Loading...
HomeMy WebLinkAboutCONTRACT BETWEEN AUGUSTA, GEORGIA AND MEAD AND HUNT, INC. FOR AVIATION CONSULTING SERVICES CONTRACT BETWEEN MEAD AND HUNT, INC. AND AUGUSTA RICHMOND COUNTY ON BEHALF OF THE AUGUSTA AVIATION COMMISSION FOR AVIATION CONSULTING SERVICES AT AUGUSTA REGIONAL AIRPORT AT BUSH FIELD THIS CONTRACT (Contract) made and entered into this i day of �U , 2018, between Augusta, Georgia (hereinafter called the "City"), by and through the gusta Aviation Commission for the Augusta Regional Airport at Bush Field and the firm of Mead & Hunt, Inc., a Wisconsin corporation, authorized to do business in the State of Georgia (hereinafter called the "Consultant"), located at 307 West Main Street, Lexington, South Carolina, 29072. WITNESSETH: WHEREAS, the City is the owner of the Augusta Regional Airport at Bush Field located in Augusta, Georgia (hereinafter called the "Airport") which is managed by the Augusta Aviation Commission; and WHEREAS, the Airport wishes to undertake various Airport development project(s) which will be described as individual work tasks orders (hereinafter referred to as the "Project"); and WHEREAS, the City and the Airport intend to partially finance said project(s) with financial aid from the U.S. Government acting through the Federal Aviation Administration (hereinafter referred to as "FAA") under the Airport Improvement Program; or with financial aid from the Georgia Department of Transportation (hereinafter referred to as the "GDOT") and the local participation provided by the City and/or Airport; and add CFCs, PFCs and local funding sources. NOW THEREFORE, in consideration of these promises and of the satisfactory performance by the Consultant of the services hereafter provided and for the payments to be made therefore by the Airport, the Consultant and the Airport do hereby agree as follows: SECTION 1 DEFINITIONS The following definitions are applicable to the services provided under this Contract: 1.1 Architectural/Engineering (A&E) Services. The term "architectural and engineering services" means: Page 1 of 99 1.1.1 Professional services of an architectural or engineering nature, as defined by State law, if applicable, which are required to be performed or approved by a person licensed, registered, or certified to provide such services as described in this paragraph; 1.1.2 Professional services of an architectural or engineering nature performed by contract that are associated with research, planning, development, design, construction, alteration, or repair of real property; and 1.1.3 Such other professional services of an architectural or engineering nature, or incidental services,which members of the architectural and engineering professions (and individuals in their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soil engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services. 1.2 Airport. Augusta Regional Airport at Bush Field. 1.3 Federal Aviation Administration (FAA) 1.4 Fee. Compensation paid to the consultant for professional services rendered. 1.5 Planning Services. Professional services of the Consultant firm may include: airport master and system plan studies, airport noise compatibility plans (14 CFR part 150 studies), and environmental assessments and related studies. 1.6 Task Order(s). Shall mean a specific scope of work issued to the Consultant by the Airport for each project to be completed during the term of the Contract. SECTION 2 CONSULTANT'S PERSONNEL AND SUBCONTRACTORS 2.1 The Consultant shall assign sufficient qualified personnel for completion of the Project within the Project's design and construction schedule. Failure to provide adequate personnel to meet the project schedule may be deemed an event of default by the Airport. 2.2 The Consultant's Project Manager, Christopher Birkmeyer, P.E., shall not be changed during the term of this Contract unless: 2.2.1 Specifically allowed or requested by the Airport whereupon such change shall be made as soon as reasonably possible; Page 2 of 99 2.2.2 For termination of the Project Manager's employment with the Consultant; or 2.2.3 For other reasons outside of the Consultant's reasonable control. 2.3 The following subcontractors have been proposed by the Consultant and accepted by the Airport: 2.3.1 Cranston Engineering Group, P.C. 2.3.2 Johnson, Laschober &Associates, P.C. (JLA) 2.3.3 Miles Engineering Associates (MEA) 2.3.4 Aulick Engineering, LLC 2.3.5 MC2, Inc. 2.3.6 Edwards-Pittman (EP) 2.3.7 Ken Weeden &Associates (KWA) 2.3.8 Khafra Engineering Consultants, Inc. 2.3.9 Infrastructure Systems Management, LLC (ISM) 2.4 Consultant shall not change the subcontractors listed herein without written notice to the Airport citing the reason therefore and acceptance by the Airport of the proposed substitute subcontractor, which shall not be unreasonably withheld. 2.5 Consultant shall be responsible for furnishing, maintaining and paying for all labor, equipment, materials, permits, licenses, supplies and services necessary to perform all of its responsibilities under this Contract. 2.6 Consultant shall obtain and maintain all permits, licenses, certifications and approvals as required by all regulatory agencies with jurisdiction over the assigned projects, including any regulatory agencies of the City, County or federal government. 2.7 Consultant shall comply with all local, state, and federal laws and regulations applicable to its responsibilities under this Contract. 2.8 Consultant shall provide adequate computer and auxiliary equipment deemed necessary for the successful delivery of services. 2.9 Consultant's staff shall have cellular phones available at all times for on-demand contact 24 hours per day,7 days per week. No later than five(5)days after the date of this Contract, Consultant shall provide Airport with a list of all employees providing services pursuant to this Contract, along with the cellular telephone number of each. Consultant shall update that list no later than five (5) days after the issuance of each Task Order. 2.10 The Consultant shall provide vehicles for the daily on-demand use by its employees. 2.11 Consultant shall assign personnel that possess the necessary skill set for the type of project assigned. Page 3 of 99 SECTION 3 BASIC SERVICES OF CONSULTANT 3.1 General This is a Project Task Order Contract with the City, on behalf of the Airport, to provide general professional Airport Planning and Engineering services, Project Management and construction inspection services, in accordance with the Federal Aviation Administration (FAA) Advisory Circular 150/5100-14D, "Architectural, Engineering and Planning Consultant Services for Airport Grant Projects", from the executed date of this Contract or as amended during the term of this Contract. Specific services thereto associated with the state and locally funded project(s) shall be further described in Section 3 and Attachment A. 3.2 Scope of Work for Projects 3.2.1 The project(s) to be accomplished under the provisions of this Contract shall be identified as Task Orders and incorporated into this Contract by reference in the general Scope of Work in Attachment"A"which shall fully describe the anticipated scope, schedule, costs and method of payment for providing the necessary Airport planning, engineering, project management, value engineering, construction inspection or any other related services requested by the Airport. All such Task Orders shall require approval of the Augusta Aviation Commission (hereinafter Aviation Commission). 3.2.2 The Consultant shall prepare a proposal for each Scope of Services when such services are requested by the Airport. The Airport shall review the proposal, and when required, submit such proposal for review and concurrence by the FAA or GDOT or any other approving regulatory agency providing funding for the project. Upon acceptance by the Airport, and if required, the funding agency, the proposal shall be presented to the Aviation Commission for approval and incorporation into the Contract by addendum as a supplement to Attachment"A." 3.3 All memoranda, reports and other documents prepared by the Consultant shall be subject to review by the Airport's Engineer or her designee,prior to release to the public, the State or any of its agencies or the Federal government. 3.4 AVIATION PLANNING SERVICES. Consultant may be required to provide Aviation Planning services such as master planning, airport noise compatibility planning and environmental assessments and related studies. These studies and projects may include, but are not limited to, the following types of activities: 3.4.1 Maintenance Facility Replacement Page 4 of 99 3.4.2 Fuel Farm Relocation 3.4.3 Electrical Vault Replacement 3.4.4 Master Plan Update 3.4.5 Electronic ALP 3.4.6 Taxiway A Extension 3.4.7 Taxiway E Rehabilitation 3.4.8 Taxiway and Apron Area Development SE of the Intersection of Runway 17/35 and Runway 8/26 3.4.9 Rehabilitation of Air Carrier and GA Aprons 3.4.10 Fuel Farm Road Rehabilitation 3.4.11 ARRF Pavement Rehabilitation 3.4.12 SPLOST Infrastructure 3.4.13 Long Term Parking Lot Rehabilitation 3.4.14 North Cargo Ramp Expansion 3.4.15 Rental Car Quick Turn Around Area 3.4.16 EMAS Associated with Runway 8 3.4.17 Jetway Access Ramp (Gate 6) 3.4.18 Infield Infrastructure 3.4.19 Infield Development 3.4.20 Land Acquisition for East Side Development (approx. 215 acres) 3.4.21 Hangar 1 Replacement 3.4.22 AIRMED Hangar 3.4.23 Assistance with required environmental action and documentation 3.4.24 Airport pavement rehabilitation, maintenance, earthwork, and improvements 3.4.26 Consolidated Rental Car Service Facility 3.4.27 Pavement Management System 3.5 ARCHITECTURAL/ENGINEERING (A&E) SERVICES Consultant may be required to perform A&E services normally required for Airport Development projects. These types of Projects may require architectural, civil, geotechnical, structural, mechanical, and electrical engineering services: BASIC ARCHITECT SERVICES 3.5.1 Architects Basic Services will consist generally of the tasks described in this Section and include licensed professional services for the complete design of the Project(s), including without limitation the design of all architectural, structural, security, heating, air conditioning, ventilation, plumbing, fire protection, electrical, and civil components of the Project, as well as, all landscaping, signage/graphics, furniture,fixtures, equipment, materials and colors. To perform all services, Consultant shall employ or engage sufficient qualified personnel and sub-consultants to fully and timely accomplish the services promised and agreed to in this Contract. Page 5 of 99 3.5.2 The Consultant shall perform all its professional services in a manner satisfactory and acceptable to Airport, in keeping with the professional standard of care provided by licensed and skilled architects with substantial experience in providing similar services for projects similar to the Project. The Architect's Drawings and Specifications for the Project shall be suitable for their intended use and shall include plans and profiles necessary to tie all Project water, sewer, gas and storm drainage lines into adjacent existing lines and facilities, as authorized and approved by the Airport. 3.5.3 The Consultant's Drawings and Specifications for the Project shall meet all applicable federal, state, and local statutes, regulations, and codes in effect at the time construction documents are completed. The Consultant shall endeavor to secure all governmental approvals in conjunction with the Airport, except that no waiver shall be requested of any code, standard or specification by Consultant without the prior written consent of the Airport's Representative and/or the Aviation Commission. 3.5.4 The Consultant shall perform all Basic Services in accordance with the terms and conditions of this Contract. The term "Basic Services" as used in this Contract herein shall mean all of the architectural and engineering services required for the proper design and construction of the Project(s), and includes, but is not limited to, all of the following services: (a) The design of all grading, sanitary sewers, storm drainage and sewers, sidewalks, curbs and gutters,paving, site lighting, site handrails and fences, landscaping, and other site work. (b) The design of all foundations and other structural components. (c) All architectural design, including without limitation all exterior walls, exterior finishes, interior walls, interior finishes, architectural wood and metals, building envelope, roofing, flashing, sealants, thermal insulation, sound insulation, signage, graphics, security systems. (d) The design of all systems, including without limitation the electrical, plumbing, heating, ventilating, air conditioning, fire protection, life safety, audio-visual communications, access control, conveying systems, and security systems and all interconnections between them. (e) All other design necessary or advisable in order to construct the Project in accordance with the Airport's plans. (f) The determination of the availability of utility services to the Project, including without limitation water, telephone, gas, electricity, wastewater, storm drainage, high speed internet, and other required utilities. (g) Evaluation of alternative materials and equipment that may be incorporated into the project and of all electrical, plumbing, heating, ventilating, air Page 6 of 99 conditioning, and fire protection, security and other systems to be incorporated into the Project. (h) Advising the Airport with respect to potential savings in cost and/or time through the use of alternate materials,equipment,or systems for the Project. (i) The preparation of all drawings, specifications and other documents necessary for the construction of the Project and of all schedules and other documents necessary in connection with the phasing of the construction of the project and the eliciting of competitive bids or proposals (as the City may elect) with respect to the construction of the Project. (j) Advising the Airport with respect to the classifications of construction work included in each aspect of the Project and with respect to the trades required for the construction of each aspect of the Project. (k) Participation, as provided in this Contract or any Task Order, in the process of securing and evaluating bids and/or proposals for the selected contractor for the Project (s). (1) Providing to the Airport estimates of construction cost for various portions of the project,in detail sufficient to permit the Airport to evaluate proposals or bids received for the construction of various portions of the Project(s). (m) Participation in meetings with the Airport to advise in the coordination of the construction of the Project(s). (n) Observation and administration of the construction process as specifically set forth in the Task Order. (o) Preparation and evaluation of proposed change orders with respect to the construction of the Project. (p) Review and approval of all shop drawings, product data and samples. (q) Investigations of existing conditions in order to enable Consultant to perform the Basic Services. (r) Assistance in the initial testing, adjusting and balancing of all equipment and systems incorporated into the Project. (s) Services to the Airport with respect to the correction of any defective or nonconforming work. (t) Preparation of a set of reproducible record drawings showing the Project as constructed and based upon as-built drawings, and other information furnished to the Consultant. This information shall be delivered to the Airport on computer disc in a version compatible with AutoCAD 2007. Page 7 of 99 (u) Utilization of "E-Project" as the Project Management web-based communications and document control system. 3.5.5 The entire compensation of the Consultant for the performance hereunder of services, including any and all compensation in respect to costs or expenses incurred by Consultant in the performance hereunder and any Reimbursable Expenses payable to Consultant in respect to the performance hereunder or any Task Order issued shall be paid at the rates set forth in Attachment B. Consultant acknowledges that, in order to obtain the approval of Aviation Commission and Board of Commissioners in respect to various matters pertaining to the design and construction of the Project, Consultant may have to make multiple presentations to various boards, agencies and public groups and agrees that the making of any and all such presentations is part of its services. 3.5.6 Notwithstanding anything to the contrary set forth herein, preparing drawings, specifications and other documentation and supporting data, evaluating proposals, and providing other services in connection with Change Orders and Construction Change Directives, are all parts of Basic Services. 3.5.7 Consultant's Basic Services shall be performed and completed in accordance with the schedule set forth in each Task Order, except as adjusted for approved extensions. The Consultant shall not be penalized for delays occasioned by action or inaction by the Aviation Commission or City's Board of Commissioners. 3.6 Preliminary Phase. This phase involves those activities required for defining the scope of a Project and establishing preliminary requirements. Some examples of activities within this phase of a Project include, but are not limited to: 3.6.1 Conferring with the Airport on Project requirements, finances, schedules, early phases of the Project, and other pertinent matters and meeting with FAA and other concerned agencies and parties on matters affecting the Project. 3.6.2 Planning, procuring, and/or preparing necessary surveys, geotechnical engineering investigations, field investigations, and architectural and engineering studies required for preliminary design considerations. 3.6.3 Developing design schematics, sketches, environmental and aesthetic considerations, Project recommendations, and preliminary layouts and cost estimates. 3.7 Design Phase. This phase includes all activities required to undertake and accomplish a full and complete Project design. Examples include, but are not limited to, those below: 3.7.1 Conducting and attending meetings and design conferences to obtain information and to coordinate or resolve design matters. 3.7.2 Collecting engineering data and undertaking field investigations; performing geotechnical engineering studies; and performing architectural, engineering, and Page 8 of 99 special environmental studies. 3.7.3 Preparing necessary engineering reports and recommendations. 3.7.4 Preparing detailed plans, specifications, cost estimates, and design/construction schedules. 3.7.5 Preparing construction safety plans. 3.7.6 Printing and providing necessary copies of engineering drawings and contract specifications. 3.8 Bidding and Negotiation Phase. These activities are sometimes considered part of the construction phase. They involve assisting the Airport in advertising and securing bids, negotiating for services, analyzing bid results, furnishing recommendations on the award of contracts and preparing contract documents. 3.9 Construction Phase. This phase includes all basic services rendered after the award of a construction contract, including, but not limited to, the following activities: 3.9.1 Providing consultation and advice to the Airport during all phases of construction. 3.9.2 Representing the Airport at preconstruction conferences. 3.9.3 Inspecting work in progress periodically and providing appropriate reports to the Airport. 3.9.4 Reviewing and approving shop and erection drawings submitted by contractors for compliance with design concept/drawings. 3.9.5 Reviewing, analyzing, and approving laboratory and mill test reports of materials and equipment. 3.9.6 Preparing and negotiating change orders and supplemental agreements. 3.9.7 Observing or reviewing performance tests required by specifications. 3.9.8 Determining amounts owed to contractors and assisting Airports in the preparation of payment requests for amounts reimbursable from grant projects. 3.9.9 Making final inspections and submitting punch-lists and a report of the completed project to the Airport. 3.9.10 Reviewing operations and maintenance manuals. 