Loading...
HomeMy WebLinkAboutDEFENSE ENERGY SUPPORT CENTER MOBILITY FUELS DIVISIONS BUSH FIELDDEFENSE LOGISTICS AGENCY DEFENSE ENERGY SUPPORT CENTER 8725 JOHN J. HINGMAN ROAD, SUITE 3821 FORT DELVOIR, VA 2206"222 IN REPLY 77 A M R `1 ?009 DESG - PHA REFER TO.' C Mr. William Thompson County of Augusta - Richmond Dba Bush Field Airport 1501 Aviation Way Augusta, Georgia 30906 -9620 Dear Mr. Thompson, Congratulations on your recent award of the Defense Energy Support Center (DESC) Contract SP0600 -09 -D -0045 which calls for Mobility Fuels deliveries at location KGAS, Augusta Regional Airport, Georgia for 1,531,248 gallons of Jet A w /FSII for the period of performance of 1 April 2009 through 31 March 2013 (Enclosure). We look forward to a mutually rewarding relationship, Please retain a copy of the Solicitation and subsequent Amendments as this is incorporated into your contract and all requirements contained therein should be followed. These documents can be obtained off our Internet web site. In case you do not have Internet access, please give me a call and I would be happy to forward you a copy. A representative from Multi - Service Air Card will contact you for new installation or updated coding for an existing Point of Sale Reader (POS). Again, congratulations on the award of your contract. If we may be of any help during the life of the contract, please contact your Contract Administrator, Mr. Kevin Bagwell at telephone 703 -767- 9540 /Fax 703- 767 -8506 or via email kevin.bELZwe11Qd1a.mii Sincerely, TAMMY BALTZELL Contracting Officer Mobility Fuels Division Direct Delivery Fuels Enclosure: SOLICI CON ACT /ORDER FOR COMMERCIAL ITEMS 1. REQUISITION NUMBER PAGE 1 OF OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SP0600 -09 -1460 3 2. CONTRACT NO. 3. AWARDIEFFECTIVE ORDER NUMBER 5. SOLICITATION NUMBER 6, SOLICITATION ISSUE DATE DATE SP0600 -09 -D -0045 04/01/2009 14. SP0600 -08 -R -0229 09/03/2008 a. NAME b. TELEPHONE NUMBER (No colleci B. OFFER DUE DATE/ 7. FOR SOLICITATION caI/s) LOCAL TIME INFORMATION CALL: 1012'1/200811 9. ISSUED BY CODE I SP0600 10�. THIS ACOUISITON IS L�,AINRESTRICTED ❑SETASIDE: % MOBILITY FUELS {]!VISION (DESC -PH) OR FOR: OMALL BUSINESS EMERGING SMALL DEFENSE ENERGY SUPPORT CENTER BUSINESS 8725 JOHN J. KINGMAN ROAD, SUITE 3821 S. 424720 OHUBZONE SMALL FORT BELVOIR, VA 22060 -6222 PP: 2,3E BUSINESS SIZE SIZE STANDARD: SERVICE- DISABLED VETERAN - MB(A) PHONE: (703) 767 -8659 FAX: (703) 767 -8506 500 OWNED SMALL BUSINESS 11. DELIVERY FOR FOB DESTINA- 12. DISCOUNT TERMS 13b. RATING TION UNLESS BLOCK IS 13a. THIS CONTRACT IS A MARKED Net 30 Days RATED ORDER UNDER 14. D PAS (15 CFR 700) METHOD OF SOLICITATION 91 jj''`"'''II �J� 1:1 WI SEE SCHEDULE RFO L_-) IFB F1FP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE SEE SCHEDULE DEFENSE ENERGY SUPPORT CENTER ADMINISTRATOR: Kevin Bagwell, 703- 767 -9540 17 a. CODE 'I FHSO FACILITY R065 OFFEROR 18s. PAYMENT WILL MADE BY CODE CODE County of Augusta - Richmond DEFENSE FINANCE AND ACCOUNTING SERVICES dba Bush Field Airport ATTN: DFAS -CVD BBAICO 1501 Aviation Way P.O. BOX 182317 Augusta, GA 30906 -9620 DUNS: 094079472 COLUMBUS, OH 43218 -6251 TELEPHONE NO. 706 - 798 - 2656 FAX: 706 - 796 -8933 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 189 UNLESS BLOCK 1 18b. OFFER BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES /SERVICES QUANTITY UNIT UNIT PRICE AMOUNT PERIOD OF PERFORMANCE 1 APRIL 2009 - 31 MARCH 2013 (Use Reverse andloi Attach Additional Sheets as Necessary? 25. ACCOUNTING AND APPROPRIATION DATA 26, TOTAL AWARD AMOUNT Or Govt. Use Only) 97XXXX4930.5CFO 01 2 6.1 S33150 $6,593,454.36 27a. SOUCRATION INCORPORATES BY REFERENCE FAR 52.212.1, 52.212-4. FAR 52.212 -3 AND 52.212 -5 ARE ATTACHED. ADDENDA ARE �ARENOTATTACHED ARE NOT ATTACHED 276. CONTRACTIPURCHASE ORDER INCORPORATES BY REFERENCE EAR 52.212.4. FAR 52.212 -5 - IS ATTACHED. ADDENDA ARE 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN V 29. AWARD OF CONTRACT: REF. KAGS -BR OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND 912912008 DATED YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: 30e. SIGNATU E OF OFFERO CONTRACTOR 31 a. UNITED STATES OF AMERICA /SIGNATUREOF CONTRACTING OFFICER) LU 30b. NAME AND TITLE OF SIGNER IType or print 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Type or print) 31 c. DATE SIGNED (JkA I P-A1 A-P 5-1,2q TAMMY BALTZELL 1 t 11 r y i 4lLlJl.i �S LO�D © ti l AUTHORIZED FOR LOCAL REPRODUCTION l STANDARD FORM 1449.IREV. 3)2005) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 It CONTRACT NUMBER: SP0600- 09- D--0045 SOLICITATION NUMBER: SP0600 -08 -R -0229 BIDDER CODE: R065 PURCHASE PROGRAM: 2.3E U.S. East RICHMOND COUNTY OF GEORGIA dba Bush Field Airport V. NONREFUNDABLE DUTIES AND TAXES NOT INCLUDED IN THE UNIT PRICE ABOVE. SUBITEM NO. PRODUCT KAGS PR Jet A, w FSII TYPE OF CHARGE DUTY TAX FED CIV FEDERAL EXCISE TAX $0.218000 VI. ADDITIONAL INFORMATION A. Contract Ordering Period: 04/01/2009 to 03/31/2013 B. Preaward Survey: A pre -award survey was not conducted due to satisfactorily performance under current contract SP0600 -05 -D -0037 C. Quality: Federal Building, Room 1005 2320 LaBranch Street Houston, TX 11004 -1091 POC Phone: 713 -718 -3883 POC Fax: 713 -718 -3891 D. Price Escalation: B19.35 E. Publication: PLATTS /JET KERO 54 /US /GULF /PIPE /MEAN /PWA VII. NOTES AND EXCEPTIONS Base Reference Date: August 26, 2008 Prices will change on Tuesday Prices will escalate using prices set by Platts Gulf Cost Pipe Mean, Jet Kero 54 PWA previous week Moday through Friday with prices effective on Tuesday for price escalation. In the event of a holiday during the week prices will escalate using the four remainder days. VIII. INTERNET CAPABILITY NOTE: For those companies with internet access, DESC will not issue paper copies of price change modifications for any resultant contract as these same price changes are available on the desc home page at http: / /www.desc,dla.mil /main /doinbus /htm. Page 3 SOLICITATION/CONTRACT/ORDER FOR COMMERC AL ME S 1. REQUISITION NUMBER PAGE 1 OF OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SP0600 -09 -1460 3 2: CONTRACT NO. 3, AWARD /EFFECTIVE C ORDER NUMBER 6, SOLICITATION NUMBER S. SOLICITATION ISSUE DATE DATE SP0600 -09 -D -0045 04/01/2009 SP0600 -08 -R =0229 09103/2008 a. NAME b. TELEPHONE NUMBER Ift collect S. OFFER DUE DATE/ 7. FOR SOLICITATION calls) LOCAL TIME INFORMATION CALL 10/2112008/1' :OOP`M 9. ISSUED BY CODE I SP0600' 10. THIS ACOUISITON IS RJUNRESTRICTED OR INSET ° 'io'FOR: MOBILITY FUELS DIVISION / DESC-PH ` ASIDE. MALL BUSINESS ❑ EMERGING SMALL DEFENSE ENERGY SUPPORT CENTER BUSINESS 8725 JOHN J. KINGMAN ROAD, SUITE '3821 NAILS: 424720 ❑HUBZONESMALL FORT BELVOIR, VA 22060 -6222 PP 2.3E BUSINESS SIZE STANDARD: SERVICE-DISABLED VETERAN. [DO( PHONE: (703) 767 - 8659" FAX: (703) 767 -8506 500 OWNED SMALL BUSINESS 11'?. DELIVERY FOR FOB DESTINA- 12, DISCOUNT TERMS 13b RATING TION UNLESS BLOCK I3 MARKED 13a. THIS CONTRACT IS A r"�' 21 Not Days RATED ORDER UNDER DPAS(15 CFR 7001 1((4. METHOD OF SOLICITATION ��jj '�� SEE SCHEDULE 0 RFQ El IFB W I RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE SEE SCHEDULE DEFENSE ENERGY SUPPORT CENTER' ADMINISTRATOR: Kevin Bagwell, 703- 767 -9540 17 a. OFFEROR CODE 1FH80 FACILITY R065 18a. PAYMENT WILL BE MADE BY CODE CODE County of Augusta -Richmond DEFENSE; FINANCE AND ACCOUNTING` SERVICES dba Bush Field Airport ATTN: DFAS -CVD BBAtCO 1501 Aviation Way P.O. BOX 182317 Augusta, GA 30906 -9620 DUNS: 094079472 COLUMBUS, OH 43218.6251' TELEPHONENO. 706- 798 -2656 " FAX: 706 - 796 -8933 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS' IN 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK OFFER BELOW IS CHECKED 21 :SEE ADDENDUM 19. ' ITEM NO. 20. SCHEDULE OF SUPPLIESISERVICES 21. QUANTITY 22. UNIT' 23. UNIT PRICE 24. AMOUNT PERIOD OF PERFORMANCE 1 APRIL 2009 - 31 MARCH 2013 ( Use Reverse and /or Attach Additional Sheets as Necessa 25. ACCOUNTING AND APPROPRIATION' DATA 26. TOTAL AWARD AMOUNT lFor Govt. Use Only) 97XXXX4930.5CF0 0126.1 533150 $6,593,454.36 27a.SOUCiTATION'INCORPORATES BY REFERENCE FAR 52,212.). 52.212-4. FAR 52.212•3 AND 52.212 -5 ARE ATTACHED. ADDENDA. ARE NOT ATTACHED H ARE 276. CONTRACTlPURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212 -4. FAR $2:212 -5 IS ATTACHED, ADDENDA= ARE... ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND; RETURN W 29. AWARD OF CONTRACT: REF. KAGS-BR OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND 9/29/2008 DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY DATED YOUR OFFER ON SOLICITATION ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED IBLOCK b), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN: IS ACCEPTED AS TO ITEMS: 30a SIGNATURE OF OFFEROR /CONTRACTOR 31a. UNITED STATES (SIGNATU OF OFFICER) y OF'AMERICA g CO N TRACTING 30b.. NAME AND TITLE SIGNER (Type or print) 30c. DATE: SIGNED 31 b. NAME OF CONTRACTING OFFICER (Type or prini) Sic. DATE SIGNED - PgJyD /Z /O% TAMMYE3ALTZCLL I S • Co� 1 0) ✓�� 1 AUI NUHICeu LO FUH CAL REPRODUCTION "Ai y�jt' PREVIOUS EDITION IS NOT USABLE V I� w(: STANDARD FORM 1449 (REV. 3/2oos) Proscribed by GSA - FAR (48 CFR)'63 -212 CONTRACT NUMBER: SOLICITATION NUMBER: BIDDER CODE: R065 PURCHASE PROGRAM: RICHMOND COUNTY OF GEORGIA dba Bush Field Airport 1501 Aviation Way Augusta, GA 30906 -9620 I. SCHEDULE AIRPORT LOCATION NUMBER /IDENTIFIER;KAGS AIRPORT LOCATION: AUGUSTA RGNL AT BUSH FLD SP0600 -09 -D -0045 SP0600 -08 -R -0229 2.3E U.S, East BASE REFERENCE UNIT PRICE ITEM PRODUCT QUANTITY PRICE PER GALLON KAGS -BR Jet A, w FSII 1,531,248 3.229600 4.305935 Contractor's offer dated October 29, 2008, in response to RFPSP0600 -08 -R -0229 with Amendments 0001 -0004 and as amended by correspondence listed below is hereby accepted for supplies and services as indicated. The following correspondence is incorporated by reference: Emails: December 10,2008, January 16, 2009, January 22,2009, January 28, 2009, & February 25, 2009, II. REFUELING OPERATOR INFORMATION. A. NAME, ADDRESS, PHONE Bush Field Apt, 1501 Aviation Way, Augusta, GA, 706 -798 -2656 B. SOURCE OF PRODUCTS OFFERED Product Source: Kinder Morgan SE Terminal Product City: North Augusta Product State /Country: South Carolina C. CONTRACTOR REPRESENTATIVE OR AGENT (Full name, address, and phone number if different from II.A.) Same as Above III. HOURS DURING WHICH SUPPLIES /SERVICES WILL BE AVAILABLE:(See the GENERAL DELIVERY CONDITIONS paragraph of the DELIVERY AND INVOICING REQUIREMENTS (INTO - PLANE) clause.) Available: 0600 to 2200 7 DAYS INCLUDING HOLIDAY After Hours Contact Number: 706 - 798 -2656 Call -Out Fee: $ 86.12 per HR Delivery Comments: 4 hours minimum for after - hours. 4 hours advance notice required if possible NOTE: In the event 24 -hour service is not available and the government was unable to provide advance notification of the after -hour delivery requirement, into -plane fuel may be procured from another source. IV. NONPRODUCT ITEM CHARGES NOT INCLUDED IN THE UNIT PRICE ABOVE. SUBITEM NO. PRODUCT KAGS RR Jet A, w FSII TYPE OF CHARGE OVERTIME FEES UNIT PRICE $86.120000 Page 2 i CONTRACT NUMBER: SP0600 -09 -D -0045 SOLICITATION NUMBER: SP0600 -08 -R -0229 BIDDER CODE: R065 PURCHASE PROGRAM: 2.3E U.S, East RICHMOND COUNTY OF GEORGIA dba Bush Field Airport V. NONREFUNDABLE DUTIES AND TAXES NOT INCLUDED IN THE UNIT PRICE ABOVE. SUBITEM NO. KAGS PR Jet A, w FSII TYPE OF CHARGE DUTY TAX FED CIV FEDERAL EXCISE TAX $0.218000 VI. ADDITIONAL INFORMATION A. Contract Ordering Period: 04/01/2009 to 03/31/2013 B. Preaward Survey: A pre -award survey was not conducted due to satisfactorily performance under current contract SP0600-05 -D -0037 C. Quality: Federal Building, Room 1005 2320 LaBranch Street Houston, TX 11004 -1091 POC Phone: 713- 718 -3883 POC Fax: 713 -718 -3891 D. Price Escalation: B19.35 E. Publication: PLATTS /JET KERO 54 /US /GULF /PIPE /MEAN /PWA VII. NOTES AND EXCEPTIONS Base Reference Date: August 26, 2008 Prices will change on Tuesday Prices will escalate using prices set by Platts Gulf Cost Pipe Mean, Jet Kero 54 PWA previous week Moday through Friday with prices effective on Tuesday for price escalation. In the event of a holiday during the week prices will escalate using the four remainder days. VIII. INTERNET CAPABILITY NOTE: For those companies with internet access, DESC will not issue paper copies of price change modifications for any resultant contract as these same price changes are available on the desc home page at http: / /www.desc.dla.mil /main /doinbus /htm. Page 3 S OLICITATION/CONTRACT/OR ER FOR COMM RCIAL ITE S I. REQUISITION' NUMBER PAGE' 1 OF OFFEROR TO COMPLETE BLOCKS 12 17, 23. 24, & 30 SP0600 -09 -1460 3 7 CONTRACT =NO. 3. AWARDIEFFECTIVE 4. ORDER NUMBER 5. SOLICITATION NUMBER 8. SOLICITATION ISSUE DATE DATE SP0600.09 -D -0045 04/01/2009 SP0600 -08 -R -0229 09/03/2008 7. FOR SOLICITATION a. NAME b. TELEPHONE NUMBER (No co)lect B. OFFER DUE DATE /. INFORMATION. CALL: calls) LOCAL TIME 10/2112008/1OOPItii 9. ISSUED BY CODE S P0600 10. THIS ACQUISITON IS n [z)UNRESTRICTED DR DSET MOBILITY FUELS DIVISION ( ! DESC -PH ASIDE: % FOR. MALL BUSINESS [] EMERGING SMALL DEFENSE ENERGY SUPPORT CENTER BUSINESS 8725 JOHN J. KINGMAN ROAD, SUITE 3821 NA GCS: 424720 ❑HUBZONE SMALL FORT BELVOIR, VA 22060 -6222 PP: 2.3E BUSINESS SIZE STANDARD: aSERVICE- DISABLED VETERAN - M8(Ai PHONE: (703) 767 -8659 FAX: (703) 767 -8606 500 OWNED SMALL BUSINESS 11s DELIVERY FOR FOB DESTINA- 12, DISCOUNT TERMS ' 13b. RATING TION UNLESS BLOCK IS MARKED 13a. THIS CONTRACT IS A {''�'� Net 30 Day RATED ORDER UNDER DT'AS' {15 CFO 700) 14. METHOD OF SOLICITATION I0 SFF SCHEDULE' �^^� ( n] �f'} ' I RFD': i_._.J IFS IX,.# RFP 15 : DELIVER TO CODE 16. ADMINISTERED BY CODE SEE SCHEDULE DE=FENSE ENERGY SUPPORT CENTER ADMINISTRATOR: Kevin Bagwell, 703 - 767 - 9540 17 a. OFFEROR CODE I 1 FHSO FACILITY R065 18a. PAYMENT W ILL BE MADE BY CODE CODE County of Augusta - R DEFENSE FINANCE AND ACCOUNTING' SERVICES Elba Bush Field Airport ATTN: DFAS -CVD BBA/CO 1501 Aviation Way P.O. BOX 182317 Augusta, GA 30906 -9620 DUNS: 094679472 ' COLUMBUS, OH 43218 -6251 TELEPHONE No. 706- 798 -2656 FAX: 706 - 796 -8933 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS' IN 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK W OFFER BELOW IS CHECKED .SEE ADDENDUM 19. ITEM NO. 20- SCHEDULE OF SUPPLIES/SERVICES 21. QUANT{TY 22. UNIT 23. UNIT PRICE 24. AMOUNT PERIOD OF PERFORMANCE 1 APRIL 2009 - 31 MARCH 2013 U-1- Re.- andlor Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 28. TOTAL AWARD AMOUNT (For Govt. Use Only) 97XXXX4930.5CFO 0126.1 533150 $6,593,454.36 27a. SOLICITATION. INCORPORATES BY REFERENCE EAR 52.212-1.,52,212-4. FAR 52.212.3 AND 52.212 -5 ARE ATTACHED. ADDENDA nARE ARE NOT ATTACHED 27b. C014TRACTIPURCHASE ORDER INCORPORATES BY REFERENCE FAR 62.212.4. FAR 62.212-5 IS ATTACHED, ADDENDA ARE HARINOTATTACHID 28. CONTRACTOR IS 13EOUIRED TO SIGN THIS DOCUMENT AND RETURN 29. AWARD OF CONTRACT REF. KAGS-BR OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED 9129/2008 DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY YOUR OFFER ON SOLICITATION ADDITIONAL SHEETS SUBJECT 70 THE TERMS AND CONDITIONS SPECIFIED' {BLOCK 5)i INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE' SET FORTH HEREIN,' IS ACCEPTED AS TO ITEMS: 30a. SI�GNAT OR/ CO RAC rO 31a. UNITED STATES OF AMERICA !SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (Type or print) 30c, DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (Typo or print) 31 c. DATE SIGNED TAMMY BALTZELL LI'f1V V4V iiVlY ��7i� �V, PREVIOUS EDITION IS NOT USABLE • jA AN "'} a ; aA I. STANDARD FORM' 1449 (REV. 3/20051 Prescribed by GSA - PAR (48 CFR) 53.212 CONTRACT NUMBER: SOLICITATION NUMBER: BIDDER CODE: R065 PURCHASE PROGRAM: RICHMOND COUNTY OF GEORGIA dba Bush Field Airport 1501 Aviation Way Augusta, GA 30906 -9620 I. SCHEDULE AIRPORT LOCATION NUMBER/ IDENTIFIER: NAGS AIRPORT LOCATION: AUGUSTA RGNL AT BUSH FLD ITEM PR SP0600 -09 -D -0045 S20600 -08 -R -0229 2.3E U.S. East BASE REFERENCE UNIT PRICE QUANTITY PRICE PER GALLON KAGS -BR Jet A, w FSII 1,531,248 3.229600 4.305935 Contractor's offer dated October 29, 2008, in response to RFPSP0600 -08 -R -0229 with Amendments 0001 -0004 and as amended by correspondence listed below is hereby accepted for supplies and services as indicated. The following correspondence is incorporated by reference: Emails: December 10,2008, January 16, 2009, January 22,2009, January 28, 2009, & February 25, 2009. II. REFUELING OPERATOR INFORMATION. A. NAME, ADDRESS, PHONE Bush Field Apt, 1501 Aviation Way, Augusta, GA, 706 -798 -2656 B. SOURCE OF PRODUCTS OFFERED Product Source: Kinder Morgan SE Terminal Product City: North Augusta Product State /Country: South Carolina C. CONTRACTOR REPRESENTATIVE OR AGENT (Full name, address, and phone number it different from II.A.) Same as Above III. HOURS DURING WHICH SUPPLIES/ SERVICES WILL BE AVAILABLE: (See._the GENERAL DELIVERY CONDITIONS paragraph of the DELIVERY AND INVOICING REQUIREMENTS (INTO - PLANE) clause.) Available: 0600 to 2200 7 DAYS INCLUDING HOLIDAY After Hours Contact Number: 706 - 798 -2656 Call -Out Fee: $ 86.12 per HR Delivery Comments: 4 hours minimum for after - hours. 