
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 25 of 30
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 26 of 30
ATTACHMENT B
REQUIRED SUBMITTALS
BID ITEM BID ITEM#18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 27 of 30
PLANS INCORPORATED HEREIN AS A SEPARATE ATTACHMENT
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 28 of 30
ATTACHMENT C
PRICE QUOTE
BIDDEN OFFER
Lump gum TErrAL$ Manta oath thentoadne Madame won leseleseepastoseesoli__
pSOWITTED BY:
NAME K Wigs
c iu y t
ACME! =f,13414 Rood
aryisTATr RC Neal _.
FAX
By SUNNI Oh C weep 1hr1 odder b t thea he or she Is not an enspessest 01 Aerate,Gem
AL1 1S1'A RESERVES THE RIGHT TORERO'R$T A1W*U MOS
TH.%FORM"40.a ?._; '..IPA.t1'4 'tt=ro':±,Ihttt.tire 1''="+.t:
111 Psi 111 Aliwnpf 1a &tip"CasrMI hanky.f Colic L n-f
traariuurk raa5awo'hitviA9¢l416 IN"
1494111
BID ITEM BID ITEM# 18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 29 of 30
GRAVES CONSTRUCTION SERVICES
BID ITEM # 18-310
PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5
AUGUSTA, GA AUGUSTA REGIONAL AIRPORT
LUMP SUM BREAKDOWN
MATERIAL AND TESTING= $ 40,203.52
EQUIPMENT= $ 41,111.61
LABOR AND FABRICATION OFF SITE= $ 23,670.00
LABOR ON SITE= $ 40,014.87
TOTAL = $ 145,000.00
BID ITEM BID ITEM#18-310 PASSENGER BOARDING BRIDGE FOOTING AT GATES 1 AND 5 Page 30 of 30