3.10 Basic Services Basic Services shall include the following: Page 9 of 99 3.10.1 Making revisions in drawings, specifications or other documents if such revisions are: (a) inconsistent with approvals or instructions previously given by the Airport, including revisions made necessary by adjustments in the Airport's program or Project budget; (b) required by the enactment or revision of codes, laws or regulations subsequent to the preparation of such documents; (c) due to changes required as a result of the Airport's failure to render decisions in a reasonably timely manner; (d) Providing services required because of significant changes in the Project including, but not limited to, size, quality, complexity, Airport schedule, or the method of bidding or negotiating and contracting for construction; (e) Evaluating substitutions proposed and making subsequent revisions to Drawings, Specifications and other documentation resulting therefrom; (f) Consultation concerning replacement of Work damaged by fire or other cause during construction, and furnishing services required in connection with the replacement of such work; (g) Evaluating claims in connection with the Project, provided however that, if and to the extent that any such claims arise out of or are the result of any negligent or wrongful act or omission of Consultant and/or any failure by Consultant to perform Basic Services and/or Additional Services subject to and in accordance with the terms and provisions set forth in this Contract, the Consultant shall be entitled to no compensation for the evaluation of such claims; and (h) Providing services in connection with a dispute resolution proceeding or a legal proceeding except where Consultant is party thereto, provided however, that if Consultant is a party to any such proceeding and/or if and to the extent that any such proceeding arises out of, is the result of or involves as an issue any negligent or wrongful act or omission of Architect and/or any failure by Consultant to perform Basic Services and/or Additional Services subject to and in accordance with the terms and provisions set forth in this Contract, such services shall be included in Basic Services required to be performed hereunder by Consultant. 3.11 Additional Basic Services 3.11.1 Providing analyses of Airport needs and programming the requirements of the Project. Page 10 of 99 3.11.2 Providing financial feasibility or other special studies. 3.11.3 Providing planning surveys, site evaluations or comparative studies of prospective sites. 3.11.4 Providing special surveys and environmental studies required for approvals of governmental authorities or others having jurisdiction over the Project. 3.11.5 Providing services relative to future facilities, systems and equipment. 3.11.6 Providing services to investigate existing conditions or facilities or to make measured drawings thereof. 3.11.7 Providing services to verify the accuracy of drawings or other information furnished by the Airport. 3.11.8 Providing detailed quantity surveys or inventories of material, equipment and labor. 3.11.9 Providing analyses of owning and operating costs. 3.11.10 Providing assistance in the utilization of equipment or systems such as testing, adjusting and balancing, preparation of operation and maintenance manuals, training personnel for operation and maintenance, and consultation during operation. 3.11.11 Providing services after issuance to Airport of the final Certificate for Payment, or in the absence of a final Certificate for Payment, more than one year after the date of Final Completion. 3.12 Schematic Design Phase 3.12.1 The Consultant shall consult with the Airport's Engineer to clarify the list of priorities for the Project and shall conform the Schematic Design to such requirements and priorities as stated in the Project. 3.12.2 The Consultant shall provide a preliminary evaluation of the Project, including without limitation the schedule and the construction budget. 3.12.3 The Consultant shall prepare Schematic Design Studies ("Studies") for consideration and approval by the Airport's Representative and shall submit the drawings and/or other documents which illustrate the scale and relationship of the Project components within the time allotted under the agreed Performance Schedule as detailed in the Task Order for the Project and as adjusted for approved Page 11 of 99 time extensions. The Studies shall be submitted in electronic format and shall consist of at least the following: (a) Site plan showing plans for each level; (b) Elevations for all structures with two or more sections for each structure; (c) Outline specifications; (d) Statistical summary of design areas; and (e) Drawings necessary to adequately present the concept. 3.12.4 The Schematic Design shall include the normal and customary disciplines for the standard of care of designing a facility similar in function,objectives,classification, construction,and size to the facility described in the project,including,architectural design, structural design, mechanical design, electrical design, civil design, landscapes design, and interior design. Materials research and specifications shall also be included in this phase of the Project. 3.12.5 The Consultant will be required to provide the Airport a statement of probable construction cost based on the Consultant's Schematic Design. Should the Consultant's statement of probable construction cost exceed the Project budget, the Consultant shall work with the Airport and make changes to its Schematic Design to bring the Project costs within the budget while satisfying Project requirements. The Consultant shall make a presentation to the Airport upon the completion of the Schematic Design. 3.12.6 If the Consultant's Schematic Design cost estimate exceeds the Project budget, the Consultant shall make recommendations to the Airport regarding various means whereby the budgetary and functional objectives of the Project can be met. Said recommendations shall provide for adjustments to enable the construction of the facility within the Project's budget and schedule. 3.13 Design Development Phase 3.13.1 The Consultant shall prepare Design Development Documents based on the Schematic Design Documents approved by the Airport. Design Development Documents shall include adequate specifications for elements of the Project for approval by the Airport. Design Development Documents shall fix and describe the size, cross sections and character of the project as to architectural, structural, vertical transportation, mechanical, life safety, electrical and other systems, materials, and such other essentials as may be necessary and appropriate resulting in fully developed floor plans, exterior elevations, interior elevations, reflected ceiling plans, wall and building sections, key details and basic building systems. The Design Development Phase shall be completed within the agreed upon Project Performance Schedule. 3.13.2 The Consultant shall submit the proposed Design Development Documents to the Airport's Engineer for review. Page 12 of 99 3.13.3 The Consultant shall submit outline specifications for all major elements of construction including,but not limited to: architectural,structural,mechanical,civil design, landscape, interior, electrical, signage/graphics, security, furniture, fixtures and equipment (FF&E) and vertical transportation. Materials research and specifications shall continue with the production during this phase of a design manual, including design criteria and outline specifications and materials lists. 3.13.4 The Consultant will be required to provide the Airport a statement of construction cost based on the Consultant's Design Development Documents. Should Consultant's statement of construction cost exceed Project budget,Consultant shall work with the Airport's Engineer and make changes to the Design Development Documents to bring the Project into the budget. 3.14 Construction Documents Phase 3.14.1 Upon the Airport's approval of Design Development Documents, the Consultant shall prepare Proposed Construction Drawings and Specifications setting forth in detail the requirements of the Project for bidding purposes, including the necessary bidding information. 3.14.2 The Consultant will be required to prepare a statement of probable construction cost based on the Proposed Construction Documents. Should the Consultant's statement of probable construction cost exceed the Project budget, the Consultant shall work with the Airport's Engineer, and make changes to bring the Project into the budget. 3.13.3 The Consultant shall submit proposed Construction Documents to the Airport's Engineer for review: (a) Tracing of the Project Title Sheet, signed by the Consultant, with seal affixed. (This tracing shall be returned to City Representative to print Contract Documents when the signatures of City officials have been properly affixed); (b) Three (3) unbound copies of approved specifications for use with subsequent binding of the signed construction contracts. Contract documents shall be subject to the approval of the City Attorney's Office; and (c) A complete set of reproducible drawings with seal affixed. 3.15 Bidding Process Page 13 of 99 3.15.1 Each bid phase will be identified by the Airport Engineer. The Consultant shall comply with all City, state and federal bidding requirements. 3.15.2 The Consultant shall, subject to the approval of Airport and as part of Basic Services prepare all bidding documents. 3.15.3 The Consultant shall participate in all pre-bid conferences, including on-site visits to facilitate bidders'understanding of the Construction Documents, the various on- site conditions,and the coordination and scheduling requirements conducted by the Airport and City's Representatives for the benefit of all bidders,it being specifically understood that these conferences shall be a forum for the City, Airport Representative, and Consultant to present the Project parameters to the bidders, including information concerning scheduling requirements, time/cost control requirements, access requirements, administrative requirements and technical information regarding the Project. 3.15.4 Upon receipt of bids, the Consultant shall assist the Airport where necessary to evaluate the bids for completeness, responsiveness and price, including alternate prices and unit prices. Consultant shall assess the impact of bid prices on Construction Cost and shall make appropriate budget recommendations to the Airport based upon the bids received for the purpose of keeping the construction of the Project within the Airport's project budget. 3.15.5 It shall be the responsibility of the Consultant to work with the Airport to ensure that line item budgets for trades and work items are met through competitive bidding. If any line item is exceeded, the Consultant shall propose and, upon the Airport's approval, implement adjustments to the Bid Documents until these budgets are met throughout the entire Project. Additionally, Consultant shall provide coordination of construction elements within the documents performed by separate contractors or by Airport's own forces and coordination of services required in connection with construction performed and equipment supplied by the Airport. 3.16 Construction Phase - Administration of the Construction Contract(s) 3.16.1 The Construction Phase will commence with the award of the first construction contract or purchase order by Airport of the entire Project. It is understood, however, that Consultant shall continue to assist Airport in the correction of defects in Project materials and workmanship, resolution of defects in project materials and workmanship, and resolution of Project-related claims and disputes, in no case past one year after the final completion of the Project. Acceptance of the project by the Airport shall be deemed to have occurred upon the occurrence of all of the following events: (i) the issuance by the Consultant of a certificate of substantial completion of the Project; and (ii) the issuance by the appropriate governmental authority of a certificate of occupancy for the Page 14 of 99 Project; and (iii) the commencement of beneficial occupancy of the project by the Airport; and(iv)written acceptance of the project by the Airport's Engineer. 3.16.2 When requested by the Airport, the Consultant shall render interpretations necessary for the proper execution or progress of the work with reasonable promptness as required by the demands of the Project. 3.16.3 During the Construction Phase the Consultant shall keep the Airport informed in writing of the progress of the Project at least on a weekly basis. 3.16.4 The Consultant shall provide a qualified representative for on-site construction observation. The representative shall visit the site at least once per week to become generally familiar with the progress and quality of the completed work, and to determine if the work is proceeding such that it will be in accordance with the Contract Documents upon completion. The Consultant shall prepare a Field Report of each visit and shall submit it to the Airport following the visit. The Consultant's report shall constitute a representation by Consultant to Airport, based on observations at the site that to the best of Consultant's knowledge, information and belief, the quality of the completed work is in accordance with the contract documents (subject to an evaluation of the work as a functioning whole upon substantial completion, to the results of any subsequent tests required by the contract documents, to minor deviations from the contract documents correctable prior to project completion, and to any specific qualifications expressly stated in the Consultant's report). 3.16.5 The Consultant shall employ all best methods to safeguard the Airport against defects and deficiencies in the completed work (consistent with Paragraph 3.16.4 above). The Consultant shall not be responsible for the construction means, methods, techniques, sequences of procedures, nor for the safety precautions and programs employed in connection with the work. However, the Consultant shall promptly inform Airport as any defects and deficiencies in the completed work are observed, or when any observed actions or omissions are undertaken by the contractor(s) which are not in the best interest of the Airport or the Project. 3.16.6 The Consultant shall have authority to reject work which does not conform to the contract documents, it being understood that no such action will be taken without the prior consultation with the Airport. 3.16.7 Whenever the Consultant considers it necessary or advisable, it shall have authority to require inspection or testing of the work in accordance with the provisions of the contract documents, whether or not such work is fabricated, installed or completed. 3.16.8 Upon the Airport's written request,the Consultant shall make recommendations on all claims and disputes among the Airport, contractor(s) relating to the Page 15 of 99 execution and progress of the work or the interpretation of the contract documents, based upon such review and analysis by the Consultant as may reasonably be required. 3.16.9 Consultant shall review shop drawing, samples and other submissions of the Contractor for conformance with the design of the project and with the Contract Documents. 3.16.10 Consultant shall prepare Change Orders to the Consultant's contract after review and approval by the Aviation Commission. Each Change Order shall be specific and final as to the cost and time impacts of the change, with no reservations or other provisions allowing additional any compensation or adjustment as a result of the particular changes identified in the Change Order. Change Orders shall be submitted to the Airport Engineer, for approval by the Airport. 3.16.11 The Consultant shall assist the Airport in conducting inspections to determine the date of final completion, shall receive and review written warranties and guarantees and related documents for submittal with the final Certificate for Payment, and shall prepare and present a final Certificate of Payment to the Airport Representative for the Airport's approval and payment. During the final completion process the Consultant shall: (a) In conjunction with Airport, make determinations as to whether all or significant portions of the construction of the project are complete and shall notify the Contractor of any observed incomplete or defective work incorporated into the Project. When incomplete or defective work has been remedied by the Contractor, the Consultant shall advise the Airport of the acceptability and completeness of all or significant portions of the Project; (b) In conjunction with Airport and after the correction of all punch list items, make a final inspection of the Project and shall make a report to Airport which will indicate whether Consultant finds the construction of the Project to be acceptable and in accordance with the Contract Documents and relevant project data; (c) In conjunction with the Airport, participate in the checkout and starting of all utilities and operating systems incorporated into the Project; (d) Assist the Contractor by providing schematic electronic drawings and specifications for the Contractor to provide appropriate operational charts relating to mechanical and electrical systems for posting in mechanical equipment rooms located in the Project; (e) Provide evaluation services during the one-year period after Final Completion of construction of the Project for the purpose of assisting Airport in determining the cause of and potential solutions for any significant project problems and finding a solution to such problems; Page 16 of 99 (f) Conduct at least one follow-up inspection of the project within thirty (30) days before expiration of the one (1) year Warranty period to verify that all defective and/or non-conforming work incorporated into the construction of the Project has been properly corrected; and (g) Assist the Airport to ensure that the Project Final Completion dates set forth on the Project have been accomplished within the time frames and schedules set. 3.16.12 The Consultant shall attend regularly scheduled progress meetings as required by the Airport at a site to be selected by the Airport. 3.16.13 The Consultant may recommend to the Airport minor changes in the Construction Documents that consistent with the Contract Documents and do not involve any adjustment in the price or any extension of the Project Schedule. Such changes shall be accomplished by Change Directive. The Consultant shall issue written clarifications to written requests for information. Consultant shall submit copies of such clarifications to the Airport in writing. 3.16.14 The Consultant shall prepare and deliver to the Airport a set of reproducible and standard electronic format Record Construction Drawings and Record Construction Specifications showing significant changes in the work during the construction process and final location of mechanical and electrical service lines and outlets and of water, sewer, gas and storm drainage lines based upon marked-up prints of drawings and other data furnished. 3.16.15 The Consultant shall review and approve or take other appropriate action upon the Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. Consultant's action shall be taken with such reasonable promptness as to cause no delay in the work or in the activities of the Airport contractors, while allowing sufficient time in Consultant's professional judgment to permit adequate review. 