4 hours advance notice required if possible NOTE: In the event 24 -hour service is not available and the government was unable to provide advance notification of the after -hour delivery requirement, into -plane fuel may be procured from another source. IV. NONPRODUCT ITEM CHARGES NOT INCLUDED IN THE UNIT PRICE ABOVE. CL1QTMVM Mn KAGS RR PRODUCT Jet A, w FSII TYPE OF CHARGE OVERTIME FEES UNIT PRICE $86.120000 Page 2 A CONTRACT NUMBER: SP0600 -09 -D -0045 SOLICITATION NUMBER: SP0600 -08 -R -0229 BIDDER CODE: R065 PURCHASE PROGRAM: 2.3E U.S. East RICHMOND COUNTY OF GEORGIA dba Bush Field Airport V. NONREFUNDABLE DUTIES AND TAXES NOT INCLUDED IN THE UNIT PRICE ABOVE. SUBITEM NO. PRODUCT KAGS PR Jet A, w FSII TYPE OF CHARGE DUTY TAX FED CIV FEDERAL EXCISE TAX $0.218000 VI. ADDITIONAL INFORMATION A. Contract Ordering Period: 04/01/2009 to 03/31/2013 B. Preaward Survey: A pre -award survey was not conducted due to satisfactorily performance under current contract SP0600 -05 -D --0037 C. Quality: Federal Building, Room 1005 2320 LaBranch Street Houston, TX 11004 -1091 POC Phone: 713 - 718 -3883 POC Fax: 713 -718 -3891 D. Price Escalation: B19.35 E. Publication: PLATTS /JET KERO 54 /US /GULF /PIPE /MEAN /PWA VII. NOTES AND EXCEPTIONS Base Reference Date: August 26, 2008 Prices will change on Tuesday Prices will escalate using prices set by Platts Gulf Cost Pipe Mean, Jet Kero 54 PWA previous week Moday through Friday with prices effective on Tuesday for price escalation. In the event of a holiday during the week prices will escalate using the four remainder days. VIII. INTERNET CAPABILITY NOTE: For those companies with internet access, DESC will not issue paper copies of price change modifications for any resultant contract as these same price changes are available on the desc home page at http: / /www.desc.dla.mil /main /doinbus /htm. Page 3 &w &bl'age AGREEMENT FOR SERVICE THIS AGREEMENT FOR SERVICE (this "Agreement ") dated this 12th day of August, 2008 BETWEEN City of Augusta/ Augusta Regional Airport Richmond County Georgia Accounting Department -Room 105 City - Municipal Building 530 Green St, Augusta, Georgia, 30901 (the "Customer ") OF THE FIRST PART -AND- William McKellar of 5151 Hwy 220 West, Lincolnton, Georgia, 30817 (the "Service Provider ") OF THE SECOND PART BACKGROUND: A. The Customer is of the opinion that the Service Provider has the necessary qualifications, experience and abilities to provide services to the Customer. B. The Service Provider is agreeable to providing such services to the Customer on the terms and conditions set out in this Agreement. IN CONSIDERATION OF the matters described above and of the mutual benefits and obligations set forth in this Agreement, the receipt and su fficiency of which consideration is hereby acknowledged, the parties to this Agreement agree as follows: Services Provided I . The Customer hereby agrees to engage the Service Provider to provide the Customer with services (the "Services ") consisting of Cut down and remove several hundred of trees on airport property located on the South Carolina side on the Savannah River and cut down and remove dozens of trees on the Georgia side of the Savannah River ( apporach end of Runway 26 ). The Services will also include any other tasks which the parties may agree on. The Service Provider hereby agrees to provide such Services to the Customer. Term of Agreement 2. The term of this Agreement will begin on the date of this Agreement and will remain in full force and effect until the completion of the Services. subject to earlier termination as provided in this Agreement, with the said term being capable of extension by ►nutual written agreement of the parties. Performance 3. The parties agree to do everything necessary to ensure that the terms of this Agreement take effect. Compensation 4. For the services rendered by the Service Provider as required by this Agreement, the Customer will pay to &u& &w &bPage the Service Provider compensation amounting to $40000.00. 5. This compensation will be payable upon completion of the agreed to services. b. The Customer is entitled to deduct from the Service Provider's compensation any applicable deductions and remittances as required by law. Confidentiality 7. The Service Provider agrees that they will not disclose, divulge, reveal, report or use, for any purpose, any confidential information with respect to the business of the Customer, which the Service Provider has obtained, except as may be necessary or desirable to further the business interests of the Customer. This obligation will survive indefinitely upon tenmination of this Agreement. Non - Competition 8. Other than with the express written consent of the Customer, which will not be unreasonably withheld, the Service Provider will not, during the continuance of this Agreement, be directly or indirectly involved with a business which is in direct competition with the particular business line of the Customer, divert or attempt to divert from the Customer any business the Customer has enjoyed, solicited, or attempted to solicit, from other individuals or corporations, prior to termination of this Agreement. Non- Solicitation 9. Any attempt on the part of the Service Provider to induce to leave the Customer's employ, or any effort by the Service Provider to interfere with the Customer's relationship with its employees or other service providers would be harmful and damaging to the Customer. Ownership of Materials 10. All materials developed, produced, or in the process of being so under this Agreement, will be the property of the Service Provider. 11. The Service Provider may retain use of the said materials and will be responsible for damages resulting from their use for work other than services contracted for in this Agreement. Return of Property 12. Upon the expiry or termination of this Agreement. the Service Provider will return to the Customer any property, documentation, records, or confidential information which is the property of the Customer. Assignment 13. The Service Provider will not voluntarily or by operation of law assign or otherwise transfer its obligations under this Agreement without the prior written consent of the Customer. Capacity /Independent Contractor 14. It is expressly agreed that the Service Provider is acting as an independent contractor and not as an employee in providing the Services under this Agreement. The Service Provider and the Customer acknowledge that this Agreement does not create a partnership or joint venture between them, and is exclusively a contract for service. Modification of Agreement &u& &w &bPage 15. Any amendment or modification of this Agreement or additional obligation assumed by either party in connection with this Agreement will only be binding if evidenced in writing signed by each party or an authorized representative of each party. Notice 16. All notices, requests, demands or other communications required or permitted by the terms of this Agreement will be given in writing and delivered to the parties of this Agreement as follows: a. City of Augustal Augusta Regional Airport Richmond County Georgia Accounting Department -Room 105 City - Municipal Building 530 Green St, Augusta, Georgia. 