3.16.16 The normal period for the review by Consultant of Shop Drawings, Product Data, Samples and other documents and information submitted by Contractor in connection with the project shall not be longer than ten business days from the date of receipt at the offices of the Consultant, unless such period is extended by Airport and/or unless contractor fails to make such submittals in a timely fashion in accordance with a reasonable submittal schedule to be developed by Contractor and approved by the Airport, provided however that: (a) Whenever any such submittals are reasonably required by the Airport to be reviewed by the Consultant on an accelerated basis, the review period shall not be any longer than that reasonably required by the Consultant to perform such review and, in any event, shall not be longer than five (5) business days; and Page 17 of 99 (b) If the Contractor fails to make such submittals in a timely fashion and such submittals are not reasonably required by the Airport to be reviewed by the Consultant on an accelerated basis,the review period shall not be any longer than that reasonably required by Consultant to perform such review and, in any event shall not be more than ten (10) business days. 3.16.17 The normal period for the review by the Consultant of requests for clarification submitted by the Contractor and the Airport in connection with the Project shall not be longer than five (5) business days unless such period is extended by the Airport Engineer; provided however, that: (a) Whenever any such requests are reasonably required by the Airport to be reviewed by the Consultant on an accelerated basis, the review period shall not be any longer than that reasonably required by the Consultant to perform such review and, in any event, shall not be longer than twenty-four (24) hours; and (b) When any request for clarification submitted by or on behalf of contractor and Airport requires that a change be made in the Drawings and/or the Specifications, the change to the Drawings and/or the Specifications shall be made by the Consultant within ten (10)calendar days after the change in the work has been defined and the notification by the Airport to Consultant to proceed with the making of such change. 3.16.18 If professional design services or certifications by a design professional related to systems,materials or equipment are specifically required of the contractor by the contract documents, Consultant shall specify appropriate performance and design criteria that such services must satisfy. Shop Drawings and other submittals related to the contractor's work designed or certified by the design professional retained by the contractor shall bear such professional's written approval when submitted to the Consultant. Consultant shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals. 3.16.19 The Consultant shall interpret and decide matters concerning performance of the contractor under, and requirements of, the contract documents on written request of either Airport or the Contractor. Contractor's response to such requests shall be made in writing within any time limits agreed upon or otherwise with reasonable promptness. 3.17 Certificates for Payment 3.17.1 The Consultant shall review each of the Contractor's applications for payment and shall issue, within the time allowed by the construction contract, a certificate of payment in such amount as the Contractor is entitled to receive based on the work Page 18 of 99 that the Contractor has properly completed as of the closing date of the application for payment. 3.17.2 The Consultant's certification for payment shall constitute a representation to Airport, based on Consultant's evaluation of the Contractor's work and on the data comprising the Contractor's Application for Payment, that the project has progressed to the point indicated and that, to the best of Consultant's knowledge, information and belief, the quality of the project is in accordance with the contract documents. The foregoing representations are subject (1) to an evaluation of the project for conformance with the contract documents upon final completion; (2) to results of subsequent tests and inspections; (3) to correction of minor deviations from the contract documents prior to completion; and (4) to specific qualifications expressed by the Consultant. SECTION 4 ADDITIONAL SERVICES OF CONSULTANT 4.1 General. Consultant shall furnish or obtain approval from the Airport for additional services that may not be considered normal or customary Airport Planning, Engineering, Project Management and Construction Inspection Services such as Forestry Services. 4.1.1 As part of its Value Engineering and Peer Review responsibility the Consultant shall ensure all necessary regional, environmental, planning, engineering, and related agency approval criteria for the Project has been performed and approved prior to the issuance of a Notice to Proceed (NTP) to the contractor for beginning construction. Consultant shall provide a complete description of all Field surveys, Geotechnical investigations, material testing, etc., required to complete the Scope of Work as part of its proposal for the proper completion of each Task Order. 4.1.2 The Consultant will provide the Airport with copies of all draft interim reports,final reports and other study documents required for review by local, state, and federal agencies as described in the Attachment "A" Scope of Work. 4.1.3 The Consultant will represent the Airport, as requested, in public meetings and other meetings for the Project and shall prepare necessary drawings and exhibits for presentation purposes. 4.1.4 The Consultant will assist the Airport with the submission of the Project(s) documents to the FAA, GDOT, and any other agencies identified by the Airport, for their review and approval. The Consultant will prepare all necessary documents for review and signature by the Airport, and on behalf of the Airport, coordinate the review and approval of such documents. Page 19 of 99 4.1.5 The Consultant will provide the services described in accordance with the policies established by the Airport, FAA, and the GDOT for Aviation Consultant Services. 4.1.6 Some examples of special services that might be employed for Airport Projects include, but are not limited to, the following: 4.1.6.1 Soil investigations, including core sampling, laboratory tests, related analyses, and reports. 4.1.6.2 Detailed mill, shop, and/or laboratory inspections of materials and equipment. 4.1.6.3 Land surveys and topographic maps. 4.1.6.4 Field and/or construction surveys. 4.1.6.5 Photogrammetry surveys. 4.1.6.6 On-site construction inspection and/or management involving the services of a full-time resident engineer(s), inspector(s), or manager(s) during the construction or installation phase of a Project. This differs from the periodic inspection responsibilities included as part of the Basic Services. 4.1.6.7 Special environmental studies and analyses. Expert witness testimony in litigation involving specific Projects. Project feasibility studies. Public information and community involvement surveys, studies, and activities. Preparation of record drawings. Assisting the Airport in the preparation of necessary applications for local, State, and Federal grants. Preparation of or updating of the Airport layout plan. Preparation of property maps. Construction management. Preparation of quality control plan. Preparation of final report. SECTION 5 AIRPORT'S RESPONSIBILITIES The Airport shall perform the following: 5.1 Assist Consultant by placing at its disposal all available information pertinent to the Project including previous reports and any other data relative to the Project. 5.2 Furnish to Consultant, as required for the performance of Consultant's services, all reasonably available as-built data on the Project elements. 5.3 When requested by the Consultant, aid in procuring approvals and permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be necessary for completion of the Project. The Consultant shall be responsible for the preparation of the documents required to be submitted with the Page 20 of 99 permit applications and shall be responsible for ensuring such permits have been received so as not to delay the project. In addition, as directed by Airport the Consultant will attend meetings and work with the representatives of the appropriate authorities to secure approval of the Project. The Airport will assist in this process. 5.4 Designate in writing a person to act as Airport's representative with respect to the services to be rendered under this Contract. Such person shall transmit instructions, receive information, and interpret and define the Airport's policies and decisions with respect to materials, equipment elements, and systems pertinent to Consultant's services. 5.5 Give written notice to Consultant whenever the Airport observes or otherwise becomes aware of any development that may affect the scope or timing of Consultant's services, or any defect in the work. SECTION 6 AIRPORT OWNERSHIP OF DRAWINGS AND CONTRACT DOCUMENTS 6.1 Reproducible copies of drawings and copies of other pertinent data should be made available to the Airport upon request. Copies of disks containing all drawings should be furnished to the Airport. 6.2 When a contract is only for preliminary plans, no commitment that would constitute a limitation on the subsequent use of the preliminary plans or ideas incorporated therein should be stated or implied. SECTION 7 TERM OF CONTRACT 7.1 The term of this Contract shall be for a period of five (5) years from the execution date unless earlier terminated as set forth herein. In accordance with Georgia law regarding multi-year contracts,the effective date of the contract shall continue through December 31 of the date of execution. The contract shall: (i) terminate absolutely and without further obligation on the part of Augusta each and every December 31st, as required by O.C.G.A. § 36-60-13, as amended, unless terminated earlier in accordance with the termination provisions in this Article of this Agreement: (ii) automatically renew on each January 1st, unless terminated in accordance with the termination provisions of this Agreement; and (iii)terminate absolutely,with no further renewals,on December 31,2023,unless extended by written amendment. The Contract Time may be extended only by written renewal approved by the Augusta Aviation Commission, Augusta, Georgia Board of Commissioners and executed by the Augusta, Georgia Mayor and the Contractor in accordance with the terms of this Contract. 7.2 The provisions of this Section 7, and the rates of compensation for Consultant's services provided for elsewhere in this Contract, have been agreed to in anticipation of the orderly completion of each Project (i.e., Task Order assignments). Consultant's obligation to Page 21 of 99 render services hereunder may be extended by the Airport for a period reasonably be required for the completion of the Project including extra work in accordance with the approved Project schedule. 7.3 Consultant's services shall be considered complete upon satisfactory completion of the services outlined in this Contract and all approvals from federal and state agencies have been obtained. SECTION 8 PAYMENTS TO CONSULTANT Methods of Payment for Services and Expenses of Consultant: 8.1 Attachment A shall contain a complete description of Project cost for each Task Order. 8.2 Payment shall be based on percentages of Task Orders complete per month (plus sub- consultant effort)for each lump sum phase of the Project. Payment shall be based on actual and authorized man hours(and sub consultant effort)expended per the monthly summaries submitted for each project element which are identified as "cost plus fee" Task Orders in the general Scope of work but are specifically identified in each Task Order(described in Attachment A) to be invoiced based on actual costs incurred. A written progress report will be submitted with each invoice describing the services performed during the period to support the estimates of work tasks completed. 8.3 Each Task Order prepared, as a supplement to Attachment A and the general Scope of Work shall include a definitive description for the "Method of Payment" which clearly identifies project costs and how each item of cost shall be paid by the Airport. The"Method of Payment" shall designate whether the Task Order shall be a "lump sum" Contract amount or a"cost plus fee not to exceed" type Contract amount. 8.4 The services to be provided in Attachment A shall be completed for the costs detailed in the Attachment A and within the time period described in the schedule contained with Attachment A. The Consultant will provide updates to the Project schedule from time to time so as to keep the Airport informed of progress. Any changes to the Project schedule shall be subject to review and approval by the Airport (with concurrence from the FAA and GDOT if necessary). Consultant shall not extend any Project Schedule without approval of the Airport. 8.5 Should additional services be required beyond the scope of this Contract, adjustments to the Contract amount shall be provided for in a written amendment to this Contract, said amendment to be negotiated by the Airport and Consultant, and approved by the GDOT or the FAA as appropriate. Payments for work scope elements that exceed initial estimates are eligible for federal reimbursement only by prior coordination with, and approval by the FAA. Page 22 of 99 8.6 Standard Billing Rates—Consultant's Standard Contract Billing Rates for each category of employee, overhead multiplier rates and fees are attached hereto as (Attachment "B") and incorporated by reference. All such Billing Rates are guaranteed for one year from the date this Contract is signed. The individual contract amount for each Task Order (Attachment "A") will not be subject to change because of any changes to the standard billing rates incurred after each Task Order is authorized. The rate of increase to the standard billing rates shall be limited to no more than five percent (5%) per annum. Updated Contract Billing Rates shall be provided to the Airport by the Aviation Commission in January of each calendar year during the term of the Contract for consideration. The Contract rates for future Task Orders will be determined based upon prevailing industry standard billing rates in effect at the time the request is made. 8.7 This Contract does not bind the Airport to pay the full Contract Price for each Project described in the Scope of Services when the Task Order contract is "cost plus fee" not to exceed maximum ceiling amount for the Project. This Contract does bind the Airport to pay the Consultant its fees and costs in rendering the described Task Order services up to the ceiling amount of the "cost plus fee" type Contract Price. The Consultant therefore agrees to use its best professional judgment and efforts to fulfill efficiently and effectively all of the requirements of this Contract at the lowest reasonable cost to the Airport. Where the Task Order provides for a "lump sum" Contract amount, the Consultant understands and agrees that this Contract will bind the Airport to pay the full Contract Price for such "lump sum" Task Order contract proposals. 8.8 Each invoice shall directly attribute each charge to some specific service, tasks or phase called for in the project, and shall include an assessment of progress. If the Airport determines that progress toward completion of the Project is not commensurate with the invoiced amount, the Consultant shall substantiate the invoiced amount or revise the invoice accordingly. 8.9 Detailed supporting documentation for each invoice shall be provided to the Airport. The Consultant's records supporting such invoices and documentation shall be made available to the Airport upon request. The Consultant agrees to retain all records, documents and support materials relevant to this Contract for a period of five (5) years following final payment by the Airport, and to make those records available upon request. 8.10 If the time for completion of the work is increased substantially due to circumstances caused by the Airport, and if such delay thereby increases the work to be performed by Consultant, an additional fee may be paid to the Consultant. The additional compensation will be provided for in a written amendment to this Contract, said amendment to be negotiated by the Airport and Consultant, and approved by the GDOT or FAA, as appropriate. 8.11 If any work designed or specified by Consultant during any phase is abandoned or suspended by the Airport, in whole or in part, the Consultant is to be paid for the services performed prior to receipt of written notice from the Airport of such abandonment or suspension. Page 23 of 99 8.12 The Consultant's invoices to the Airport shall be submitted in triplicate and shall provide complete information and documentation to substantiate Consultant's charges and shall be in a form to be specified by the Airport's Auditor. All payments to the Consultant shall be made on the basis of the invoices submitted by the Consultant to the Airport. Such invoices shall conform to the schedule of service and costs set out above. All Reimbursable Expenses shall be clearly shown. Should additional backup material be requested by the Airport's Representative, the Consultant shall comply promptly with such request. In this regard, should the Aviation Commission determine it necessary, Consultant shall make all records and books relating to this Contract available to the Program Manager for inspection and auditing purposes. 8.13 The Airport reserves the right to correct any error that may be discovered in any invoice that may have been paid to Consultant and to adjust the same as well as subsequent payments to meet the requirements of the Contract.Following approval of invoices,Airport will pay Consultant within thirty (30) days after receipt by City of a conforming invoice; however, under no circumstances shall Consultant be entitled to receive interest on amounts due. SECTION 9 REIMBURSABLE EXPENSES Reimbursable Expenses are in addition to the compensation for Basic Services and include expenditures made by Consultant and Consultant's employees for the expenses listed in the following paragraphs, all of which must be approved in writing in advance by the Airport: 9.1 Travel at GSP rates; 9.2 Independent laboratories, 9.3 Geotechnical services; 9.4 Acceptance Surveying, 9.5 Meals; and 9.6 Costs of document reproduction including bid sets, facsimile transmissions and long-distance telephone calls, postage and parcel delivery charges, telephone service. SECTION 10 SPECIAL PROVISIONS,ATTACHMENTS,AND SCHEDULES 10.1 This Contract is subject to the following special provisions and schedules: 10.1.1 Attachment "A," which details the general Scope of Work, schedule and Project costs shall have a supplemental Task Order which will be assigned a consecutive number and dated for each specific task will describe that particular work order to be performed as a part of the general Scope of Work, anticipated schedule and completion date. Page 24 of 99 10.1.2 Attachment "B," which lists the Contract Billing Rates, shall be incorporated by reference and may be updated annually. 10.2 This Contract, together with the attachments and schedules identified above, shall constitute the entire agreement between Airport and Consultant, and supersedes all prior written or oral understandings. This Contract and said Attachments may only be amended, supplemented, modified, or canceled by a duly executed written Contract amendment. 10.3 The Consultant shall be considered in default of this Contract and such default shall be considered as cause for the Airport to terminate the Contract for any of the following reasons: 10.3.1 Failure to perform the work or fails to provide sufficient personnel, equipment, or materials to ensure completion of work in accordance with the terms of this Contract; or 10.3.2 Performs the work unsuitably or neglects or refuses to respond to Airport's requests for such work as is required to properly perform the Scope of Work for the Contract; or 10.3.3 Discontinues the prosecution of the work; or 10.3.4 Becomes insolvent or is declared bankrupt; or 10.3.5 Fails to maintain the project schedule or fails to submit a schedule to provide for the completion of the Project in a manner acceptable to the Airport; or 10.3.6 Failure to maintain required insurance. 10.4 Notification. Any notice required by this Contract shall be effective if given by registered mail, return receipt requested, to Consultant at 307 West Main Street, Lexington, S.C. 29072; provided that the change of address shall be effective if given in accordance with this paragraph. 10.5 Unless otherwise specified,any notice to the Airport shall be given to the Augusta Aviation Commission, 1501 Aviation Way, Augusta, Georgia 30906, with a copy to the Augusta Law Department at 535 Telfair Street, Building 3000, Augusta, Georgia 30901. The Consultant agrees to notify the Airport immediately of any change of legal status or of address. Any notice provided in accordance with this paragraph shall be deemed to have been delivered five (5) calendar days after the date of mailing. 10.6 In connection with the work outlined in this Contract, it is agreed and fully understood by the Consultant that the Airport may cancel or indefinitely suspend further work hereunder or terminate this Contract upon seven (7) days written notice to Consultant. Immediately upon receipt of said notice, Consultants and its sub consultants shall cease all work and labor being performed under this Contract. Consultant shall invoice the Airport for all services performed and shall be compensated in accordance with the terms of this Contract for all service accomplished prior to the receipt of said notice. No amount shall be due for loss of anticipated profits. Reproducible original plans, field surveys, maps, cross sections and other data, designs and instruments of service related to the Project shall become the Page 25 of 99 property of Airport upon termination of this Contract and shall be promptly delivered to the Airport in a reasonably organized form without restriction on future use. Should the Airport subsequently contract with a new consultant for continuation of services on the Project, Consultant shall cooperate in providing information. 10.7 Nothing contained in Section 10 above shall require the Airport to pay for any service under the terms of this Contract which is not performed in accordance with this Contract or which is not submitted in substantial compliance with the terms of this Contract. Airport shall not be required to make any payment to Consultant when Consultant is in material default under this Contract,nor shall this Section 10 or the Airport's exercise of its rights hereunder constitute a waiver of any right, at law and at equity, which Airport may have if Consultant is in material default, including the right to bring legal action for damages or to enforce specific performance of this Contract. SECTION 11 RECORDS MAINTENANCE 11.1 The Consultant shall keep records of its direct personnel expenses and reimbursable expenses pertaining to the Project and records of accounts between the Airport and the Consultant on a Generally Recognized Accounting Basis and all such records shall be available to the Airport or its authorized representative at mutually convenient times. The Consultant shall maintain all books, documents, papers, accounting records, and other evidence supporting the cost incurred and shall make such material available at its office at all reasonable times during the Contract period and for a period of five (5) years from the date of final payment under the Contract for inspection by the Airport, GDOT and the FAA. Copies thereof shall be furnished if requested. 11.2 It is understood and agreed that all test results, reports, drawings, memorandums, computations, etc., secured by and for the Consultant in the prosecution of this Contract shall become and remain the property of the Airport upon the termination or completion of the work. Said information shall be used solely to support the project(s) described in the Scope of Work described in the Contract. 11. 3 All documents prepared by the Consultant pursuant to this Contract are instruments of service in respect of the Project. Consultant shall request written notification from the Airport or others prior to the reuse of documents on extensions of the Project or on any other project. 11.4 Any reuse by the Airport of documents prepared by the Consultant pursuant to this Contract will be at the Airport's sole risk and without liability or legal exposure to the Consultant. SECTION 12 INSURANCE Page 26 of 99 12.1 The Consultant shall, purchase at its own expense and maintain throughout the duration of this Contract statutory Workers' Compensation Insurance; Comprehensive General Liability Insurance; Automobile Liability Insurance; and Engineer's Professional Liability Insurance. Airport shall be provided a certificate(s) of such insurance coverage. Such insurance certificate(s) shall indicate that the coverage may not be terminated without a minimum of forty-five (45) days advance notice being provided to Airport. The coverage shall be applicable for any claims made either during the duration of this Contract within the applicable statute of limitations period for such claims. The minimum limits of insurance coverage shall be as set forth below: 12.1.1 Workers' Compensation: Statutory 12.1.2 Comprehensive General Liability Combined single limit for Bodily Injury or Property Damage: $1 Million 12.1.3 Comprehensive Automobile Liability Combined single limit for Bodily Injury or Property Damage: $1 Million 12.1.4 Professional Liability: $1 Million 12.1.5 Excess Liability: Umbrella Form - Aggregate/Each Occurrence: $4 Million ($5 Million Total) 12.2 The Certificate Holder shall be the City of Augusta. The Certificate should state: (1)the Augusta Aviation Commission,Augusta,Georgia,their officials, agents and employees are named as additional insureds with respect to liability arising out of any work performed by the Consultant on behalf of the City; and (2) "This insurance is primary to other insurance or self-insurance, whether such other coverage is stated as primary excess, contingent or otherwise." Any deductible or self-insured retention shall be assumed by the Consultant or its subcontractor. 12.3 The words "endeavor to" and, "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" should be stricken from the standard ACCORD form. SECTION 13 INDEMNIFICATION 13.1 Pursuant to the terms and conditions of this Contract, the Consultant agrees to defend, save, hold harmless and indemnify the Augusta Aviation Commission, Augusta, Georgia, their employees, agents and its successors and assigns from and against any and all manner of claims, suits, lawsuits, action or actions, causes or causes of action, liabilities, damages, and other claims and demands of whatsoever nature or kind, in law or in equity, in tort or in contract, or otherwise caused solely by Consultant, its employees or agents negligent acts, errors or omissions, in the performance of services pursuant to this Contract. Page 27 of 99 13.2 The indemnification obligation above shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Consultant or any of its subcontractors, consultants, agents or employees under Worker's or Workmen's compensation acts, disability benefit acts or other employee benefits acts. SECTION 14 MANDATORY FEDERAL CONTRACT PROVISIONS The following Federal Contract Provisions shall apply for all federally funded Projects: 14.1 Civil Rights Act of 1964, Title VI-Contractor Contractual Requirements (49 CFR Part 21). During the performance of this Contract, the Consultant for itself, its assignees and successors in interest agree as follows: 14.1.1 Compliance with Regulations: The Consultant shall comply with the regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter"DOT")Title 49, Code of Federal Regulations,Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Contract. 14.1.2 Nondiscrimination: The Consultant, with regard to the services performed during the Contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors,including procurement of materials and leases of equipment. The Consultant shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. 14.1.3 Solicitations for Subcontracts, including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Consultant for services to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor of supplier shall be notified by the Consultant of the Consultant's obligations under this Contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 14.1.4 Information and Reports. The Consultant shall provide all information and reports required by the Regulation or directives issued pursuant thereto, and shall permit access to its books,records, accounts, other sources of information and its facilities as may be determined by the Airport or the FAA to be pertinent to ascertain compliance with such Regulations,orders and instructions. Where any information required of a Consultant is in the exclusive possession of another who fails or refuses to furnish this information, the Consultant shall so certify to the Airport or Page 28 of 99 the FAA as appropriate and shall set forth what efforts it has made to obtain the information. 14.1.5 Sanctions for Noncompliance. In the event of the Consultant's noncompliance with the nondiscrimination provisions of this Contract, the Airport shall impose such Contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: (a.) Withholding of payments to the Consultant under the Contract until the Consultant complies; and/or (b) Cancellation, termination or suspension of the Contract, in whole or in part. 14.1.6 Incorporation of Provisions. The Consultant shall include the provisions of Paragraphs 14.1.1 through 14.1.5 in every subcontract, including procurement of materials and leases of equipment unless exempted by the Regulations or directives issued pursuant thereto. The Consultant shall take such action, with respect to any subcontract or procurement, as the Airport or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Consultant becomes involved in or is threatened with litigation with a subcontractor or supplier because of such direction, the Consultant may request the Airport to enter into such litigation to protect the interest of the Airport and, in addition, the Consultant may request the United States to enter into such litigation to protect the interest of the United States. 14.2 Airport and Airway Improvement Act of 1982, Section 520—General Civil Rights 14.2.1 The Consultant assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. 14.2.2 This provision obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport a program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases, the provision obligates the party or any transferee for the longer of the following periods: a) the period during which the property is used by the Airport or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or b) The period during which the Airport or any transferee retains ownership or possession of the property. In the case of Consultants, this provision binds the Consultants from the solicitation period through the completion of the contract.This provision is in addition to that required of Title VI of the Civil Page 29 of 99 Rights Act of 1964. 14.3 Disadvantaged Business Enterprises (49 CFR Part 26) 14.3.1 Contract Assurance 026.13) — The Consultant and their subcontractors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Consultant shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the Consultant to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy, as the Airport deems appropriate. 14.3.2 Prompt Payment 026.29) The Consultant agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the Consultant receives from the Airport. The Consultant agrees further to return retainage payments to each subcontractor within thirty(30)days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Airport. This clause applies to both DBE and non-DBE subcontractors. 14.4 Lobbying and Influencing Federal Employees (49 CFR Part 20) 14.4.1 No Federal appropriated funds shall be paid, by or on behalf of the Consultant, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. 14.4.2 If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the Consultant shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. 14.5 Access to Records and Reports (49 CFR §18.36) The Consultant shall maintain an acceptable cost accounting system. The Consultant agrees to provide the Airport, the FAA and the Comptroller General of the United States or any of their duly authorized representative's access to any books, documents, papers, and records of the Consultant which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Consultant agrees to maintain all books, records and reports required under this Contract for a period of not less than three (3) years after final payment is made and all pending matters are closed. 14.6 Breach of Contract Terms (49 CFR §18.36) Page 30 of 99 Any violation or breach of terms of this Contract on the part of the Consultant or their sub consultant(s) may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this Contract. The duties and obligations imposed by the Contract Documents and the rights and remedies available there under shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 14.7 Rights to Inventions (49 CFR §18.36) All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Airport of the Federal grant under which this contract is executed. 14.8 Trade Restriction Clause(49 CFR Part 30) 14.8.1 The Consultant or their subcontractors by execution of a Contract certifies that it: (a.) Is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); (b.) Has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly by one or more citizens or nationals of a foreign country on said list; and (c.) Has not procured any product nor subcontracted for the supply of any product for use on the Project that is produced in a foreign country on said list. 14.8.2 Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a Consultant or subcontractor who is unable to certify to the above. If the Consultant knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project,the FAA may direct, through the Airport, cancellation of the contract at no cost to the Government. 14.8.3 Further, the Consultant agrees that it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The Consultant may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. 14.8.4 The Consultant shall provide immediate written notice to the Airport if the Consultant learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Page 31 of 99 subcontractor agrees to provide written notice to the Consultant, if at any time it learns that its certification was erroneous by reason of changed circumstances. 14.8.5 This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Consultant or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the Airport, cancellation of the contract or subcontract for default at no cost to the Government. 14.8.6 Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Consultant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 14.8.7 This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 14.9 Termination of Contract (49 CFR §18.36) 14.9.1 The Airport may, by written notice, terminate this Contract in whole or in part at any time, either for the Airport's convenience or because of failure to fulfill the Contract obligations. Upon receipt of such notice, services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Airport. 14.9.2 If the termination is for the convenience of the Airport, an equitable adjustment in the Contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 14.9.3 If the termination is due to failure of the consultant to fulfill its obligations, the Airport may take over the work and prosecute the same to completion by contract or otherwise. In such case, the Consultant shall be liable to the Airport for any additional cost occasioned to the Airport thereby. 14.9.4 If, after notice of termination for failure to fulfill contract obligations, it is determined that the Consultant had not so failed, the termination shall be deemed to have been effected for the convenience of the Airport. In such event, adjustment in the contract price shall be made as provided in sub Paragraph 2 of this clause. 14.9.5 The rights and remedies of the Airport provided in this clause are in addition to any other rights and remedies provided by law or under this contract. Page 32 of 99 14.10 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion(49 CFR Part 29) The Consultant certifies, by submission of this Contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this Contract that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Consultant or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this Contract. SECTION 15 MISCELLANEOUS PROVISIONS 15.1 The Consultant shall exercise the highest standards of professional responsibility, skill, knowledge and expertise for the Airport's benefit in planning, executing and completing the Service delineated in Section 1. The Consultant shall abide by all Federal, State and Local Laws and regulations governing the provision of services. The Consultant shall abide by all FAA Federal and State Aviation Regulations. 15.2 Contractual claims, whether for money or other relief shall by submitted in writing no later than sixty (60) days after final payment; however, written notice of the Consultant's claim shall have been given at the time of the occurrence or beginning of the work upon which the claim is based. Any notice or claim shall be delivered to the Airport's address so identified in Section 6.4 and shall include a description of the factual basis for the claim and a statement of the amounts claimed or other relief requested. The Airport shall render a decision on the claim and shall notify the Consultant within thirty (30) days of receipt of the claim. The Consultant may appeal the Airport's decision by providing written notice to the Airport within fifteen (15)days of the date of the decision. The Airport shall render a decision on the appeal within sixty (60) days of receipt of the appeal notice and such decision shall be final unless the Consultant pursues further legal recourse. Invoices for all services or goods provided by the Consultant shall be delivered to the Airport no later than thirty (30) days following the conclusion of the work or delivery of the goods. 15.3 Independent Contractor. The Consultant is an Independent Contractor, and nothing contained in this Contract shall constitute or designate the Consultant or any of its agents or employees as agents or employees of the Airport. The Consultant shall in no way represent itself by act or omission, to be an agent of the Airport. 15.4 Where applicable, the Consultant shall endeavor to minimize property damage and shall restore sites as nearly as reasonably possible to their original condition. Page 33 of 99 15.5 Payment to the Consultant shall not be considered as evidence of satisfactory performance of the services by the Consultant,either in whole or in part, nor shall payment be construed as acceptance by the Airport of poor or defective services. 15.6 Venue. All claims, disputes and other matters in question between the Airport and Consultant arising out of or relating to this Contract, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia or the U.S. District Court for the Southern District of Georgia. The Consultant, by executing this Contract, specifically consents to venue in Richmond County and waives any right to contest the venue in the Superior Court of Richmond County, Georgia or the U.S. District Court for the Southern District of Georgia. 15.7 Governing Law. This Contract shall be interpreted in accordance with the laws of the State of Georgia. The Consultant shall abide by all local and state laws or ordinances to the extent that such requirements do not conflict with federal laws or regulations. 15.8 Legal Construction. If any provision contained in this Contract is held to be invalid, illegal or unenforceable, that invalidity, illegality, or unenforceability will not affect any other provision of this Contract and this Contract will be construed as if the invalid, illegal or unenforceable provision had never been contained in this Contract. 15.9 Georgia Security and Immigration Act of 2006. As of July 1, 2009, all contracts with Augusta-Richmond County must have a certification from the Consultant that they comply with the Georgia Security and Immigration Act of 2006. This requires all those individuals, firms, contractors, consultants, etc., contracting with the County to execute the Consultant Affidavit and Agreement. If subcontractors are engaged, they are required to execute the Subcontractor Affidavit. 15.10 Commercial Activities. Neither Consultant nor its employees, subcontractors, or agents may establish any commercial activity or issue concessions or permits of any kind to third parties for establishing activities at the Airport. 15.11 Open Records. The Consultant acknowledges that all records relating to this Contract and the services to be provided under this Contract may be a public record subject to Georgia's Open Records Act (O.C.G.A. § 50-18-70, et seq.). Consultant shall cooperate fully in responding to such request and making all records, not exempt, available for inspection and copying as provided by law. Consultant shall notify Airport immediately of any request made under the Open Records Act and shall furnish Airport with a copy of the request and the response to such request. 