30901 b. William McKellar 5151 Hwy 220 West, Lincolnton, Georgia, 30817 Fax Number: 706 - 359 -1259 Email: shrnbryn(ayahoo.com or to such other address as to which any Party may from time to time notify the other. Costs and Legal Expenses 17. In the event that legal action is brought to enforce or interpret any term of this Agreement,both parties will each be responsible for their own costs and fees associated with the action. Time of the Essence 18. Time is of the essence in this Agreement. No extension or variation of this Agreement will operate as a waiver of this provision. Entire Agreement 19. It is agreed that there is no representation, warranty, collateral agreement or condition affecting this Agreement except as expressly provided in this Agreement. Limitation of Liability 20. It is understood and agreed that the Service Provider will have liability to the Customer or any other party for any loss or damage (whether direct, indirect. or consequential) which may arise from the provision of the Services. Indemnification 21. The Service Provider will indemnify and hold the Customer harmless from any claims against the Customer by any other party, arising directly or indirectly out of the provision of the Services by the Service Provider. Enurement 22. This Agreement will enure to the benefit of and be binding on the parties and their respective heirs, executors, administrators, successors and permitted assigns. &u& &w &bPage Currency 23, Except as otherwise provided in this Agreement, all monetary amounts referred to in this Agreement are in United States dollars. Titles / Headings 24. Headings are inserted for the convenience of the parties only and are not to be considered when interpreting this Agreement. Gender 25. Words in the singular mean and include the plural and vice versa. Words in the masculine mean and include the feminine and vice versa. Governing Law 26. It is the intention of the parties to this Agreement that this Agreement and the performance under this Agreement, and all suits and special proceedings under this Agreement, be construed in accordance with and governed, to the exclusion of the law of any other forum, by the laws of the State of Georgia, without regard to the Jurisdiction in which any action or special proceeding may be instituted. Severability 27. In the event that any of the provisions of this Agreement are held to be invalid or unenforceable in whole or in part, all other provisions will nevertheless continue to be valid and enforceable with the invalid or unenforceable parts severed from the remainder of this Agreement. Waiver 28. The waiver by either party of a breach, default, delay or omission of any of the provisions of this Agreement by the other party will not be construed as a waiver of any subsequent breach of the same or other provisions, IN WITNESS WHEREOF the parties have duly executed this Service Agreement this I Ith day of December, 2008. SIGNED, SEALED AND DELIVERED in the presence of X2002 -2008 LawDepoti" William McKellar City of Augusta/ Augusta Regional Airport Per: (Corp seal) D �f &U& ATTACHMENT "A" AUGUSTA REGIONAL AIRPORT AT BUSH FIELD WORK AUTHORIZATION NO. 10 (REVISED 10/19/09) FOR EASTSIDE ACCESS ECONOMIC DEVELOPMENT PROGRAM DESIGN SERVICES PROJECT TITLE: EASTSIDE ACCESS ECONOMIC DEVELOPMENT PROGRAM DESIGN SERVICES WORK AUTHORIZATION Ten (10) It is agreed to undertake the following work in accordance with the provision of the Prime Agreement for Professional Services dated October 2, 2007. SCOPE OF WORK Refer to the attached Scope of Work Narrative for the project scope. SCHEDULE: The anticipated timeline for design through construction is attached. BASIS OF COMPENSATION: The SPONSOR will compensate Campbell & Paris Engineers a Not -to- Exceed amount of Six Hundred Thirty Three Thousand One Hundred Thirty -Nine Dollars ($633,139) for the Eastside Access Economic Development Program Design Services in accordance with Exhibit 1, which is attached and made part of this Agreement. NOWTHEREFORE, This Work Authorization is agreed upon for the scope of services, period of services and basis of compensation. The budget will not be exceeded without an Amendment to this Work Authorization. Page 1 of 2 Eastside Access Economic Development Program Design Services Work Authorization #10 Augusta Regional Airport at Bush Field October 19, 2009 SIGNATURE PAGE: SPONSOR: AUGUSTA, GEORGIA By ( 0--0 3 tk ro David S. Copenh ver, Mayor Date Attest: r` r L , a Bonne Clerk of Commission ate SPONSOR: AUGUSTA AVIATION COMMISSION AUGUSTA, GEORGIA Ka ton L. Howard, Chairman ate Tammy Str e, CPA, Interi irector Da Attes . �: 4 / o ZO -a' 9 uli raven, Administrative Manage bate CONSULT BELL PARIS GINEERS, P.C. Jac . May ield, P. E , Vice resident Date Witness Date Page 2 of 2 SCOPE OF WORK NARRATIVE DESIGN PHASE EASTS/DE ACCESS ECONOMIC DEVELOPMENT PROGRAM AUGUSTA REGIONAL AIRPORT SPLOST PROGRAM PROPOSED PROJECT DESCRIPTION Campbell & Paris Engineers has been requested to prepare the following narrative scope of work for the Design Phase of the Eastside Access Economic Development Program at the Augusta Regional Airport in Augusta, Georgia. The primary goal of this project will be to provide the needed infrastructure to develop a roadway into the southeast quadrant of the Airport to access potential buildable sites for aviation services and general aviation activity. Refer to Exhibit 1 for the preliminary layout of the overall project. This project will permit the Airport to convert dormant land into leasable sites, whereby, facilitating economic development and recruitment of jobs to the Augusta- Richmond County area. In addition, from a public safety standpoint, the access to the southeastern side of the Airport will improve emergency service access to this entire area. This project will allow the Aviation Commission to proactively recruit economic activity and jobs to Augusta Richmond County. Without this project, the cost of access, drainage, and utilities is too great for the Aviation Commission to undertake on speculation and also too great to ask a prospective lessee to undertake on their own. The 2001 Airport Layout Plan (ALP) shows this accessway as a key component for the development of this area for aviation related services. However, the ALP shows only a portion of these infrastructure improvements. Therefore, it will be required to modify the ALP to show exactly what infrastructure improvements will be proposed on airport property. The primary tasks associated with this project will include: • Land Acquisition of approximately 52 acres • An Environmental Assessment associated with the project to ensure there are no environmentally related issues • ALP Modification (Pen and Ink) • Preliminary and Final Design Services (30/60/90 and Final submissions and reviews) ■ Documents scheduled for submission include: Sealed construction plans (36" x 24 ") Design Report Page 1 of 5 Eastside Access Economic Development Program Scope of Work October 19, 2009 (Revised) • Construction Cost Estimate and Overall Project Cost Estimate • Construction Schedule o Construction Activities (roadway, drainage, utilities, and grading of available land) FUNDING SPLOST is the only source of funds that the Airport can use without burdening the Airport users and adversely affecting airline air service to Augusta- Richmond County. There are eligibility and priority issues with federal funding and existing Airport financial plan has programmed federal and state grants for renovation of existing pavement and facilities. Without SPLOST support, this project cannot be considered until after the next five to ten years. The projected useful life of the project is approximately 20+ years, which is the standard for this type of airport development. At most airports, the useful life of these types of facilities is extended over their useful life by maintenance, renovation and upgrade programs in order for the useful life to significantly exceed the original useful life. The estimated project costs are as follows: • Land Acquisition: $1,518,000 (includes $105,885 for CPE /Sub services) • Environmental Assessment: $110,316 (includes $52,600 for CPE services) • Preliminary and Final Design: $420,000 • Construction Budget: $5,874,000 • Construction Administration Budget: $500,000 Total Project Costs: $8,422,316 Total Project Budget: $8,500,000 SPLOST Share (100 %) $8,500,000 The design documents are expected to result in one complete construction project. The services described below provide for one set of final construction documents and one bid & award phase services. TASK 1 — LANDACQUISITION ASSISTANCE SERVICES AND ALP MODIFICATION A. Land Acquisition This task will include the assistance from Campbell & Paris during the Land Acquisition process on an as needed basis. Page 2 of 5 Eastside Access Economic Development Program Scope of Work September 21, 2009 • Assist AGS in obtaining a surveyor to develop the property map of the proposed land to be acquired, • Assist AGS in obtaining an appraiser to perform the appraisal of the property to determine a fair market value of the land, and obtain an appraiser to perform a review appraisal if needed, • Assist the surveyor and appraiser(s) as needed and provide the required documentation for them to begin their services, • Review property plat and appraisals and forward to the required agencies, and • Attend Land Acquisition Sub - Committee meetings. B. ALP Modification This task will include modifying the existing Airport Layout Drawing, Sheet 3 in order to indicate the proposed improvements. This modified sheet