15.12 Employment Eligibility Verification and Systematic Alien Verification for Entitlements (SAVE). All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. All Consultants and Page 34 of 99 subcontractors must provide their E-Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91 and shall continue to use the federal authorization program throughout the contract term. All Consultants shall further agree that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its Contract with Augusta, Georgia the consultant will secure from such subcontractor(s) each subcontractor's E-Verify number as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit provided in Rule 300- 10-01-.08 or a substantially similar form. All sub-contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. 15.13 Non-Collusion of Consultant.By submission of a proposal,the Consultant certifies,under penalty of perjury, that to the best of its knowledge and belief: 15.13.1 The prices in its proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. 15.13.2 Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the consultant prior to opening, directly or indirectly, to any other vendor or to any competitor. 15.13.3 No attempt has been made, or will be made, by the Consultant to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. 15.14 Conflict of Interest. The Consultant certifies that it is not now engaged in any work, nor will it engage in subsequent assignments during the period that this Contract is in force, that will pose conflicts with the interests of the Airport relative to the work covered by this Contract. The Airport will be notified of any potential conflicts of interest by the Consultant prior to the Consultant's undertaking such assignments. The Consultant further agrees not to use any of the information it receives or any of its work product in any manner contrary to the Airport's interests both during the Contract's term and thereafter. By submission of a proposal and entering into this Contract, the Consultant firm certifies, under penalty of perjury, that to the best of its knowledge and belief: Page 35 of 99 15.14.1 No circumstances exist which cause a Conflict of Interest in performing the services required by this Contract, and 15.14.2 That no employee of the County or Aviation Commission, nor any member thereof, not any public agency or official affected by this Contract, has any pecuniary interest in the business of the responding firm or its sub-consultant(s) has any interest that would conflict in any manner or degree with the performance related to this Contract. 15.15 "Consultant acknowledges that this Contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Aviation Commission and approval of the Mayor.Under Georgia law, Consultant is deemed to possess knowledge concerning the City's ability to assume contractual obligations and the consequences of Consultant's provision of goods or services to the City or Airport under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the Consultant may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Consultant agrees that if it provides goods or services to the City or the Airport under a Contract that has not received proper legislative authorization or if the Consultant provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by the City's Charter and Code, the Airport may withhold payment for any unauthorized goods or services provided by Consultant. Consultant assumes all risk of non-payment for the provision of any unauthorized goods or services to the Airport or the City, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to the Airport or the City, however characterized, including, without limitation, all remedies at law or equity." This acknowledgement shall be a mandatory provision in all City contracts for goods and services, except revenue producing contracts. SECTION 16 TIME OF THE ESSENCE AND FORCE MAJEURE 16.1 Consultant understands and agrees that time is of the essence and that any failure by Consultant to complete the services for each phase of this Contract within the agreed Project Performance Schedule, as detailed in the Task Order adjusted for approved time extensions, and due to the fault of Consultant, will constitute a material breach of this Contract. Consultant shall be fully responsible for its delays or for failures to use reasonable efforts in accordance with the terms of this Contract. Where damage results to Airport due to Consultant's failure to perform in these circumstances, Airport may withhold, to the extent of such damages, Consultant's payments hereunder without waiver of any of Airport's additional legal rights or remedies. 16.2 Neither Airport nor Consultant shall be deemed in violation of this Contract if it is prevented from performing any of its obligations hereunder by reasons for which it is not responsible or circumstances beyond its control. However, notice of such impediments or Page 36 of 99 delay in performance must be timely given and all reasonable efforts undertaken to mitigate its effects. SECTION 17 GENERAL, SUPPLEMENTARY AND SPECIAL CONDITIONS: CONTRACT ADMINISTRATION 17.1 The Consultant shall administer the construction work as required pursuant to the construction contract between the Airport and the contractor including without limitation the General and Special Conditions thereof. 17.2 This Contract shall be administered on behalf of Airport by the Airport's Representative, and Consultant shall comply with instructions from the Airport's Representative or such other person as may be designated in writing by the Airport. 17.3 The Consultant may not engage any contractor for any portion of the work under this Contract without prior written approval by the Airport. A request by the Consultant for the Airport's consent and approval shall be submitted in writing to the Airport's Representative, or such other person as may be designated in writing by the Airport's Representative. If granted, such consent and approval shall not relieve the Consultant of any of its duties, obligations, liabilities or responsibilities under this Contract. 17.4 The Consultant's team, as named above,may not change unless approved in writing by the Airport's Representative. The Airport shall not withhold approval for reasonable requests due to personnel voluntarily leaving the Consultant's employment or due to termination. The Airport's Representative retains the right to request replacement of any person assigned by the Consultant to the project, and the Consultant shall comply. The Airport's decisions and requests pursuant to this provision shall not be the basis for any claim for additional compensation by the Consultant. ARTICLE 18 RESPONSIBILITY FOR WORK AND INDEMNIFICATION 18.1 Approval by Airport shall not constitute, nor be deemed a release of the responsibility and liability of the Consultant, its employees, subcontractors, agents and consultants for the accuracy and competency of their designs, working drawings, specifications or other documents and service; nor shall such approval be deemed to be an assumption of such responsibility by Airport for any defect, error or omission in the designs, working drawings,and specifications or other documents prepared by the Consultant,its employees, subcontractors, agents and consultants. 18.2 The Consultant's indemnity obligations under this Section 18 shall also include, without limitation, all fines, penalties, damages, liability, costs, expenses (including, without limitation, reasonable attorneys' fees), and punitive damages (if any) arising out of, or in connection with, any(i)violation of or failure of the Services or any part thereof to comply with any law, statute,ordinance,rule,regulation,code, or requirement of a public authority Page 37 of 99 that bears upon the performance of the services provided by the Consultant under this Contract, a subcontractor of the Consultant, or any person or entity for whom either is responsible, and/or(ii)means, methods,procedures,techniques,or sequences or execution or performance of the services of the Consultant under this Contract. ARTICLE 19 ASSIGNMENT The parties hereby bind themselves, their successors, assigns and legal representatives to each other with respect to the terms of this Contract. The Consultant shall not assign, sublet or transfer any interest in this Contract without prior written authorization. ARTICLE 20 AMENDMENTS This Contract, representing the entire agreement between the parties, may be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 21 COMPLIANCE WITH LAWS, CHARTER AIRPORT RULES AND ORDINANCES 21.1 The Consultant, its consultants, agents, employees and subcontractors shall comply with the Airport Rules,applicable federal, state and local laws and ordinances where applicable, as amended. Consultant shall to obtain all permits and licenses required in the performance of the professional services contracted for herein. 21.2 Consultant shall pay all taxes, if any, required by law arising by virtue of the services performed hereunder. 21.3 The Consultant shall comply with any and all applicable legal requirements relating to the eligibility of its employees,and the eligibility of its sub-consultants' employees,to perform work related to the Project. Without limitation of the foregoing, the Consultant shall complete and submit to the Airport all affidavits and other documentation required pursuant to O.C.G.A. Section 50-36-1 (Verification of Lawful Presence Within United States via federal SAVE program) and O.C.G.A. Section 13-10-90, et. (Security and Immigration Compliance). SECTION 22 FINANCIAL INTEREST PROHIBITED; CONFIDENTIALITY 22.1 The Consultant covenants and represents to its knowledge, information and belief that the Consultant, its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the Project. Page 38 of 99 22.2 The Consultant's reports, evaluations, designs, drawings, data and all other documentation and service developed by Consultant hereunder shall be kept confidential and shall not be disclosed to any third parties without an absolute need to know (such as Code Authorities) or without the prior written consent and approval of the Aviation Commission. ARTICLE 23 CONSULTANT'S REPRESENTATIONS AND WARRANTIES 23.1 The Consultant represents that the Consultant, its employees, and its consultants are possessed of the knowledge, training, skills, experience, and financial strength required to provide the services outlined in this Contract. 23.2 The Consultant warrants that it is properly licensed in the State of Georgia and shall retain such license for the duration of its services under this Contract. 23.3 Consultant warrants that the services provided, and the projects implemented, shall be managed, designed, and constructed with the utmost regard to quality, cost, and schedule. 23.4 Consultant further warrants that its integrity, reputation, skills and performance of the services requested shall be of the highest caliber to ensure successful and timely completion of all projects. 23.5 The Consultant warrants that the quality of services and workmanship provide shall conform to the standards of practices and/or services provided by qualified consultants experienced in providing such services for similar projects in this field. 23.6 The Consultant warrants that as of the date above written that: 23.6.1 It is duly organized and validly existing in good standing under the laws of the state(s) 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 23.6.2 The execution, delivery and performance by Consultant and its undersigned representative(s) of this Contract and other documents to which Consultant 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 Consultant is a party or by which it is bound; and 23.6.3 The execution, delivery and performance by Consultant 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 Consultant, and is enforceable against Consultant in accordance with its terms; and Page 39 of 99 23.6.4 No action, suit or proceeding to which Consultant 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. ARTICLE 24 DEFAULT AND TERMINATION OF CONTRACT 24.1 This Contract may be terminated (in full or part) by the Airport upon thirty (30) days written notice to the Consultant. Upon such termination, the Airport shall pay the Consultant all charges made for work completed in a satisfactory manner prior to termination and the Consultant shall turn over to the Airport all completed work in whatever form it exists and said work shall then become the property of the Airport. 24.2 In the event of a breach of any provision of this Contract by the Consultant, its officers, agents,employees, and sub consultants,the Airport shall have the absolute right and option to terminate this Contract forthwith; however, the Consultant shall be entitled to compensation based on the contract rates and schedules for all plans, drawings, estimates, specifications, sketches, and calculations, together with all material and data theretofore furnished the Airport by the Consultant that are of a satisfactory nature and are of use to the Airport in accordance with this Contract. 24.3 The Airport may terminate this Contract for cause if the Consultant materially breaches this Contract by: 24.3.1 Refusing, failing or being unable to properly manage work on the Project; 24.3.2 Refusing, failing or being unable to supply the Project with sufficient numbers of workers, properly skilled workers, proper materials, or maintain applicable schedules; 24.3.3 Refusing, failing or being unable to make prompt payment to subcontractors or suppliers; 24.3.4 Disregarding laws, ordinances, rules, regulations or orders of any public authority having jurisdiction over the Project; or 24.3.5 Refusing, failing or being unable to substantially perform in accordance with the terms of the Contract as determined by the Airport, or as otherwise defined elsewhere herein; 24.3.6 Refusing, failing or being unable to substantially perform in accordance with the terms of any other agreement between the Airport and Consultant. 24.4 Upon the occurrence of any of the events described in Paragraph 24 the Airport may give written notice to the Consultant setting forth the nature of the default and requesting cure Page 40 of 99 within seven (7) calendar days from the date of the notice. At any time thereafter, if the Consultant fails to initiate the cure or if the Consultant fails to expeditiously continue such cure until complete, the Airport may give written notice to the Consultant of immediate termination, and the Airport, without prejudice to any other rights or remedies, may take any or all of the following actions: 24.4.1 Complete all or any part of the Project, including supplying workers, material and equipment which the Airport deems expedient to complete the Project; 24.4.2 Contract with others to complete all or any part of the Project, including supplying workers, material and equipment which the Airport deems expedient to complete the Project; 24.4.3 Take such other action as is necessary to correct such failure; 24.4.4 Finish the Project by whatever method the Airport may deem expedient; 24.4.5 Require the Consultant to assign the Consultant's right, title and interest in any or all of Consultant's subcontracts or orders to the Airport. 24.5 If the Airport terminates this Contract for the Airport's right to recover from the Consultant the Airport's damages resulting from the termination. 24.6 If the Airport terminates this Contract for Cause, and it is subsequently determined by a court of competent jurisdiction that such termination was without cause,then in such event, said termination shall be deemed a termination for convenience as set forth in this Paragraph 24. 24.7 The Airport may at any time give written notice to the Consultant terminating this Contract or suspending the Project, in whole or in part, for the Airport's convenience and without cause. If the Airport suspends the Project for its convenience, the Consultant shall immediately reduce its staff, services and outstanding commitments in order to minimize the cost of suspension. 24.8 If this Contract is terminated by the Airport pursuant to this paragraph suspended more than three months by the Airport the Airport shall pay the Consultant specified amounts due for work actually performed prior to the effective termination date and reasonable costs associated with termination. The Airport may agree to additional compensation, if any, due to the Consultant. Absent agreement on the additional amount due the Consultant, the Airport shall pay the Consultant: 24.8.1 Reasonable costs incurred in preparing to perform the terminated portion of the Project, and in terminating the Consultant's performance, plus a fair and reasonable allowance for overhead and profit thereon (such profit shall not include anticipated profit or consequential damages); provided, however, that if it appears that the Consultant would not have profited or would have sustained Page 41 of 99 a loss if the Project had been completed, no profit shall be allowed or included, and the amount of compensation shall be reduced to reflect the anticipated rates of loss, if any; 24.8.2 Reasonable costs of settling and paying claims arising out of the termination of subcontracts or supplier orders. These costs shall not include amounts paid in accordance with other provisions hereof. 24.9 If this Contract is terminated by the Airport for cause no further payment shall be made to the Consultant until Final Completion of the relevant Project. At such time,the Consultant shall be paid the remainder of the Contract Amount less all costs and damages incurred by the Airport as a result of the default of the Consultant. The Consultant shall reimburse the Airport for any additional costs or expenses incurred. 24.10 Irrespective of the reason for termination or the party terminating, the total sum paid to the Consultant shall not exceed the Contract Amount, as properly adjusted, reduced by the amount of payments previously made and penalties or deductions incurred pursuant to any other provision of this Contract and shall in no event include duplication of payment. 24.11 Irrespective of the reason for termination if this Contract is terminated,the Consultant shall, unless notified otherwise by the Airport: 24.11.1 Immediately stop work; 24.11.2 Terminate outstanding orders and subcontracts; 24.11.3 Settle the liabilities and claims arising out of the termination of subcontracts and orders. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURES CONTAINED ON FOLLOWING PAGE] Page 42 of 99 IN WITNESS WHEREOF, the parties hereto have made and executed this Contract as of the day and year first written above. ,.w. , •-W or.,elm vath CITY:AUGUSTA, GEO L . � ars'e��' � r. 64(at Attest.3i /A e;yCerktf .•mmission `ego - dig AI GUS At4TIui'OM,] ISSION 4,0 440, /Z Attest: Crysta Onson CONSULTANT: MEAD AND HUNT,INC. Presid nt —v'tc e. Al) -7( Witness ANN M.HULBERT NOTARY PUBLIC,STATE OF MI COUNTY OF SHIAWASSEE MY COMMISSION EXPIRES MAY 14,2021 ACTING IN CLINTON COUNTY Page 43 of 99 • ATTACHMENT A INDIVIDUAL TASK ORDERS FOR GENERAL AIRPORT ENGINEERING AND PLANNING SERVICES FOR AUGUSTA AVIATION COMMISSION AUGUSTA REGIONAL AIRPORT AT BUSH FIELD NAME OF FIRM ADDRESS Telephone: Facsimile: SECONDARY ADDRESS (if applicable) THE FORM OF THE INDIVIDUAL TASK ORDERS SHALL INCLUDE: A. DETAILED SCOPE AND DESCRIPTION OF WORK TASKS INVOLVED B. PROPOSED SCHEDULE FOR ACCOMPLISHMENT OF THE TASKS C. ESTIMATED MAN HOURS AND COSTS TO COMPLETE THE TASKS D. METHOD OF PAYMENT REQUIRED TO THE CONSULTANT Individual TASK ORDERS will be prepared by the CONSULTANT when requested by the AIRPORT and incorporated upon approval by ADDENDUM to the GENERAL SERVICES CONTRACT. Page 44 of 99 ATTACHMENT B CONTRACT BILLING RATES Page 45 of 99 MEAD & HUNT, Inc. Aviation Billing Rate Schedule Effective April 26, 2018 Standard Billing Raba Administrative Assistant. . ._.. $92 CO;tour Surveyor....... ... ....... ...... Technician I.Tet�nrical Writer ..... .... ..... .. ... . .. . ... .. .. .. . $72.00;hour Technician II.Surveyor.. . .. . ... ...... . . .. .. . _ 589.00 ihour Teci nictan III. ..... .. ..... ... .. .. .. . .. . . .. .. .. .. . .. .. . . .. . .. ..... .. ..... ... .....5102.001 haat TechnicianN...._........... ........ ... . .. .. .. .. _. .. ,. .._. .. , .. .. . ., ... ,. ,511500;hour SrTechnictan ....... ........ .... ... ......... .... ... ... ... ... ... ... ... ... ........... ... .... . $124.00:tour Engineer I, Scientist I.Architect I, Planner i . . $92.00:hour Engineer lI. Scientist II.Architect IL,Planner II _. . • $111.00 1 hour Engineer Hi. Scientist III.Arcntect IPI. Planner III, _... ...... ...... ... ... .. .. .. . . . 5121,00.hour Sr Engineer.Sr Scientist Sr Architect, Sr Planner, Sr Economist. .. .. .. . . . . .,_.. .. $137.00.0 tour Project Engineer. Project Scientist. Project Archaect.Project Planner. .. ,. ,. .. $164.00!hour Sr Project Engineer. Sr Project Scientist,Sr Project Architect Sr Project Planner $196.00!hour Principal,Senior Associate .. .. .. $229.40 r hour Reimbursable Expenses Oct Sourced Direct Job Expenses . . . .. .. . . . . .. ., , cost plus 15% Such as reproductions. sub-consultants;contractors. at and swtace transportation,lodging and sustenance Company or Personal Car Mileage .. . .. .. .. . .. . .. .. . . . .. .. . Current IRS Mileage Rate Pnoaoeopy—Stack 3 Mile . .. . , .. 50.101 sheet Photocopy-Color.. .. .. , , ._. . _. _ . . .. .. .. .. ... $0.251 sheet Blacame Pmts (24x36) .._. , .. . . ,. .. . . .. • . _._._.. .. . . .. 53,00 sneet Color Prints(24x36) . . $5 00 sheet Billing& Payment invoicing is luta I ydaty.lusl8 for or performed Payment for services is due w tin 30 days from Me date of the invoice. An Interest charge of 1 5% per month Is made on the unpaid balance starw►q 30 day's after the date of Invoice Mead & Htriti blgvlg rate schedue is stippled on the understanding that It wit De need ccnridennal and not disclosed b third parties without our prior written consent Page 46 of 99 ATTACHMENT C DBE REQUIREMENTS Page 47 of 99 DBE PARTICIPATION 1,51' —he Mead& Hunt team is aware of the federal guidelines and requirements for Disadvantaged Business Enterprise(DBE) part cioahon for federally funded projects. Our firm does hurn dreds of projects each year that require DBE participation.When possible, Mead& Hunt has included DBEs in our airport oralOCts. We continually promote the growth of disadvantaged and minority-owned businesses. Mead &Hunt is pleased to have f ye GDOT-certified DBF ' firms as part of our team for Augusta Regional Airport:Auhck trtf fot-it Engineer rig LI C. M02, Inc., Fdwards-Pitman. KHAFRA Engineer ng Consultants. Inc.and Ker Weeden &Associates, HAFRA !tic. Aufick Engineering specializes in airfield design, storm water management, erosion control design and construction inspection services. MC> provides geotechnical, gee-environmental, meter fir=1t >irt i 1-1 I\WI als testing and inspection sevices, including field and laboratory testing, to a variety of clients in Georg a. Edwards-Pitman will provide planning. KHAF-HA will Provide access control system Amor a, EENtri Lc construction observation and iandside projects construction observation. Mead& Hunt prides itself on developing teaming relationships 14C2 where DBEs have meaningful partic.pation.We don't learn with a DBE just to meet a required percentage. We seek out DBEs who will enhance our team and provide key services that benefit not on y the praect, but also the growth of the DBE, Our DBE teaming painersexperience and presence in Georgia, coupled with their outstanding staff members, g yes us confidence that their services will complement our team while meeting the DBE needs of your projects. We are committed to and anticipate easily meeting Augusta's 13.3 percent DBE goal with the involvement of Aulick Engineering, LLC. MC> Inc., Edwards-Pitmar, KHAFRA Engineering Consultants, Inc, Ken Weeden&Associates, Inc. However, we can enhance our team with additional DBEs on a project by project basis to n-eet your DBE goals. f recessary. Page 48 of 99 DBE FORM 1 SCHEDULE OF DBE PARTICIPATION Name of Proponent: Mead&Hunt,Inc. Project No.:FIFA#18-139 A\du6on Cons,,tilanr fi�v;c,as Project:for Acnusta Fedicnal Airport Total Bid Amount! $ N/A NAME OF DBE SUB- ADDRESS TYPE OF WORK DBE SUB- CONTRACTOR SUBCONTRACTED CONTRACT Enginrerrnc.LLC 2000 �Drr A AMOUNT _ o.-1 S��t21 C:il m u i>s rn4,3esiyai cofratrAcr..Gn $ Atianta SGA 50311 adirir aind 5tu,n water!VW n9 errrs;i M1„`Squared,leo 1.73htr'h r ❑ta hrImngrc nil and $... rS_nr_�a.,.t A 301.14try, N A, r [_slim^e ;`!afroF.77idioodrirg P St.rIE Ste 1 a ti,nor. �s �n�ru�n�b� I = for $ :.id: Arcjcira o,. Q.3i;;i hJsA EiL 1`1 rr rdc Ll Fin a_tw k v �JL Ef,irrora_otat Derr RJ y fi rrrrt Edvi rule ta,Inc. -,iia GA 30C3d2 rE,•r• Ken Viierdr,rdri 'td a 3.2i Ke t ,e. r -'arc.A213i^ pp�C�E Plans and APtii'aan,@ rrGiibri tirroc,ctc>.Inc. r ade»a R 355 S_ DBE PARTICIPATION TOTAL VALUE:$ NJA The attainment of DBE participation goals for this contract will be measured as a percentage of the total dollar value of the contract. The undersigned will enter into a formal agreement with the DBE Sub-consultants identified herein for work listed in this schedule conditioned upon execution of a contract with Augusta,fueoraia Sworn to and subscribed before(Signature): /✓j ar d ev,J.Platz. (Title):PRJ-Eiden:,Mead&Hunt me,this 1 tday of 41.4uay., ,20 t!. CL/;i4.,Y S '1«_ (SEA}4A441iie(TYPed) i c-Yt ftltkcw NOTARY PUBLIC ,AN E ' s $OT,Q 0 SI (24 tAc'''Llc . w,t��,wfBCONr'�rti" H�rrr rru�+H RFC)11-1332 Aviaticn Consutent Services RFO Oe.Tuesday January 23..2011,8 11:30 a m Page 29 of 35 Page 49 of 99 DBE FORM 2 DBE SUB-CONSULTANT IDENTIFICATION AFFIDAVIT STATE OFeD .... COUNTY OF 'X, I HEREBY DECLARE AND AFFIRM THAT I AM THE ViCarpsjdQ,h'filt�Q�t MS-A44914-A? JY (Title:Owner,President, o-Venture,etc. and duly authorized representative of r t..J La. E 1 ip Oki I� I J_ Mame of Firm) (Name of Firm whose address is 2-OC�U J Su:I`1�ILf l)2.1 A4-A4 - . S~'�i4 3034t I hereby declare and affirm that I anf a DBE as defined by the contract documents cited below,and that I will provide on request information to document this fact. This firm is interested in bidding/proposing on the following categories of work being procured for the Project: /�� , �+,'/n� +,� —(��/�{� �p CRS {� p ANWti l_L t ��. ` t d-€A•Ul VCS (RFR 1U —t3 1D a I /ALS •! '. h, Mill A ( [i. 4A Ai!I:.LL.L..• COL CIA (5Y( This firm has current DBE certification from the following agencies: OIL)V tAt "f((. .VOY Caw' .DoT1 N POS, SCDOT� C of Cu t c� I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT, AND THAT I AM AUTHr RIZIED ON BEHALF OF THE FIRM TO MAKEHIS AFF VII. Da e) {Affint STATE OF ('V tiL COUNTY OF 1).e....Ka.tb On is day of ��o, , 20 I 1I� � before me, /21- {J:5 ,the above signed officer,p onally appeared,known to me to be e person descri ed in the foregoing affidavit and acknowledged that he/she executed the same in the capacity therein stated and for the purposes therein contained. in wi/ t r-of,I 1:1-,,-'nto set'and and official seal. / Ar Wel Lin Sun Mocri>, r1 /' r (SEAL) Notary Pudic DeKolb O f �—t9/lam ) My Comm.Expires 2021 Georgia My Commission Expires � RFQ 15-139 Aviation Consultant Services RFC Due:Tuesday,January 23,2018 la 11:00 a.m. Page 30 of 35 Page 50 of 99 DBE FORM 3-1 LETTER OF INTENT Disadvantage Business Enterprise (This page shag be subrriel for each Dela'frrly PROPONENT Name: Mead a Fir. t.Ing ras:azo South Lake Drve city; Lexington Sa:Srr h Caron.^a iv 2SC72 DBE Firm: kk.13..0 LS'J1 i\hry+.`.J r (— Address: 2000 Airport Road-Sujte 121 City: Atlanta Ste: c::., Zl: 1-.,,...:.- DBE - ,fDBE Contact Person: Name: Kat Henry. PE Phone:(dfr J=4=7-5=^1,'- 3 DBE Certifying Agency: GForgia DOT Expiration Data:EP'i.-LS Each DeEFirmshag srtrree.rjyaa?( +r es a#rmsccy1cfte-c - Classification: Q Prime Contractor Subcontractor 3 Joint Venture O Manufacturer 3 Supplier Work itern(s) to be performed Description of Work Item Quantity TcJ 1 by DBE ' Civil Enc. Design f I Stormwater Mgmt i Construction Admin i i I The Proponent is committed to utilizing the above-named DBE firm for the work described above, The estimated participation is as follows: DBE contract amount: S Percent of total contract % AFFIRMATION: The above-named DBE firm affirms that it will perform that portion of the contract for the estimated dollar value as stated herein above. Bytk, . /rag'_.'� .:4.:1( gol) (Ch)(_L�f�N LG r� `In the event the Proponent does not receive award of the prime contract,any and all representst in tn.3 Leet of Intent and Affirmation shall be null and void. RFO l&t3a Atte a czrs.;:3srryties RFO Cue:Tuesday,Jani.2:y 23.Z.1 a.11 X.m-;. Rte._31:'35 Page 51 of 99 OI R4M 4t1 ..- r .Ti Keith Golden,P.E.,Commissioner rg `n4 GEORGIA DEPARTMENT OF TRANSPORTATION or l\*.... � �2 r,.,` :_ One Georgia Center,600 West Peachtree Street NW Atlanta,Georgia 30308 r� �* Teleonone:(404)631.1000 June 14,2012 Ms.Jennifer Aulick,President Aulick Engineering,LLC 2000 Airport Rd.,Ste.121 Atlanta,Georgia 30341 ANNIVERSARY DATE:Annually on June 14 Dear Ms.Aulick: The Georgia Department of Transportation has reviewed your Georgia Uniform Certification Disadvantaged Business Enterprise(DBE)application. Our evaluation of the information submitted with your request for certification indicates that your firm has met the criteria outlined in Federal Regulations 49 CFR,Part 26. DBE Certification will be continuous;however; it is contingent upon the firm maintaining its eligibility annually through this office. Yon will receive an Annual Affidavit for Continuing Eligibility(AFCE)and request for Personal Financial Statement(PFS)approximately thirty days prior to your firm's certification anniversary date. The Annual Affidavit for Continuing Eligibility and PFS document must be completed,signed and returned to our office before your anniversary date in order to continue your firm's eligibility as a DBE. Your firm will be listed in Georgia's UCP DBE Directory which can be accessed through the Department's website: s,,,,, t i qv. Prime contractors and consultants can verify your firm's DBE certification status and identify the work area(s)for which the firm is DBE eligible through this Directory. Your Vendor ID Code iti: 11583 Your firm has been certified to provide the following services as outlined in the North American Industry Classification System(NAICS): NAICS Code 541330 Engineering Services it is your obligation to notify GUCP of any changes in ownership and/or control of your company. If at any time during the year there is a change in ownership and/or control of your firm,you are required to notify this office of such change in writing by sworn affidavit and with supporting documents within thirty(so)days. Changes also include but are not limited to officers,directors,management,key personnel,scope of work performed,daily operations,ongoing business relationships with other firms or individuals,or the physical location of your firm. Failure to do so will be deemed a failure,on your part,to cooperate and will result in immediate actions to remove DBE certification in accordance with 49 CFR Part 26,Section 26.83 U)of the Federal DOT Regulation. Sincerely, ,fes "1. --':-.L."--(:- �sem' _- ----- Miettael G.Coolies,Director M(iC/l'IC / /Equal Opportunity Office Page 52 of 99 DBE FORM 2 DBE SUB-CONSULTANT IDENTIFICATION AFFIDAVIT STATE OF Georgia COUNTY OF Cobb I HEREBY DECLARE AND AFFIRM THAT I AM THE CTO (Title:Owner,President,Co-Venturer,etc.) and duly authorized representative of MC Squared.Inc (Name of Firm) whose address is (Name of Firm) 1275 Shiloh Road NW.Suite 2620 Kennesaw,GA 30144 I hereby declare and affirm that I am a DBE as defined by the contract documents cited below, and that I will provide on request information to document this fact.. This firm is interested in bidding/proposing on the following categories of work being procured for the Project: Ger:techniral Fncineering Construction Testing Services This firm has current DBE certification from the following agencies: GDOT I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT, AND THAT I AM AUTHORIZED ON BEHALF OF THE FIRM TO MAKE THIS AFFIDAVIT m 1/9/18 SaeerMoussly FO �I (Date) __ STATE OF Georgia COU Cohn On this 9th day of January , 20 18 before me, Sameer ldnussly,CFO , the above signed officer,personally appeared, known to me to be the person described in the foregoing affidavit and acknowledged that he/she executed the same in the capacity therein stated and for the purposes therein contained. In,witness thereof, I hereunto set my hand and official seal. +t`,,r� EL "1,, 11 \\T __— (SEAL) � (nlssip (tA ? My Commission Expires June l..)021 ~w i2 ®..*®, Y'•. PUBLIC ':tZ. pas .• t� RFC)18 138 Aviation Consultant Services RFC)Due Tuesday,January 23.2018 11:00 a.m. Rage 30 at 35 Page 53 of 99 DBE FORM 3-1 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) PROPONENT Name: Mead&Hunt,Inc. Address:878 South Lake Drive City; Lexington State:South Carolina Zip 29072 DBE Firm: MC Squared,Inc. Address: 1275 Shiloh Road NW,Suite 2620 City: Kennesaw State: GA Zip: 30144 DBE Contact Person: Name: Sameer Moussly,CEO Phone:(770-650-0873 DBE Certifying Agency: Georgia Department of Transportation Expiration Date: 711112018 Each OBE Firm shall submit evidence(such as a photocopy)of theircertification status. Classification: ❑ Prime Contractor ® Subcontractor Cl Joint Venture Q Manufacturer ❑ Supplier • Work item(s) to be performed Description of Work Item Quantity Total by DBE {.reotccho:cai Enoneering Services iCunstructtan Testint Sarviees The Proponent Is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ Percent of total contract: 3e AFFIRMATION: The above-named DBE firm a rms that it will perform that portion of the contract for the estimated dollar value as stated herein above CFD (Title) "In the event the Proponent does not receive award of the prime contract,any and all representations in this Letter of Intent and Affirmation shall be null and void. RFQ 18-139 Aviation Consultant Sen'ic5s RPQ Due:Tuesday,January 23,2018 11.011 a.m. Page 31 of 35 Page 54 of 99 Keith Golden,P.E.,Commissioner if -NA 1. GEORGIA DEPARTMENT OF TRANSPORTATION jav,z. 1 One Georgia Center 600 West Peachtree Street NW - ' *i Atlanta Georgia 30308 / Telephone (4041 631-1000 July ii,2013 Joy Moussly,President MC Squared,Inc, 1275 Shiloh Rd.,N.W.,Ste.2620 KOnflesaw,Georiga 30144 ANNIVERSARY DATE:Annually on July ti Joy Moussly: The Georgia Department of Transportation has reviewed your Georgia Uniform Certification Disadvaritagid Business Enterprise(DBE)application. Our evaluation of the information submitted with your request for certification indicates that your firm has met the criteria outlined in Federal Regulations 49 CFR,Part 26. DBE.Certification will be continuous;however;it is contingent upon the firm maintaining its eligibility annually through this office, You will receive an Annual Affidavit for Continuing Eligibility(AFCE) and request for Personal Financial Statement (PFS)approximately thirty days prior to your firm's certification anniversary date. The Annual Affidavit for Continuing Eligibility and PFS document must be completed,signed and returned to our office before your anniversary date in order to continue your firm's eligibility as a DBE. Your firm will be listed in Georgia's UCP DBE Directory' which can be aecessed through the Department's website: Prime contractors and consultants can utilv vont firtn's DBE certification status and identify the work area(s)for which the firm is DBE eligible through this Directory. yquiryxrislor ID('ode is: 2MC945 Your firm has been certified to provide the following services its outlined in the North American Industry Classification System(NAICS): NAICS Code 54133o Engineering Services NAICS Code 541.3Ro Testing Laboratories It IS your obligation to notify Gil 'of any changes in ownership and/or control of your company. If at any time during the year there is a change in ownership and/or control of your firm,you are required to notify this office of such change in writing by sworn affidavit and with supporting documents within thirty(30)days_ Changes also include hut are not limited to officers,directors,management, key personnel,scope of work performed,daily operations,ongoing business relationships with other firms or individuals,or the physical location of your firm. Failure to do so will be deemed a failure,on your part,to cooperate and will result in immediate actions to remove DBE certification in accordance with 49 CFR Part 26,Section 26.83(j)of the Federal DOT Regulation. Sincerely. Betty C.Mason Assistant AtIministrator EEO External Programs Kimberly A.King EEO Director KAKNIC Page 55 of 99 DBE FORM 2 DBE SUB-CONSULTANT IDENTIFICATION AFFIDAVIT STATE OF GEORGIA COUNTY OF FULTON I HEREBY DECLARE AND AFFIRM THAT I AM THE OWNER (Title:Owner,President,Co-Venturer,etc.) and duly authorized representative of KHAFRA ENGINEERING CONSULTANTS,INC (Name of Firm) whose address is (Name of Firm) 225 Peachtree Street,NE, Suite 1600,Atlanta,Georgia 30303 Ihereby declare and affirm that I am a DBE as defined by the contract documents cited below,and that I will provide on request information to document this fact. This firm is interested in bidding/proposing on the following categories of work being procured for the Project: Access Control System Construction Observation Landside Projects Construction Observation This firm has current DBE certification from the following agencies: GDOT,ALDOT,TDOT,IDOT,NCDOT,TxDOT,WMATA I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT, AND THAT 1 AM AUTHORIZED ON BEHALF OF THE FIRM TO MAKE THIS AFFIDAV JANUARY 10,2018 t/ ,o,� ii^[J_ (Date) (Affia STATE OF GEORGIA COUNTY OF FULTON On this _ 10th day of JANUARY , 20 18, before me, ,the above signed officer, personally appeared,known to me to be the person described in the foregoing affidavit and acknowledged that he/she executed the same in the capacity therein stated and for the purposes therein contained. ,,, InJLLflL1 ss thereof,Ihe eeuuntp my han and official seal.J ) s (SE( ?