will be submitted to FAA for their comments and ultimate approval. In addition, AGS' Exhibt "A" (Property Drawing) will be updated using the surveyors drawing of the land to be acquired and submitted to the FAA for their comments and ultimate approval. TASK 2 - ENVIRONMENTAL ASSESSMENT This task will include: Assisting the Environmental group in preparing the EA Report, Attending the required Public Comment/Review Meetings, and Answering comments based on FAA review of the EA Report. TASK 3 - PRELIMINARY DESIGN PHASE SERVICES A. Pre - Design Meeting A pre- design meeting will be held to clarify issues regarding this scope. Copies of the meeting minutes and subsequent correspondence will be attached to document the clarifications. B. Detailed Ground Survey This item will provide for a detailed field survey of the Eastside Access Economic Development Program area including all necessary drainage structures, utilities, and other items possible affected by construction. The ground survey will provide the detail necessary to evaluate drainage and layout strategies that require a greater degree of accuracy than that which can be achieved by aerial survey efforts. Page 3 of 5 I 3 Eastside Access Economic Development Program Scope of Work September 21, 2009 C. Subsurface Geotechnical Investigation A comprehensive subsurface geotechnical investigation (i.e. soil borings, soil Proctors and classifications, gradations, CBR's, etc.) will be coordinated per GDOT pavement design requirements. The subsurface investigation will verify the existing pavement sections and thickness (Doug Branard Highway), characterize the subgrade soils for pavement design purposes, and evaluate the soil and /or rock types that will be encountered during potential earthwork operations. Record drawings, construction reports, laboratory soils and material tests, and any other pertinent information from the previous construction projects will also be reviewed and compiled as necessary. D. Preliminary Design Effort: The Preliminary Design effort will include a submission at the 30% level of effort, and will be coordinated with the SPLOST /City /County /GDOT /FAA. The 30% preliminary design will include three (3) preliminary layout alternatives to be studied by the appropriate agencies to determine which alternative would be the "best fit ". TASK 4 - FINAL DESIGN PHASE SERVICES A. Final Design Drawings and Project Specifications Approximately 35 individual drawing sheets have been identified for inclusion in the construction set of documents. The drawings will provide graphical representation of the proposed project phasing, geometry, grading, profiles, pavement sections and details, erosion and sediment controls, and underground utilities. The Project Specifications will contain the written contract documents, forms, and technical specifications required to support the apron rehabilitation design. B. Meetings The scope includes two (2) formal review meetings with the City, County, State and Airport Staff after the 60% and 90% submissions. C. Engineer's Report The Engineer's Report will be submitted for review at each of the indicated submissions (30 %, 60 %, 90 %, and final) and updated accordingly based upon group decisions, meeting minutes, and other pertinent data for the design. The report will consist of a summary and analysis of the field data findings, a pavement evaluation report documenting the existing conditions, design information on the pavement section alternatives, recommended phasing strategies, and estimated costs. Page 4 of 5 Eastside Access Economic Development Program Scope of Work September 21, 2009 TASK 5 — FINAL REVIEW AND APPROVAL This task includes the required meetings with the required approving agencies in order to ensure the construction /contract documents meets their minimum guidelines. TASK 6 - BIDDING AND AWARD PHASE: Campbell & Paris Engineers will assist the Airport with bid advertisement, respond to questions, attend the pre -bid conference and prepare addendums as necessary during the bid process. Bids will be reviewed and tabulated, background checks performed, and a recommendation for award made by Campbell & Paris Engineers. Contract documents and grant request forms will be prepared by Campbell & Paris Engineers for the Airport's action. This scope includes the necessary services to complete one single bid and award phase for the final construction documents. TASK 7 - CONSTRUCTION PHASE SERVICES This Work Authorization's Scope of Work provides for no Construction Phase Services. A separate scope will be submitted later based on contract time requirements and the final scope of construction. SCHEDULE: Preliminary and Final Design Efforts - Upon approval of this scope of work and fee estimate, a detailed critical path method (CPM) schedule will be developed that correlates directly with the Tasks listed in the Engineer's Fee Estimate. The Fee Estimate was developed such that Tasks necessary for completion are listed including Tasks not necessarily completed by the engineer, but all team members involved in the project. The CPM schedule can be distributed to all involved parties such that everyone has an understanding for the process and completion of items necessary for a successful project. Governing Documents: The Tasks listed in the proposal are based upon several factors including: ❑ City of Augusta, Georgia, ❑ Richmond County, Georgia, ❑ Georgia Department of Transportation Stormwater Management Regulations, ❑ Georgia Soil and Water Conservation Commission, Manual for Erosion and Sediment Control in Georgia, and ❑ FAA Advisory circular documents. Page 5 of 5 Z O Y Q w m N (n w O c U c U W W a > � � 2 X 7@ U) �z m U fA W 0 Ix W W Z_ 5 Z w H 0 0 N C O 9 N N W a N Q N U W J I i x, TASK 1. LAND t4QU1StTit3N AND 1 SAND 1W f SPLOST South Access Road LABOR CATEGORY PRINCIPAL PROJECT SR PROJECT PROJECT CONTRACT QUALITY CONTROL TOTAL MANHOURS MANAGER ENGINEER ENGINEER ADMINISTRATOR OFFICER TASK 1. LAND ACQUISITION AND ALP PEN AND INK ALP PEN AND INK, AND EXHIBIT A 8 A. PROJECT SCOPING MEETING 8 29 8 2 9 B. PEN AND INK MODIFICATION TO ALP 1 4 8 16 C. EXHIBITA 8 D. SUBMIT TO GDOT /FAA FOR REVIEW 2 E. MODIFY PER GDOT /FAA COMMENTS 1 4 4 LAND ACQUISITION ESTIMATED SPONSOR / ADMINISTRATION COSTS (IE LEGAL A. REVIEW, TILE WORK, ETC.) 0 8 4 2 8 B. CAMPBELL & PARIS ASSISTANCE DURING LAND ACQUISITION Bt. CONTRACT SURVEYOR 4 4 B2. ASSIST SURVEYOR 4 B3. REVIEW PLAT 2 B4. CONTRACT APPRAISER 4 4 4 B5. ASSIST APPRAISER 4 B6. REVIEW APPRAISAL 4 4 4 4 8 B7. CONTRACT REVIEW APPRAISER B8. ASSIST REVIEW APPRAISER 4 4 B9. REVIEW REVIEW APPRAISAL 4 8 16 16 1 8 16 8 8 4 48 32 C. ASSIST AGS DURING THE LAND ACQUISITION PROCESS D. ATTEND LAND ACQUISITION SUBCOMMITTEE MEETINGS TASK 1. LAND ACQUISITION AND ALP F TOTAL MANHOURS 18 66 28 70 0 0 182 NOTES: - Labor costs based on 2009 rates LABOR CATEGORY 2. ENVIRONMENTAL ASSESSMENT Mg ?,1S ' TASK Z 9P,11flRENTAL A SPLQSS' Rc1 w• PROJECT SR PROJECT PROJECT CONTRACT QUALITY PRINCIPAL MANAGER ENGINEER ENGINEER ADMINISTRATOR CONTROL TOTAL MANHOURS OFFICER A. PROJECT SCOPING MEETING 8 8 k� LABOR CATEGORY 2. ENVIRONMENTAL ASSESSMENT Mg ?,1S ' TASK Z 9P,11flRENTAL A SPLQSS' Rc1 w• PROJECT SR PROJECT PROJECT CONTRACT QUALITY PRINCIPAL MANAGER ENGINEER ENGINEER ADMINISTRATOR CONTROL TOTAL MANHOURS OFFICER A. PROJECT SCOPING MEETING 8 8 B. PUBLIC INVOLVEMENT PROGRAM 4 20 20 40 C. MEETINGS 8 40 20 16 D. INVENTORY (DATA COLLECTION AND REVIEW) 2 8 16 16 E. EA OVERVIEW (CPE) 4 16 16 16 F. ENVIRONMENTAL PERMITTING EFFORT 2 16 16 16 G. ASSIST IN RESPONSE TO COMMENTS 4 8 8 8 TASK 2. ENVIRONMENTAL ASSESSME!, TOTAL MANHOURS 1 24 1 116 1 104 0 1 0 16 84 84 42 52 50 28 0 0 0 0 0 0 0 0 0 0 0 356 Labor costs based on 2009 rates m , spy ees ��toad v yryy LABOR CATEGORY PRINCIPAL PROJECT MANAGER SR PROJECT ENGINEER PROJECT ENGINEER CONTRACT ADMINISTRATOR QUALITY CONTROL OFFICER TOTAL MANHOURS 24 28 8 24 24 40 12 12 TASK 3. PRELIMINARY DESIGN A. PROJECT SCOPING MEETING 8 8 8 B. REFINE PROJECT SCOPE 4 8 8 8 C. PREPARE FUNDING APPLICATION 8 D. ATTEND COMMISSION MEETING 16 8 E. UPDATE EXISTING ACTIVITY 8 16 F. DESCRIBE REGULATORY REQUIREMENTS 24 16 G. FIELD AND TOPOGRAPHICAL SURVEY COORDINATION 4 8 H. COORDINATE SUBSURFACE INVESTIGATION 4 8 I. PRELIMINARY PAVEMENT DESIGN 8 8 8 24 8 12 22 4 3 3 0 4 4 4 J. PREPARE FORM "N7ENVIRONMENTAL CHECKLIST 4 4 K. PREPARE 7460 NOTICE OF PROPOSED CONSTRUCTION FORM 4 8 L. PREPARE 5100 -100 APPLICATION FOR DEVELOPMENT FORM 8 8 6 M. ESTABLISH FEDERAL DBE PARTICIPATION 4 