� iiiASSA c'14',,1. My Commission Expires April 2,2020 z :' `�'r a; 41/60f1 MOO- REQ 18.139 Aviation Consultant Sarvksa RFQ Due;Tuesday,January 23,2818 it 11 00 a an Page 30 of 35 Page 56 of 99 DBE FORM 3-1 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) PROPONENT Name: Mead&Hunt,Inc. Address:878 South Lake Drive City; Lexington Ste: South Carolina zip 29072 DBE Firm: Address: 225 Peachtree Street NE.Suite 1600 Citi: Atlanta State: Georgia Zip: 30303 DBE Contact Person: Name: Viktor Opara-Amaechi phone:( (404)631-1281 l DOE Certifying Agency: GEORGIA Expiration Date: 2019 Each DBE Fern shall submit evidence(such as a photocopy)of their certification status, Classification: ❑ Prime Contractor 118 Subcontractor U Joint Venture 0 Manufacturer ❑ Supplier Work item(s) to be performed Description of Work Item Quantity Total by DBE Access Control System Construction Observation N A N'A Landside Projects Construction Observation N'A NA The Proponent Is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: OBE contract amount: 1 N/A Percent of total contract: NA % AFFIRMATION: The above-named DBE firm affirms that it will perform that portion of the contract for the estimated dollar value as stated herein abo By: piliVgy24"b Az- Principal {True) 'in the event the Proponent does not receive award of the prime contract,any and all representations In this Letter of Intent and Affirmation shall be null and void. RFD 1&139 Aviation Consultant Services RFD Due Tuesday January 23,2018 a 1190 a Page 31 of 35 Page 57 of 99 4 p!TR.. �YaOf,.. Keith Golden,PE.,Commissioneri' '� GEORGIA DEPARTMENT OF TRANSPORTATION O n ,, J One Georgia Cemer,1300 West Peachtree Street.MN s Atlanta.Georgia 90308 Telephone:(404)631-1000 e Oi Offl� December x8,2014 Valentino Bates,President Khaira Engineering Consultants,Inc. 225 Peachtree St,N.E.,Ste.160o Atlanta,Georgia 30303 ANNIVERSARY DATE:Annually on December 18 Valentino Bates: The Georgia Department of Transportation has reviewed your Georgia Uniform Certification Disadvantaged Business Enterprise (DBE)application. Our evaluation of the information submitted with your request for certification indicates that your firm has met the criteria outlined in Federal Regulations 49 CFR,Part a6. DBE Certification will be continuous;however;it is contingent upon the firm maintaining its eligibility annually through this office. You will receive an Annual Affidavit for Continuing Eligibility(AACE)and request for Personal Financial Statement(PFS) approximately thirty days prior to your firm's certification anniversary date. The Annual Affidavit for Continuing Eligibility document must be completed,signed and returned to our office before your anniversary date in order to continue your firm's eligibility as a DBE. Your firm will be listed in Georgia's UCP DBE Directory which can be accessed through the Department's website: Prime contractors and consultants can verify your firm's DBE certification status and identify the work area(s) for which the firm is DBE eligible through this Directory. Your Vendor II)Code is: 2K130o5 Your firm has been certified to provide the following services as outlined in the North American Industry Classification System (NAlCS): NAICS Code 541330 Engineering Services NAICS Code 541620 Environmental Consulting Services NAICS Code 562910 Remediation Services It is vow'obligation to notify GUCP of any changes in ownership and/or control of your conwanv. If at any time during the year there is a change in ownership and/or control of your firm,you are required to notify this office of such change in writing by sworn affidavit and with supporting documents within thirty(30)days. Changes also include but are not limited to officers,directors,management,key personnel,scope of work performed,daily operations,ongoing business relationships with other firms or individuals,or the physical location of your firm. Failure to do so will be deemed a failure,on your part,to cooperate and will result in immediate actions to remove DBE certification in accordance with 49 CFR Part 26,Section 26.83(j)of the Federal DOT Regulation. Questions and concerns should be directed to this office by mail or telephone. Our telephone number is(404)631-1g72. Our fax number is(4o4)631-1943. Si neere}v, ttt'tty` irlasOn EEO Assistant Administrator—External KAK/ye. Page 58 of 99 DBE FORM 2 DBE SUB-CONSULTANT IDENTIFICATION AFFIDAVIT fe,NIE Of: GEORGIA COUNTY OF COBB I HEREBY DECI ARE AND AFFIRM THAT I AM THE EXECUTIVE VICE PRESIDENT OF OPERAIIrJNE (Title Owner. President, Co Venturer et:) and duly authorized representative,of Edwards-Pitman (Name of Firm) Environmental. Inc whose address is 1250 Winchester Parkway (Name of Firm) Suite 200, Smyrna, Georgia 30080 hereby declare and affirm that I are a DBE as defined by the contract documents cited below and that I will provide on request information to document this fact This firm ia interested in biddinglproposing on the following categories of work being procured for the Project: Cultural Resources Environmental Permitting as needed This firm has current DBE certification Tram the following agencies Georgia Department at Transportation I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENAL TIES OF PERJURY THAT THF CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND OORR'ECI, AND THAI I AM AUTHORIZED ON BEHALF OF THE FIRM TO MAKE THIS AFFIDAVIT lanuary 11.2018 ," • , ,Date) (Affiant) S FATE OF GEORGIA COUNTY OF COBB On this 11TH day of January 20 18 before me, Susan L Thomas , the above signed officer, personally appeared, known to me to be the person described in the foregoing affidavit and acknowledged that Ire/she executed the same inthe capacity therein stated and for the purposes therein contained fl witness thereof I hereunto set my hand and official seal ( SF/U) RUSSELL KENVON DANSER,III NOTARY PUBLIC Cobb Co My unty Commission Expires June 9. 2020 State of Georgia My Comm.Expires„lune 9,2020 1.1 2u15,:u; FA,x 30 0 Page 59 of 99 DBE FORM 3-1 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each OBE firm) PROPONENT Name; Mead&Hunt,Inc. Address:878 South Lake Drive — ✓ City; Lexington State; South Carolina zip 29072 DBE FirmIidwards-Pitman Environmental Inc Address: M41250'Mnchester Parkway Suite 200 City: Smvma State: Georges Zip:300080-- DBE Contact Person: Name: Susan Thomas Phone:(7'0 3.13 94 4 Executive Vice President of Operations DBE Certifying Agency: Georgia Department of Transportatran Expiration Date:]3 P cr ust 2015 Each DSP Finn,h<d•r suhmrt e vr'fnoe(such as a ph ejc(.ipyt+t theft-cectifcation status Classification: (./ Prime Contractor KJ Subcontractor CI Joint Venture ❑ Manufacturer .:1 Supplier Work items) to be performed Description of Work Item Quantity Total by�_— Cultural Resources Resource Survey and Documentation E vifor mental Permitting Resource Surrey and Agency Coordination The Proponent is committed to utilizing the above-named DBE firm for the work described above, The estimated participation is as follows: DBE contract amount: $ Percent of total contract: °J AFFIRMATION: The above-named DBE firm affirms that it will perform that portion of the contract for the estimated dollar value as stated herein above. By °�t�r= �-r ` � `� Executive. lice Preside,;t of Operations (Sir ruaturuf (rifle) In the event the Proponent does not receive award of the purse contract any and at represe?tat.on• this Letter of Intent and Alternation shall be null and solo 1r a1,1 t:;4 3 rn G� Ito n;,e^are:-, -'.} °_day Jar air 23 t ; V`.,23 31,;r 35 Page 60 of 99 GEORGIA UNIFIED CERTIFICATION PROGRAM(GULP) 600 WEST PEACHTREE ST., N.W.,7*"FLOOR(EEO)ATLANTA, GEORGIA 30308 ANNUAL"No Change"AFFIDAVIT-FOR CONTINUTING DBE CERTIFICATION Nate:Do Not Use This Form for New Applications-ANNUAL UPDATES ONLY For Calendar Year 2017-2018 Name ofSirn,: Edwards-Pitman Environmental, Inc. Mailing Address: 1250 Winchester Parkway, Suite 200 City: Smyrna State: GA Zip 30080 physical AddressSame City: State Zip. Office Telephone: Alternate Alternate Telephone; 770-210-1875 Office Fax 770-333-8277 Federal ID t��r„ie 58-2115335 ledwardsa@edwards-pitman.corn www.edwards-pitman,corn Email: Web Address Please submit the following documents with your Affidavit for Continuing DBE Certification: Documents i Time Period Required Attached Firm's complete,i,,,,1{d Federal Tax Return with scheeules&ittachmentsl , r nt Year yc , r1 Complete sinned Federal Tax Returns for all business affiliations of the owner(s) 1 Cu est Yeaf Yes :1 Current Employees: (Report number 0 n1,,of Full T^n,e,Part Time and temporary ; Cur:ng:51St 12 I es _ s The following olloesw asgg f yar end reporting hould Be Submitted OnlyIf There Have Seen Changes in the Items listed or in the a The followin InformationpST period) Ownership, Structure and/or Operations of the Firm. I Additional Documents iii pplicaolel e ae,,od Aeawred Ata hed : New Owners Ind.ade a H w-rn I i -esr, .,^rt.:, .r„n-, , ,r 1.y, _-,w v.,-F^a ] S n[ 3,! j. l u5c,rm@r.rabu Jfcoatr but ? l.t r ifcc.dtign Yea C Owners/Employees involved in another business. a +r r; „oe since last pefry I:41,e jF utr„ i,i rnl hr nit.rr,i t:....1„ i .n^(i.,ih.6 ..:w ur ter.e(rr_at,Sn YE} - j Articles of Incorporation.(if amended) ti Cep 41s7 --� Ct.+,trcat,+u,, -' By-Laws: (if amended) r 5ir_e act - `icat;cn Yes Equipment List.Ic Laaie, ;r,1,-r Kt”„r ,z.t I ,, t.r,r <^Ce a;t ra - _ - s—Lr t iricatpdr Vehicle Information: i .hr , ,r ,..; 4,...:,,;;;;I:;•'• .ti. S •ce last , , h, r t ^moria M 1 iskr ., .r' i;i.^ _,. iti..,e,or, , - l r ,,.p aGreem ,1vf•Y. i, z_ ,, ^ :u T I Significant Changes: a .r.,e s : _: ss : : _, „ .; .r- S 1E, a-Y. I _...._ i :, .:r,mcr: i New Work Area/Services-REQUEST ADDITIONAL NAICS CODES: ,•,:,_: S r, d;. j9d^Stm-44 NaSG. Feed,lot: cC _;_:4 r ^i a^ I, JO., InL„.,-..1 i - ,� , - .ya6U '�Frs J ra ther infOrmat on 7:h6+ELviero NA.CS wets to 1;- ,,, :,•,1 1 Page 61 of 99 DBE FORM 2 DBE SUB-CONSULTANT IDENTIFICATION AFFIDAVIT STATE OF Georgia COUNTY OF C''2.4, I HEREBY DECLARE AND AFFIRM THAT I AM THE President (Title:Owner, President, Co-Venturer,etc.) and duly authorized representative of Ken Weeder) Asr,xietes,Inc (Name of Firm) whose address is (Name of Firm) 11--. 9G Liv4,.1.s- f\AolertAG611 o6 I hereby declare and affirm that I am a DBE as defined by the contract documents cited below, and that I will provide on request information to document this fact. This firm is interested in bidding/proposing on the following categories of work being procured for the Project: Aviation Consultant Services for Augusta,Georgia-Augusta Regional Airport This firm has current DBE certification from the following agencies: Georgia Department of frawcrlatmon I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THE FOREGOING DOCUMENT ARE TRUE AND CORRECT. AND THAT I AM AUTHORIZED ON BEHALF OF THE FIRM TO MAKE THIS AFFIDAVIT, 1,) gftif• 10,1-D 18 (Date) (Affiant) STATE OF COUNTY OF On this V„) day of 20 before me, lawriEfii VIE Peri , the above signed officer, pgersonally appeared, known to me to be the person described in the foregoing affidavit and acknowledged that he/she executed the same in the capacity therein stated and for the purposes therein contained, In witness thejeof, I hereunto set my hand and official seal. LISBET RUBIO / 7 „, (A.7"./. \ NOTARY PUBLIC WAKE COUNTY,NC My Corns,a :pres M4/Commission Expires -;-() RFQ 18-139 Aviation Consultant Services RFQ Due Tuesday January 23 20184 11:00 am, Page 30 of 35 Page 62 of 99 DBE FORM 3-1 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) PROPONENT Name: Mead&Hunt,Inc. Address:878 South Lake Drive City; Lexington state;South Carolina zip 29072 DBE Firm: Address: 1290 Kennestone Circle,Suite A213 Marietta GA 30066 City: State: Zip: DBE Contact Person: Name: Kevin Weeden Phone:(678-540-8647 DBE certifying Agency: Georgia Department of Transportation Expiration Date;July 9 Each OBE Ron shall submit evidence(such as a photocopy)of theircertiTication status. Classification: U Prime Contractor U Subcontractor U Joint Venture CI Manufacturer U Supplier Work itemts) to be performed Description of Work Item Quantity Total by DBE DBE program plans Contract compliance for affirnwave action �. ..�.���. �.._. _ .. .. ,•..�^ ._.._.u,a�_� The Proponent is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount $ TBD Percent of total contract TBD AFFIRMATION: The above-named DBE firth affirms that it will perform that portion of the contract for the estimated dollar value as stated herein above. -, fir % By: '. ' /*/ Senior Vice President I (Signature) `- (Title) In the event the Proponent does not receive award of the prime contract,any and all representations in this Letter of Intent and Affirmation shall be null and void. REQ 18-135 Aviation Consultant Services RFC Due.Tuesday,January 23,2916($1 11:00 a m Page 31 of 36 Page 63 of 99 f�1 pt•tA�,y.A Keith Golden,PSE,Commissioner t° 'iry GEORGIA DEPARTMENT OF TRANSPORTATION F 121 v!- V� l . One Georgia Center,600 West Peachtree Street,NW lY Atlanta,Georgia 30308 'tis .-;p,• Telephone-1404)631-1000 July 9,2013 Ken Weeden,President Ken Weeden&Associates,Inc. 3955-A Market Street Wilmington,NC 284 o,3 ANNIVERSARY DATE:Annually on July 9 Ken Wecdcn: The Georgia Department of Transportation has reviewed your Georgia Uniform Certification Disadvantaged Business Enterprise(DRE)application. Our evaluation of the information submitted with your request for certification indicates that your firm has met the criteria outlined in Federal Regulations 49 CFR,Part 26. DRE Certification will be continuous;however it is contingent upon the firm maintaining its eligibility annually through this office. You will receive an Annual Affidavit for Continuing Eligibility(AFCE) and request for Personal Financial Statement(PFS)approximately thirty days prior to your firm's certification anniversary date. The Annual Affidavit for Continuing Eligibility and PFS document must he completed,signed and returned to our office before your anniversary date in order to continue your firm's eligibility as a DBE. Your firm will be listed in Georgia's UCP DBE Directory which can be accessed through the Department's website: ,. Prime contractors and consultants can verify your firm's DRE certification status and identify the work area(s)for which the firm is DBE eligible through this Directory. Your Vendor ID Code is: 2WE185 Your firm has been certified to provide the following services as outlined in the North American Industry Classification System(NAICS): NAICS Code 541611 Administrative Management and General Management Consulting Services NAICS Code 541618 Other Management Consulting Services NAICS Code 54162o Environmental Consulting Services NAICS Code 561110 Office Administrative Services Ills Jour obligation to notify GUCP of any changes in ownership and/or control of your company. Tf at any time during the year there is a change in ownership and/or control of your firm,you are required to notify this office of such change in writing by sworn affidavit and with supporting documents within thirty(30)days. Changes also include but are not limited to officers,directors,management,key personnel,scope of work performed,daily operations,ongoing business relationships with other firms or individuals,or the physical location of your firm. Failure to do so will be deemed a failure,on your part,to cooperate and will result in immediate actions to remove DBE certification in accordance with 49 CFR Part 26,Section 26.83(j)of the Federal DOT Regulation. Sincerel, Betty C.Mason Assistant Administrator EEO-External Programs • Kimberly A.King EEO Director KAK/YLC Page 64 of 99 DBE FORM 3-2 UTILIZATION STATEMENT Disadvantage Business Enterprise(DBE) The undersigned Proponent has satisfied the requirements of the proposal specification in the following manner. (Please mark the appropriate box) It Mead&Hunt,Inc. The Proposer is committed to a minimum of 13.3 %DBE utilization on this contract. ❑ The Proposer, while unable to meet the DBE contract goal of %, hereby commits to a minimum of % DBE utilization on this contract and submits the attached documentation as evidence demonstrating good faith efforts (GFE)in seeking participation by certified DBE firms, The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm or firms identified within the submitted Letter-of-Intent forms have agreed to perform a commercially useful function for the indicated work elements. The undersigned further understands that no changes to this statement may be made without prior approval from the Owner and the Federal Aviation Administration. Proponent's Firm Name Mead&Hyi3t,, .///qqq 1/16/18 Signature j.,,I )7 Date DBE UTILIZATION SUMMARY Contract amount DBE Amount Contract Percentage DBE Prime Contractor $ N/A x 1.00= $ N/A N/A °A DBE Subcontractor $ N/A x 1.00- $ N/A N/A % DBE Supplier $ N/A x 0.60 a $ N/A N/A DBE Manufacturer $ N/A x 1.00- $ N/A N/A Total Amount DBE N/A N/A N/A DBE Goal N/A $ N/A N/A % 'If the total proposed DBE participation Is less than the established DBE goal,Proponent must provide written documentation of the good faith efforts as requited by 49 CFR Part 26_ REQ 18-139 Aviation Consultant Services REQ Due:Tuesday,January 23,2018 11:00 am. Page 32of38 Page 65 of 99 ATTACHMENT D REQUIRED FORMS Page 66 of 99 THIS CERTIFICATE IS TO SE POSTED IN A CONSPICUOUS PLACE IN THE BUSINESS HEREIN DESCRIBED. CERTIFICATE AUGUSTA 2017 MAILING ADDRESS INFORMATION MEAD AND HUNT 2440 DEMING WAY MIDDLETON,WI 53562 THIS CERTIFICATE EXPIRES 12/31/2017 BUSINESS LICENSE # LCB20160000994 ISSUE DATE: 01103/2017 CERTIFICATE ISSUED IN THE NAME OF: MEAD AND HUNT CLASSIFICATION(S): 54133-ENGINEERING SERVICES(4) BUSINESS TYPE: BUSINESS BUSINESS LOCATION: 878 SOUTH LAKE DR,LEXINGTON,SC 29072 CERTIFICATE HOLDER INFORMATION: RATAN I,SHETH THIS OCCUPATIONAL TAX CERTIFICATE IS VALID FOR CALENDAR YEAR ENDING 12/3112017 AND IS SUBJECT TO RENEWAL.BY 113112018,THE PLANNING AND DEVELOPMENT DEPARTMENT SHALL HAVE THE RIGHT TO SUSPEND ANY CERTIFICATE IF THE BUSINESS VIOLATES ANY LAW OR ORDINANCE OF THE UNITED STATES,THE STATE OF GEORGIA,OR AUGUSTA,GEORGIA. Melanie Wilson,Director Planning and Development Department Page 67 of 99 Secretary of State CONTROL NUMBER:0546047 Corporations Division EFFECTIVE DATE:06130/2005 315 West Tower JURISDICTION :WISCONSIN REFERENCE :0072 #2 Martin Luther King, Jr. Dr. PRINT DATE :07/07/2005 Atlanta, Georgia 30334-1530 FORM DUMBER :316 MARILEN MATEO-BUTLER 6501 WATTS RD. MADISON,WI 53719 CERTIFICATE OF AUTHORITY TO TRANSACT BUSINESS I,Cathy Cox,the Secretary of State and the Corporations Commissioner of the State of Georgia,do hereby certify under the seal of my office that MEAD AND HUNT.INC. A FOREIGN PROFIT CORPORATION has been duly incorporated under the laws of the jurisdiction set forth above and has filed an application meeting the requirements of Georgia law to transact business as a foreign corporation in this state. WHEREFORE, by the authority vested in me as Corporations Commissioner, the above named corporation is hereby granted,on the effective date stated above,a certificate of authority to transact business in the State of Georgia as provided by Title 14 of the Official Code of Georgia Annotated. WITNESS my hand and official seal in the City of Atlanta and the State of Georgia on the date set forth above. 1111111111111111111111111111111 f ct-lp • 1Ammiku y'I �li1 .- Cathy Cox Secretary of State Page 68 of 99 Control Number:0546047 STATE OF GEORGIA Secretary of State Corporations Division 313 West Tower 2 Martin Luther King,Jr.Dr. Atlanta,Georgia 30334-1530 CERTIFICATE OF EXISTENCE I. Brian P. Kemp, the Secretary of State of the State of Georgia, do hereby certify under the seal of my office that MEAD AND HUNT,INC. a Foreign Profit Corporation was formed in the jurisdiction stated below or was authorized to transact business in Georgia on the below date. Said entity is in compliance with the applicable filing and annual registration provisions of Title 14 of the Official Code of Georgia Annotated and has not filed articles of dissolution, certificate of cancellation or any other similar document with the office of the Secretary of State. This certificate relates only to the legal existence of the above-named entity as of the date issued. It does not certify whether or not a notice of intent to dissolve, an application for withdrawal, a statement of commencement of winding up or any other similar document has been filed or is pending with the Secretary of State. This certificate is issued pursuant to Title 14 of the Official Code of Georgia Annotated and is prima-facie evidence that said entity is in existence or is authorized to transact business in this state. Docket Number : 15019515 Date InclAuth?Filed: 06,30/2005 Jurisdiction : Wisconsin Print Date : 01i09f2018 Form Number : 211 3 III ,11,1.1 � o"; CFO `, ..e .."4i Brian P. Kemp l'776 Secretary of State Page 69 of 99 ,'k.L______.-- _-1_,t__. _,..--c..t.,/----/.:/_, G E O R C I A J. You Must Complete did Relurn with Yuur Submittal. Docurn_ut Must.Be Ncturized Systematic Alien Verification for Entitlements(SAVE)Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate,Alcohol License,Taxi Permit,Contract or other public benefit as reference in O.C.G.A.Section 50-36-1,I am stating the following with respect to my proposal for an Augusta,Georgia contract for RFQ Item:#16-139 Aviation Consultant Services for Augusta Regional Airport (RFQ Project Number and Project Name) Andrew J.Platz.PE fPrint Type:Name of natural person applying on behalf of individual business,corporation,partnership,or other private entity) Mead 8.1-11,,T.,Inc. (Print/Type: Name of business,corporation,partnership,or other private entity) 1 ) X I am a citizen of the United States OR 2.) I am a legal permanent resident 18 years of age or older, OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.)18 years of age or older and lawfully present in the United States: In making the above representation under oath, I understand that arty person who knowingly and willfully makes a false,fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Codeorgia. Signature of Applicant Andrew J. Platz.PE Printed Name .�� Alien Registration Number for Non-Citizens _-'i,-;v_41 tiJ ,'t`.,.., ci,,A.0,-1 C:t ',.:1 CO, SUBSCRIBED ANC SWORN BEFORE ME ON THIS THE 1 I.1L DAY Of }6kt4,c ;--y _20 t£• _ r z.