N. PRELIMINARY DESIGN REPORT GENERAL PROJECT DATA PROJECT BACKGROUND SITE INFORMATION DESIGN CONSIDERATIONS EXISTING CONDITIONS EXISTING CAPACITY ANALYSIS VERTICAL AND HORIZONTAL GEOMETRY 3 3 2 2 2 2 2 2 SUBSURFACE INVESTIGATION PAVEMENT DESIGN GRADING AND DRAINAGE ENVIRONMENTAL PHASING AND CONSTRUCTION SCHEDULE 2 2 4 5 5 6 9 1 2 2 3 2 2 2 2 1 6 2 ENGINEER'S CONSTRUCTION COST ESTIMATE APPENDICIES O. PRELIMINARY DESIGN PLANS (3 ALTERNATIVES) 4 2 6 10 6 72 60 36 56 16 17 18 8 24 10 16 2 8 6 EXISTING CONDITIONS GEOEMETRIC CONCEPTUAL PLAN GRADING CONCEPTUAL PLAN PHASING /SCHEDULING CONCEPTUAL PLAN STORMWATER MANAGEMENT /BMP ANALYSIS P. REVIEW STORMWATER MANAGEMENT PLAN W/ LOCALITY 12 20 40 12 32 16 12 12 12 12 12 32 8 8 1 8 8 2 8 8 4 4 8 8 8 2 8 8 8 Q. PRELIMINARY PROJECT SCHEDULE R. PRELIMINARY CONSTRUCTION BUDGET S. PREPARE AND FORWARD PRELIMINARY FINDINGS T. PRELIMINARY REVIEW MEETING U. DEVELOPMENT OF PREDESIGN MEETING MINUTES V. REVIEW AND RESPOND TO COMMENTS TASK 3. PRELIMINARY DESIGN TOTAL MANHOURS 19 178 165 282 0 0 644 NOTES: - Labor costs based on 2009 rates I 1 TAS � N T� XX dX S ' OST S 6 D es ij Qsfi"„ 'fit r 07331 r. .. LABOR CATEGORY PRINCIPAL PROJECT MANAGER SR PROJECT ENGINEER PROJECT ENGINEER CONTRACT ADMINISTRATOR QUALITY CONTROL OFFICER TOTAL MANHOURS TASK 0. FINAL DESIGN Schedule Outline Code Activity Description 1 Design Notice to Proceed 2 90 °b SUBMISSION DEVELOPMENT 241 ENGINEER'S REPORT 2.1.1 2.2.2 GENERAL PROJECT DATA 4 8 12 DESIGN CONSIDERATIONS 18 32 48 2.243 242 APPENDICIES 2 8 10 CONSTRUCTION COST ESTIMATE 2 4 8 20 34 2.3 PROJECT DESIGN /CONSTRUCTION SCHEDULE 8 16 32 58 2.4 CONTRACT SPECIFICATIONS 2.4.1 CONTRACT FORMS 4 4 2.4.2 2.4.3 2.4.4 2.5 GENERAL PROVISIONS 2 12 14 TECHNICAL SPECIFICATIONS 2 8 24 64 98 APPENDICIES 4 8 12 DESIGN PLANS 2.5.1 2.5.2 2.5.3 2.5.4 2.5.5 2.8.6 246.7 24568 248.9 245.10 2.5.11 2.5.12 2.5.13 2.8.74 2.5.15 2.5.16 TITLE SHEET 2 2 LEGENDS AND ABBREVIATIONS 4 4 SITE ACCESS 8 STAGING PLAN 4 4 EXISTING CONDITIONS 2 4 6 SAFETY PLAN 4 8 12 SCHEDULE /PHASING PLAN 2 4 8 12 26 GEOMETRIC PLAN 2 24 65 91 GRADING 8 DRAINAGE PLAN 1 2 40 80 123 PAVING PLAN 1 2 12 18 31 MARKING 851GNAGE PLAN 24 24 48 TYPICAL SECTIONS 4 8 12 PAVEMENT DETAILS /MOTP 4 24 40 68 STORM WATER DETAILS 8 78 24 ELECTRICAL /LIGHTING PLANS 32 24 58 ROADWAY ELECTRICAL DETAILS 12 72 24 EROSION AND SEDIMENT CONTROL PLAN (PER GA ESCM) 24841641 2.8.16.2 245416.3 2.5.1644 2.5.17 2.8 SHEET 1: SOILS, VEGETATION AND DRAINAGE 2 12 14 SHEET 2: BOUNDARY WITH TO PO SURVEY 2 12 14 SHEET 3: E85 PLAN 4 24 28 E8S NARRATIVE 2 4 8 CROSS SECTIONS 18 18 CITY HYDROLOGY AND HYDRAULICS REPORT (SECTION 1.03) 24 12 38 2.7 STORM GRAIN /HGL EVALUATION 12 8 20 2.8 DETENTION ANALYSIS (CRITERIA 5.02 a - [) 72 6 20 2.9 WATER DUALITY ANALYSIS 16 12 28 2.10 90% INTERNAL REVIEW 2 4 4 8 18 2.11 90% DOCUMENT DEVELOPMENT 12 12 2.12 90% SUBMISSION 3 Final Design Documents Development 3.1 Design Plans 2 2 24 58 3.2 Project Construction Schedule 4 12 20 3.3 Project Construction Estimate 14E 16 3.4 Construction Specifications 0. FINAL DESIGN TOTAL MANHOURS 8 12 28 3.5 Final Document Development 8 8 8 32 346 Final Subnussion 4 Final GDOT Approval 5 Final FAA Approval 6 Final City Engineering Approval 7 Final Soil District Approval 8 Final Airport Approval TASK NOTES: - Labor ousts based on 2009 rates 0. FINAL DESIGN TOTAL MANHOURS 72 98 430 833 0 16 7757 A MR TASK & FINAL REVIEW AND L ,A SPLOST g Access Rte Souk _ 0733 1 LABOR CATEGORY PROJECT SR PROJECT PROJECT CONTRACT QUALITY CONTROL TOTAL MANHOURS PRINCIPAL MANAGER ENGINEER ENGINEER ADMINISTRATOR OFFICER TAS K 5. FINAL REVIEW AND APPROVAL A. FAA/ GDOT /SPONSOR REVIEW REVIEW MEETING 8 8 8 8 32 RESPONSE TO COMMENTS 4 4 B. FAA / GDOT /SPONSOR REVIEW REVIEW MEETING 8 8 8 8 32 RESPONSE TO COMMENTS 4 4 C. FAA / GDOT /SPONSOR REVIEW 6 REVIEW MEETING 8 8 8 8 32 RESPONSE TO COMMENTS 44 88 4 0 0 160 4 D. CITY/ SOILS DISTRICT REVIEW REVIEW MEETINGS (2) 16 16 32 RESPONSE TO COMMENTS (2) 4 1 NOTES: - Labor costs based on 2009 rates 6 20 TASK 5. FINAL REVIEW AND APPROVAL TOTAL MANHOURS 24 44 88 24 0 0 160 i I ) I m BID AWARD � > �� � � h ,� ; ��x _ ' x SPLOST 801A ss Road.Desig t r u �� $ a t LABOR CATEGORY SENIOR PROJECT MANAGER! PRINCIPAL IN CHARGE PROJECT MANAGER SR PROJECT ENGINEER PROJECT ENGINEER CAD TECHNICIAN CONTRACT ADMINISTRATO R QUALITY CONTROL OFFICER TOTAL MANHOURS i. BID & AWARD A. PROJECT ADVERTISEMENT 4 4 B. PRE -BID CONFERENCE 8 8 16 C. ADDENDUM & CONTRACTOR COORDINATION 2 16 18 D. BID REVIEW AND AWARD RECOMMENDATION 8 8 24 40 E. CONTRACT DOCUMENT COORDINATION 8 8 12 28 F. ASSISTANCE FOR GRANT FUNDING 8 1 1 8 G. PERMIT AND NTP COORDINATION 8 8 TASK 6. BID & TOTAL MANHOURS 0 1 46 40 36 0 0 0 122 Labor costs based on 2009 rates i Edwards Pitman's Proposal For Environmental Assessment REVISED 10/16/09 EXHIBIT A SCOPE OF WORK ENVIRONMENTAL ASSESSMENT AUGUSTA REGIONAL AT BUSH FIELD AIRPORT AUGUSTA, GEORGIA BACKGROUND An environmental assessment is to be conducted in conjunction with the airport layout plan update. The purpose of the Environmental Assessment is to further consider the environmental circumstances of the airport improvement projects in conformance with the requirements of FAA Order 5050.4A Airport Environmental Handbook and FAA Order 1050.1D, Policies and Procedures for Considering Environmental Impacts. The Environmental assessment portion of the scope of services consists of the following elements: • Background and Information • Environmental Alternatives and Proposed Action • Affected Environment • Environmental Consequences • Citizen Involvement and Agency Review • Summary of Responses • Completion and Printing of Report PART A - ENVIRONMENTAL ASSESSMENT Element 1 — Early Coordination Task 1.1 Public Coordination — The task shall consist of the preparation of Early Coordination letters for municipal, state and federal agencies and other interested parties. Element 2 — Cover Sheet Task 2.1 Cover Sheet Preparation — The task shall consist of the preparation of the environmental Assessment Cover Sheet (included in Task 9.1 -Report Preparation). Element 3 - Background and Information Task 3.1 Purpose and Need -- The first section of the environmental document will provide information about the proposed airport improvements, the purpose for the improvements, and the justification or need for the improvements. Information will be gathered from the existing information as may be available. I ( ' Task 3.2 Airport Data And Forecasts -- Current and forecast airport activity data as prepared for the airport layout plan will be summarized and presented in a format to meet the needs of an environmental assessment. Element 4 - Environmental Alternatives and Proposed Action Task 4.1 Alternatives -- All alternatives for the airport, including the proposed action, will be identified in this task of the environmental assessment. Each alternative will be compared and an explanation for the elimination of those alternatives not selected will be given. Reasoning as to why alternatives were not considered feasible and prudent shall be provided. Feasible and prudent alternatives will be examined in detail and compared, along with the proposed action and no -build alternative. A summary comparison of the alternatives and impacts will be provided as a part of this section. Element 5 - Affected Environment Task 5.1 Background -- This section will highlight important background information, which help to explain the present proposal. Background data that has a bearing on the proposal will be gathered to the extent available. Such data may include: a. Existing and planned land use and zoning in the affected airport vicinity, including residential areas, public parks, wildlife refuges, wetlands, floodplains, farmlands, recreation areas, and historic facilities and archaeological sites. b. Nearby schools and places of public assembly, hospitals, shopping areas, and adjacent political jurisdictions affected by the proposed development. C. Population, industrial and commercial growth characteristics, and assumptions used to justify the project and determine secondary impacts, only if these are relevant to the proposal. d. Any contemplated actions, including facility installations, which have not been previously described, to show their relationship to the proposal and the Sponsor's intentions regarding their environmental assessment and development. e. Other planned and developed activities in the affected area (i.e., highways and other transportation projects, housing developments and relocations, etc.) that are related to the proposal and /or which would produce cumulative impacts. Task 5.2 Location Map — This task shall include the preparation of appropriate maps, including a location map, vicinity map, airport layout plan, and other exhibits to describe the project's setting (included in Task 9.1 -Report Preparation). Element 6 - Environmental Consequences A brief examination of each of the applicable potential impact areas identified in the tasks listed below will be conducted and documented to determine if the impact of the proposed development and alternatives is considered significant. Task 6.1 Noise Analysis — This work is not included in this scope of services. Task 6.2 Compatible Land Use -- The compatibility of existing and planned land uses in the vicinity of an airport is usually associated with the extent of noise impacts related to that airport. Noise sensitive land uses within the 65 DNL contour will be identified. The noise impact, if any, on sensitive structures related to the development projects will be identified and discussed. Compatible land use will also be analyzed in the context of effects stemming from other impact categories such as disruption of communities, relocation, induced socioeconomic impacts, wetlands, floodplains, and critical habitat of endangered or threatened species. Task 6.3 Social Impacts -- In an environmental assessment, the principal social impacts to be addressed are those associated with relocation or other community disruption, which may be caused by the project. Effects are described in terms of numbers of persons and businesses affected and available forms of relocation assistance. The environmental assessment will address the impacts of purchasing additional parcels needed for the project development, if necessary. Task 6.4 Induced Socioeconomic Impacts -- For some airport development proposals, there is the potential for induced or secondary impacts on surrounding communities. If this potential occurs, the environmental assessment will describe in general terms such factors as shifts in patterns of population movement and growth, public service demands, and changes in business and economic activity. Task 6.5 Environmental Justice -- Pursuant to the Executive Order entitled Federal Actions to Address Environmental Justice in Minority Populations and Low - Income Populations, a finding regarding the project's impacts on minority and low- income populations will be made. Task 6.6 Air Quality — August- Richmond County is currently in attainment for federal and state air quality standards. No air quality modeling or permitting is anticipated. This task will address the air quality impacts of the proposed project with respect to the Georgia Air Quality Control Rules. Should the Georgia Environmental Protection Division require an air quality model or permit it is considered beyond the scope of this work and will be produced under a separate agreement. Task 6.7 Water Quality -- The water quality impacts will be assessed to determine whether or not a proposed action would threaten a public drinking water supply, sole source aquifer, or waters of national significance. Task 6.8 Department of Transportation (DOT 303c) Act, Section 4 (f) Lands -- The environmental assessment will discuss the possible effects of the proposed project and alternatives on publicly owned parks, recreation areas, wildlife and /or waterfowl refuges of local, state, or national significance, and /or historic sites of national, state, or local significance. Task 6.9 Historic, Architectural, Archeological and Cultural Resources -- A limited cultural resources survey of the project area will be made to determine if there are any properties in or eligible for inclusion in the National Register of Historic Places. The findings will be documented and coordinated with the State Historic Preservation Office (SHPO). This task specifically does not include a Phase 1 Cultural Resource Assessment. A Phase / study would include shovel tests, archiving of any artifacts found and a more thorough report. Should the SHPO request such, it will be accomplished under a supplemental agreement. Task 6.10 Biotic Communities -- An examination of the existing biotic communities in the proposed project area will be accomplished to determine the significance of the development's impacts. Coordination with the U.S. Fish and Wildlife Service will be documented. An on -site species study will be conducted for this task. Task 6.11 Endangered and Threatened Species -- The assessment will include an endangered species investigation to determine if the proposed action or alternatives would jeopardize the continued existence of any endangered or threatened species or result in the destruction or adverse modification of critical habitat of such species. An on -site species study and report that describes the site conditions and suitable habitats as well as any protected species will be conducted for this task. Task 6.12 Waters of the US -- This task will include the delineation of all wetlands and streams under the jurisdiction of the US Army Corps of Engineers and all streams that required the state's 25 -foot buffer that are within the project area. All wetlands within or immediately adjacent to the project limits observed during the walk over, will be delineated in the field according to the 1987 Corps of Engineers Wetland Delineation Manual. The boundaries of all jurisdictional wetlands and streams will be surveyed using a GPS sub -meter level receiver. The surveyed coordinates will be provided to the client for inclusion in the airport base map. Routine Determination Method Onsite Data forms for typical wetland and upland areas of the site will be prepared. The approximate boundaries of all jurisdictional waters will be sketched on the airport base map. I ( ) r Task 6.12a Section 404 Permit -- A Section 404 Nationwide Permit may be required for the project. In the event a Section 404 Nationwide Permit is needed, preparation of the permit application and submittal to the US Army Corps of Engineers will be subject to a separate notice to proceed by the client. Task 6.13 Floodplains -- Consideration will be given to floodplains, as defined in Executive Order 11988. Those areas that would be inundated by a 100 -year flood within the project area will be detailed. A floodplain assessment will be conducted to determine the project's impact on floodplains, if any, and the potential risks to human safety and property damage. The environmental analysis will be in accord with DOT Order 5650.2 that establishes a policy to avoid taking an action within a 100 -year floodplain where practicable. Task 6.14 Coastal Zone Management Program -- Detailed procedures have been established in the National Oceanic and Atmospheric Administration (NOAA) Regulations (15 CFR Part 930) for determining consistency of federal or federally- funded projects with approved coastal zone management programs. A statement of finding will be provided. Task 6.15 Coastal Barriers -- The Coastal Barriers Resources Act of 1982, PL 97 -348 (CBRA), prohibits, with some exception, federal financial assistance for development within the Coastal Barrier Resources System which consists of undeveloped coastal barriers along the Atlantic and Gulf coasts. A statement of finding will be provided. Task 6.16 Wild and Scenic Rivers -- The U.S. Department of Interior maintains a National Inventory of river segments, which appear to qualify for inclusion in the National Wild and Scenic River System. These river segments are protected under the Wild and Scenic Rivers Act (PL 90 -524 as amended). A statement of finding will be provided. Task 6.17 Farmland -- Coordination with the U. S. Department of Agriculture will be accomplished to obtain all available information on soil types for the proposed project and alternatives. Task 6.18 Energy and Natural Resources -- Estimates of the proposed development's impact on the production or supply of local energy and other natural resources will be made. Coordination with local utility companies will be accomplished to assure the project and alternatives will not significantly affect the supply. Task 6.19 Liaht Emissions -- The assessment will include consideration of proposed site lighting systems and their effect on people and sensitive land uses in the vicinity of the project. This discussion will include possible measures to lessen any identified impacts. Task 6.20 Solid Waste -- Solid waste will be addressed in terms of the effects of any commercial /industrial improvements based upon the quantities of waste generated. Means of collection and methods of disposal will be cited. Task 6.21 Construction Impacts -- Specific effects during construction which may create adverse environmental impacts include noise of construction equipment on the site, noise and dust from delivery of materials through local roads, creation of borrow pits and disposal of soil, and water pollution from erosion. The extent to which any of these effects are subject to local, state, or federal ordinances or regulations will be discussed, as applicable, together with measures to be taken to conform with such requirements and prevent or minimize these impacts from occurring. Task 6.22 Hazardous Materials -- An on -site investigation for obvious signs of hazardous waste or illegal dumping will be conducted. A Phase 1 Environmental Audit will not be conducted unless it is triggered by something noted in the cursory field investigation. Should a Phase 1 Audit become necessary, it will be conducted under a separate agreement. Task 6.23 Cumulative Impact Analysis -- This task is an analysis of impacts on resources dues to a proposed action and impacts on the same resources due to past, present and reasonably foreseeable actions. Element 7 - Citizen Involvement and Agency Review Task 7.1 Public Information / Public Hearing -- This task addresses the need for disseminating information to the public in conjunction with the environmental assessment. FAA Order 5050.4A requires the opportunity for the public to review and comment on draft and final environmental assessments. To meet this requirement, a notice will be prepared for a newspaper of general circulation noting the location of the draft environmental assessment available for review. An appropriate time for review and comment will be afforded the public. Responses to any environmentally related public comment will be addressed under this task. In addition, the opportunity for public information / public hearing meetings will be offered. EPEI will attend public information / public hearing meetings with the Airport Design Team, if requested. Task 7.2 Agencv Review -- The environmental assessment will be coordinated with local, regional, state, and federal clearinghouses and environmental I IL agencies. This coordination will include an initial coordination on the project and proposed development, an opportunity to review the draft environmental assessment, and presentation of the final environmental assessment document to requesting agencies. Element 8 - Summary of Responses Task 8.1 Public Hearinq — This task addresses the need for addressing environmentally related comments received following public meetings / public hearings of the draft environmental assessment. Task 8.2 Agency Comments — This task addresses the need for addressing environmentally related comments received following agency review of the draft environmental assessment. Element 9 - Completion and Printing of Draft Environmental Assessment Report Task 9.1 Printing, Reproduction, and Report Preparation -- This element includes the work associated with report preparation and printing costs for the draft environmental assessment. Up to fifteen (15) copies of the preliminary draft environmental assessment reports will be produced for circulation to agencies and for location in the community during the comment period. Five copies of the draft environmental assessment report will be presented to the FAA for approval. i f, f b r- 0 CL 00 E m o� fA LL p CD N fA N Q m n L E Q d C .� Ai CL L � N J3 W H 3 Q Mid Min ° d M O M .. ' 00 N N�N d d N N. r d Ol M «N ««« NN GD .. N M OR N t0. N M M t aU� N @ m a p W N N Hw r r r oo a Emo H H H M 0 m,F X W M O ' -�- A N V __ N d. H a�a y�y N H W NH N H W N - �- V tl1 W ' H H N H ' H « N H H H. G N d H M M N S H H H H H H H H N H H H N o H N W S LO O O 2 00 00 Odd O>O> OOdd N.NddNO V d' «.- N«««NN0 N ST N O OM N N N ° 00 00 H OoO H H oO H H 000 H H H H 00000000°00000000000000 H ----------------------- o oo. N N oOO N N 00 H N N 0 W O NN NN H H N C A Q N 2 ° o G lan 0 0 0 0 H 0 0 . .. 0 0 0 H H 0 0 0 0 0 0 0 0 0 ..... 0 0 0 0 0 0 0 0 0 0 ... H HHHH .. . H H H H H H N H ... . . OfM NI W O O O N --- N dd dd N b H O 2 O HH O O HH O N .. Mid N O .. Hv ...... N ...... d d V. d d d M. N ono O O NN .. N N d p � pd � s� oM a � a�}p � p ��°o°°°000°M N �� N H H H H H M W d H N W A N O O O � H H HH N .g O O 0 0 . d N .. . d N � .. d d M d d C m N ! O 2 M HH OiH H OI W H W �HNW H HNHHN ...HHHHHHHHHHHN H W HHHHH H H yj m O O � i y H N N N d N O 2 Ui � 3 m O ~ w E a J u c m 2 c W '0 N w H a � u c a a m a a a 2 _ C a c- m m O m E V J O R Ti N a a V 2 c c m E O a F c c Z 9 c ° m a a w > S 0 n E �= U c m' ro ro c 3. a E - « N E E �'- z y - ,� W o to mZ � C �¢` w n m J °� mm Ev ^° m 'E ro c o C m d _ m � - E � C ` w > 2 O Q . m p 0 j N ° mod Y .` C N m N C !O > m m p y T ry E Qa (�4 °•Q o`m E.o E'-� a- O N c `c¢ m O E U ti m °aa yf K 2 W a iN (? m E e O. d m Y •. a m w �� Q Y C uoio m- m�cw�wnE,6 > c7M� c w w3 - W U >> O= N O°n a .O °^ N C '° O - ° d p o A j �- U a y E u o a1 a O J w 3 3 0 m w` LL U N 3 E W N M (a f ~ Es° y E W EYx° E mn s s N M Evi viNC s s s N N I C N M d .. r .. «« �- N N N E a ro�mi��rDm�rofc mairo �fri rD ro�rororom a '. m m m m m ».. m a m m a m'� w w'� w m m m - C N S E mxo W C N- E wO0o s '� m E a S r � Q m ad a wain 4 _ w�r'n ^' "' a w��in m wr=r'n 3� m a A w���m' ^' aA a A AAmw wrrr= ��r��'= r��r�������t -�� a a m in 'w�M m w��. o S m wt-in a a i, ( / 6 csra TESTING & ENGINEERING CO., INC. 1005 Emmett Street • Suite A • Augusta, GA 30904 • (706) 733 -6960 - James M. Pope, P.E. Fax 737 -0629 September 15, 2009 CSRA's Proposal For Geotechnical Testing Campbell and Paris Engineers 313 Wingo Way Mt. Pleasant, SC 29464 Attn: Mr. Daniel J. Alexander, EIT Re: SPLOST South Access Roadway Augusta Regional Airport Augusta, Georgia Dear Mr. Alexander: As requested, we are pleased to present the following proposed scope of work for providing construction materials testing services for the referenced project. Services and Fees Mobilization $ 500.00 Borings: 33 VF @ $15.00NF $ 7,425.00 Modified Proctors (ASTM D1557): 19 @ $128.00 each $ 2,432.00 Atterburg Limits (ASTM D4318):19 @ $150.00 each $ 2,850.00 Grain size (ASTM D422): 19 @ $75.00 each $ 1,425.00 Soil Classification (ASTM D2487): 19 @ no charge $ 0.00 In -Situ moisture: 19 @ $15.00 each $ 285.00 CBR (ASTM D1883): 19 @ $300.00 each $ 5,700.00 Visual identification of soils and in -situ moisture content (ASTM D2488): 14 @ $15.00 each $ 210.00 Soil acidity testing: 19 @ $25.00 each $ 475.00 P. E. Review and Report $ 1.200.00 Total Proposed Fee $ 22,502.00 All work to be performed in accordance with Campbell and Paris Engineers' Request for Proposal for Subsurface Exploration SPLOST South Access Roaway at Augusta Regional Airport in Augusta, Georgia, dated September 10, 2009. Thank you for this opportunity. Respectfully submitted, Jeffery S. Pope Project Coordinator JSP /df Member of American Society for Testing and Materials A. t_ 4 1 Gore Surveying's Proposal For Ground Survey WILLIAM R. GORE PROFESSIONAL LAND SURVEYORS, INC. 1 804 CENTRAL AVENUE AUGUSTA, GEORGIA 30904 Telephone: 706.738.8771 FAX- 706.7366249 E-mail: wgsurvevpknologv net Mr. Daniel Alexander Campbell & Paris Engineers 313 Wingo Way Mt. Pleasant, South Carolina 29464 September 16, 2009 Dear Sirs: We are pleased to present the following proposal to provide surveying services for the Augusta Regional Airport at Bush Field Pavement Rehab Project. Scope: Provide a topographic and utility survey of approximately 318 acres comprised of the area south of Runway 8 -26 as shown on your provided drawing SPLOST ACCESS ROAD Survey Exhibit accordance with your provided scope of work. Conditions: %2 foot contours on paved areas 1 foot contours on ground areas Pavement, storm sewer, lighting, signage, and utilities will be shown CSRA Utility Marking will be used to mark underground utilities Runway pavement to be done at night (11:00 pm to 5:30 a.m.) 100' grid to be used for topographic survey Drawings to be provided in AutoCad Format Fee: Topo of 318 acres = $25,000 Utility marking by private firm $2500 Roadway, culvert, and project baseline = $6500 Record Plat (52 acres) including property markers = $2500 Total = $36,500.00 Schedule: We can begin work on September 7, 2009 and can have all work completed within three weeks. Thank you for this opportunity William R. Gore PLS