}'ttti_�` i,4 6,---- ," [�� M g Notary Public -- -- "�P,• - � f-. .y T My Commission Expires:_.MVAC 2 r ZCti blOTAlRYSEEAL (- Nater TN/_S FUr7,10,?UST ar COMPLETED AND RETURNED W TH YOUR su iv r<}'it`, '450,BL\C Rev.7/12/2015 a ,•$- RFC'etigp ilmar'[oOc1E'utlant Services RFC Due:Tuesday.Janu3rT2,2018 @ 11.00 a.m. Page 8 of 35 Page 70 of 99 Conflict of Interest By suanissioo of a proposalthe responding firm certifies,under penaty of penury that to the best of Pis knowledge ane,betel '.No orcurnstanCes exist wnech cause a Coact of Interest it perrorming the services required tyy this RFQ and 2 That no employee of the County.nor any member thereof rat any pubic agency or official affected by this BFO has any pecrrrary interest in the business et the respond rxg Fro,cr his sub co-m t:er'rts)has any interest hat would=IIs in any manner or degree reth the performance related to tiniS REQ By submissio-',or a proposal.the verdorc,ertihies under penalty of perjury.that to the tit of its srcisledge and belief ia)The prices in the proposal have been armed at independently without colucan,ccstultation,cornmuricabonsor agreement kir the purpose of restricting competition as to any matter rc!abing to such press with any other vendor or with any r„empehtce i,ot Uncles otnerarse required by law..the press which have peen quoted in the proposal have rant knlrvingy been disclosed by the vendor prior to opening drecily or indirecty,to any other vendor dr compelito(. c)No attempt has been made,or wilt be made,by the vendor to mace any other person,;arhership or cooperation to submit or not tO scsrzmit a proposal for the purpose of'esthcting competition For any breach or vide-lion of this p-coision,the County shaft have the right to terminate ails related contract a agreement without liability and at its discretion to deduct from the price.Of otnenmse recover,the full arrcrint of such few.commission percentage gift,payment or considerate,. Contractor Affidavit and Agreement By executing this atfdaviL the underagned contractor verifies its compliance wits O.C GA § 13-10-9t stating arfmiabvety that the indivduaifirm or corporation which is aontrac,ting with Augusta Georgia Beard of Commissioners has registered with and is partcrpateg in a feartai work authtrcation program'[any of the electronic verification of work aiUnrizatpn programs operated by the United States Department of Homeland Secunty or any equivalent federal work authorization program,operated by the United States Department of ricrnea:rid Security to verify arformat:on of newly!awed employees,pursuant to the tmn-gration Reform and Coned AC of'SBE iIRCA}.P L B g-80.31,in accordance wdh the applicabiety provisions and cleadines established in 0 C.G.A§13-10-91. The undersigned fuller agrees that,should it employ or contract we'arty suSeQnlr=ortsi in connection with the physical performance of services pursuant to pais contract with A,rgusia Georgia Board of Commissioners contractor will secure from such 5ut%:cr±traCtor(si writer verification of camptiance with C C G A§?3-10-01 an the Subcontractor Affidavit provided in Rule 30C-10.01,08 or a substantially similar form.Contractor further agrees to martar,rewards of such compliance and provide a copy of each exit verification to the Augusta,Georgia Board of Corrrnissiuners at the time the subcontractor)ui is retained to perform Suds service Georgia Law requires your company to have an E-Verify'User Identification Number{Company I.D.)on or after July 1, 2009. For additional information er to enroll your company,visit the State of Georgia website haps ife vwfy usuis goyfye 3ls dialer ttt iies'v.ort state de ustydTkuies:300 TO 1 pdf 55E-Verify*User Identification Number(Company I.D.) 214747 N CITE• F-VERIFY USER IDENDIFtCATION SLIMBES lCOb1PAN'E I C.1 TAUS'Sc PROVIDED. IN AOCylTION,THE RECCstfiENDED AWARDED.ENDOR WILL BE REQUIRED TO Pe OVTDE,a COPY OF HOMELAND SCCURlrr'S MEMORANDUM OP I NOERS?ANOING MOUI The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process In addition,the undersigned agrees to submit all required forms for any subcontractor(s)as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. Mead&Hunt.Inc. Company Name LAA.-1„4k. BY: Authorize`dbfficer or Agent (Contractor Signature) Human Resources Director Title of tiuthr,,rized Officer or r^. cit or Contractor Wen-dy Culver Printed Name of Authorized Officer or Agent , wnenrmnrprrry SUBSCRIBED AND SWORN BEFORE ME ON THIS THE C: DAY OF *I-P'+.4' '"1 2❑ 0�Ck'DERFiLQ`.v�� NOTARY SEAL "� Sl©T1R 0 Notary Public J . ,1�1 - its tiny Commission Expires;_ N� ��41 ' Yau Must Complete and Return the 2 goose of Attachment B n{th Your Submittal.Occum rib .�e....•'�� .� Notarized. ftfv.2/57/2015 r oris,ii., RFQ 18-139 Aviation Consultant Services RFQ Due:Tuesday,January 23.2018 11:00 a.m. Page 7 of 3S Page 71 of 99 f: 0 R C; I A f Attachment B e I[c(:cf J t,..a.,/ ',,. .i.:, Augusta,Georgia Augusta Procurement Department ATTN:Procurement Director 535 Telfair Street,Suite 605 Augusta,Georgia 30901 Name of Proponent: Mead&Hunt, Inc. Street Address: 878 South Lake Drive City,State,Zip Code: Lexington,SC 29072 Phone: 803-520-2854 Fax:608-273-6391 Email: Chris.birkrneyer' imeadhunt.corn Do You Have A Business License? Yes: X No: Augusta,GA Business License#for your Company(.i . ): LCB20160000994 and/or Your State/Local Business License#for your Company(3 Pr ,ie): 1M08123(Wisconsin) Utility Contractors License#(M :r, I ): r i r .4 ; - General Contractor License# ): Additional Specialty License# NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, please state above (Procurement will verify), your company will be required to obtain a Richmond County business license if awarded a RFQ. For further information regarding Augusta,GA license requirements,please contact the License and Inspection Department Gm 706 312-5050. List the State.City&County that issued your license: City of Atlanta,County of Fulton (#1) X :(#2) :(#3) :(#4) :(#5) (#6) (#7) :(#8) NOTE: CHECK APPROPRIATE BOX(ES)-ADD ADDITIONAL NUhfl}LRSAS,APPL(C .LE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing business with Augusta,Georgia. The undersigned covenants that we have not discriminated,on the basis of race,religion,gender,national origin or ethnicity,with regard to prime contracting,subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the proposal or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontrectorlsuppiier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses,in conformity with Augusta,Georgia's Local Small Business Opportunity Program, Set forth below is the signature of an officer of the proposer@xmtracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximirn practicable opportunities to do business with this Company; That this promise of non-discrtirrnation as made and set forth herein shall be continuing In nature and shall remain in full force and effect without interruption; That the promises of non-dtscrknination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satlstactonly discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default ar'ts to exercise any and all applicable rights remedies including but not limited to cancellation of the contract,termination of the contract,suspension and debarment from future contracting opportunities,and withholding and or forfeiture of compensation due and owing on a contraC_ Non-Collusion of Prime Proponent By submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief (a)The prices in the proposal have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prier to opening,directly or indirectly,to any other vendor or to any competitor. (cj No attempt has been made,or will be made,by the vendor to induce any other person,partnership or corporation to submit or not to submit a proposal for The purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. RFQ 18-139 Aviation Consultant Services RFQ Due:Tuesday,January 23,2018 @ 11:00 a.m. Page 6 of 35 Page 72 of 99 REFERENCES My experience 1.4,1th Mead&Hunt has t...9 � been exceptional. Mead&Hunt brings to the table a qualified and proles, 'n m sional staff that is very responsive and rn presents,each and every time,high n -d quality and technically.sound project ana deliverables. • N� I Bryan Rodgers,Airport Director University Park Airport(U*IV),State College,PA Dan Mann, Executive Director Columbia Metropolitan Airport 803-822-7878 d.mann@columbiaairport.com Senator Paul G. Campbell Jr. Campbell Executive Director&CEO Charleston County Aviation Authority 843-767-7000 pcam pbel l@chs-airport.com Kelley Atkins Airport Manager Pelfston Regional Airport 231-539-8441 katkins@emrnetcounty.org Bryan Rodgers Airport Director 814-865-5511 bgr3@psu.edu Page 73 of 99 ADDITIONAL. SUBMISSION REQUIREMENTS Location(s) of office where work will be performed If a Corporation,state date of Incorporation, state in which firm is incorporated. If an out- -- The majority of our work for Augusta Regional ,-.... of-state corporation currently authorized to Airport projects will be based out of and per- do business in Georgia, give date of such formed by staff in our nearby Lexington, South authorization. Carolina, office. Chris Birkmeyer, your program • Mead& Hunt was incorporated under the ... :.--:- coordinator and engineering program manager, laws of the State of Wisconsin on 11/30/1949, oversees the design professionals in this office • Mead& Hunt was first authorized to do busi- from our Myrtle Beach, SC office. Support will ness in Georgia by the Secretary of State ..7.- be provided by our local teaming partners in on 6/30/2005. Our entity control number is „-- Augusta, Atlanta and Kennesaw, Georgia. 0546047. :-..... What is the largest contract(dollar costs) If a partnership, names of partners,positions ever performed by your organization? held and responsibilities. 77 • Mead& Hunt's largest contract, corn- N/A. Mead & Hunt is not a partnership. canide, was a$20 million contract with the Sacramento Area Flood Control Describe your organizational structure, . - including t Agency(SAFCA)for the Natomas Levee es -- • employe .he number of permanent Improvement Program INLIP). Mead& Hunt is an employee owned firm with a Mead & Hunt's largest aviation contract is 660 regular employees, including engineers. with Pullman-Moscow Regional Airport for the Airport's new runway program. The con- architects, scientists, planners and support tract amount is also$20 million staff in more than 30 offices nationwide. The . firm is organized into five groups, each with Has your organization been disqualified, their own leader:Aviation, Architecture and disbarred or suspended by any federal Building Engineering. Water Resources, Western agency or public agency in the State of Georgia,within the past five(5)years?Ifso, Infrastructure and Eastern Infrastn_icture, Each please explain. group is made up of business units that serve a No, specific market. Legal Name,Address,and Telephone Has your organization ever failed to complete Number an architectural,engineering or planning Mead& Hunt. Inc. services contract or subcontract or had its 878 Sservices terminated prior to expiration of the outh Lake Drive contract or subcontract?If within the last Lexington, SC 29072 five(5)years, state name of individual,other 803-996-2900 organization, and reason(s) therefore. No. Name and title(s)of Principal Officers • Rajan I. Sheth, CEO Has any officer, owner or partner of your organization ever been an officer,owner or • Andrew J. Platz, President partner of some other organization that failed • Jon Faucher, Secretary, Vice President to complete an architectural,engineering or planning services contract or subcontract? • Amy Scjuitien, Treasurer, Vice President If within the last five(5)years,state name of individual, other organization,and reason(s) therefore. No. D Page 74 of 99 Has your organization, or any officer or partner thereof, ever been party to any criminal or civil litigation because of architectural, engineering or planning services methods, costs, etc.? If yes, state case number, case name, and provide pertinent details,including any judgment. No. Provide the amount of any judgments or liens outstanding against your organization. Not Applicable. Estimate your maximum bonding capacity; also state whether any surety has refused to provide your organization bonding. Traditionally, Mead & Hunt, Inc. does not require bonding for our type of services. We can secure bonding it needed and have not historically been denied any request for bonding. Our commercial general liability insurance policy is issued with $1,000,000 of coverage for each occurrence, 52,000,000 aggregate. Our professional liability insurance policy affords coverage of $5,000.000 per claim, $10,000,000 aggregate. Discloses any financial, business or other relationship with the Augusta,Georgia that may have an impact upon the outcome of the contract or the construction project/ Service. \lot Applicable. :'_fists current clients who may have a 'financial interest in the outcome of this ;ontract or the construction project/service :hat will follow. \lot Applicable. )iscloses any financial interest or 'elationship with any construction company :hat might submit a bid on the construction )roject/service. Jot Applicable. C Page 75 of 99 ATTACHMENT E STAFFING Page 76 of 99 QUALIFICATIONS & EXPERIENCE ORGANIZATIONAL CHART � AUGUSTA REGIONAL AIRPORT—AUGUSTA,GEORGIA r PROGRAM COORDINATOR QUALITY CONTROL � r COORDINATOR/ � i FUNDING COORDINATOR C PRINCIPAL-IN-CHARGE , 1 ms,µ _— r,..''::."--'-'1 _ /^ +u4'.4�v.".�� sa. �x n to ,r4.214441,---i--„- p�`'w��,?8�i'4�r^P' .` ,'e..1--,:t..-f'11-..,:i.^ 1 ' X am } r !' PLANNING PROJECT MANAGER ENGINEERING PROJECT MANAGER r DEPUTY PROJECT MANAGER G AIRPORT PLANNING ENVIRONMENTAL ) t " PLANNING ., V7,--'71 -4.* " —-,4,::::::'' ,1, � r ; AIRFIELD DESIGN C ; .,` 'w�, try LANDSIDE DESIGN .. ' r AIR SERVICE PLANNING AGIS ; '"t 4,..,,,..„.„.„, °" dv- .x. PLANNING S b. .s s r a xc , s°" r .f',. i0 ' •-1)Z.:---4-•^s"s';• 7 t*z,.'ft:..>:^' .;, ....:. .,,..,.,. x 'P''''C''' 4f.3 '� 's.: AIRFIELD ELECTRICAL LANDSCAPE DESIGN LAND USE ANALYSIS DBE PLANS _ �p rr $ . --41' fl*`" GEOTECHNICAL GEOTECHNICAL. , CONSTRUCTION ARCHITECTURALJ ADMINISTRATION STRUCTURAL -, LEGEND � a+ t FUELING SYSTEM �- Mead&Hunt ' ■Hulick ' s � , it Cranston , -c —a,s, .: MATERIALS TESTING Edwards-Pitman a„ILAIT M Ken Weeden m, tr : SURVEY II Khafra � � � ■MC Squared MEP III Miles Engineering Associates "'t /.-1-?—, .' Infrastructure Systems Management, LLC R Page 77 of 99 QUALIFICATIONS Si EXPERIENCE KEY PERSONNEL RESUMES CHIRS BIRKMEYER, PE - '„ _; PROJECT MANAGER j 1 Chris Birkmeyer is a civil engineer with 24 years of aviation, 411tsurveying and land development engineering experience.Chris '` r=— has a wide variety of experience ranging from utility sizing j - s .;� T C7' evaluations,to terminal maintenance project oversite,to large D pavement reconstruction projects ranging in value of up to$50 Iv - —1 million. His versatility often brides the gaps that occur between , O v7 different disciplines working on a project,especially with regards k,, to building-site interfaces. His experience working on construc- Education m Bradley tion sites brings constructability of projects to the drawing board ' BS,Civil EUnivengineeringrsity , -0 m to reduce change orders on projects. He also understands that a building positive relationships with the client and the contractor Registration ''T' is the best way to achieve a quality finished project that mini- • Licensed Professional rri mize impacts to airport operations. In addition to his engineer- Engineer-South Carolina '- (#31405) l ing experience, Chris has also successfully managed facility 77 improvement projects throughout his career.His knowledge of building systems allows him to facilitate architecture projects -v from programming,to renovations,to understanding mainte- 7 nance required for buildings. His exposure to building systems O was solidified when he managed the utility study for the terminal z expansion for Denver International Airport,where an understand- m r" ing of all the utility systems was vital to developing concepts for x, rri future utility expansions. He has also managed architectural and mechanical firms for building and terminal renovation projects. m v7 FRANCIS(FRANK) MURRAY,CM DEPUTY PROJECT MANAGER Francis Murray has over 12 years of experience in the aviation industry. His background includes designing and inspecting airside projects to FAA Advisory Circular Specifications,grant r administration,contract and project management,and working with stakeholders.Over his career he has been responsible l for$50 million projects from start to finish with clients such as Columbia Metropolitan Airport(CAE). Francis is familiar with the FAA Airports District Office, Department of Health and "` Environmental Control, Department of Transportation and State Education Division of Aeronautics Responsibilities at CAE included main- •Graduate Diploma, taining the airport's ALP,noise land inventory, land use plan, Information Technology, stormwater management plan, pavement inventory and capital University of St.Andrews -Scotland improvement plan.As Engineering Designer Francis drafted ; • BS,Geography, University construction documents for the airport's in-house engineering of St.Andrews-Scotland department. Francis served as the lead construction inspector on these and a variety of consultant designed projects.This Registration experience offered unlimited access to the airport construction • Certified Member,AAAE process, from initiation and grant award,through design and construction,to the close-out of the project. Page 78 of 99 RON ENGEL, PE #: FUNDING COORDINATOR �" r I C As Group Leader for Mead&Hunt's Aviation Group, Ron Engeli . is ultimately responsible for our aviation staff and the services , - r�- we provide to our clients nationally. Ron has 30 years of experi- _ '' ence in airport planning, design and construction at commercial •v^' � 3 y`''. service and general aviation airports. He is familiar with both =� FAA and state departments of transportation(DOT)processes, z standards and procedures.His experience includes design and *; "' construction of runway,taxiway and apron pavements and light- rr ing; entrance roads;parking lots;drainage systems;approach x Education m surveys;site inspections; and pavement evaluations. Ron's • BS, Civil Engineering, xm extensive project management and design experience includes Michigan Technological m construction management of bituminous and concrete runways, University n aprons and taxiway systems. Ron spent 18 years with MDOT ''' Registration I as the Manager of the Grants and Programming section.This • Licensed Professional included managing the$80 million Airport Improvement Program, i Engineer working with airport sponsors on project development,and administering the FAA funding. Ron's section was also respon- sible for the planning and environmental clearance for aviation- related viation j `" O related projects in the State of Michigan.Ron serves as the Z Principal-in-Charge providing quality assurance for many of our rr aviation projects. r7.771 NARK BREUKINK, PE `^ ?UALITY CONTROL COORDINATOR/PRINCIPAL-IN-CHARGE m .410, vtark Breukink has 20 years of experience providing technical and )roject management services at commercial oal service and general . : -. �� aviation airports in airport runway,taxiway and apron engineering; iiiit, oadway and parking lot engineering;airport master plan studies; 5-. 1 : i environmental studies;facility planning studies;feasibility studies; airspace studies; and airport development programs. Mark has ! ti served as project manager for numerous airfield development )rojects. His responsibilities on these projects have included engineering design and oversight and coordination of each Education .omponent of the project. Specifically, projects have included ' BS, Civil Engineering, Michigan State unway and taxiway extensions, runway and taxiway rehabilita- Registration ions, new apron constructions, parking lot expansions,fencing ! • Licensed Professional Engineer eplacements and roadway constructions. Mark has developed I thorough understanding of airspace and airfield requirements Ind limitations through extensive use of TERPS, FAR Part 77 and AAA design criteria. Mark's responsibilities have included:aircraft marking and maneuvering analyses; development of airside and 3ndside facility expansion concepts and alternatives;activity and eet mix projections;construction of bituminous and concrete Ai-field pavements;environmental overview and airport layout Ilan updating. Page 79 of 99 BILL BALLARD,AICPt — ENVIRONMENTAL PLANNING Bill Ballard has more than 16 years of NEPA experience. He c oar > has successfully led and completed more than 25 NEPA and k =., ;= regulatory permitting projects including three multi-million dollar '^ Environmental Impact Statements.These studies evaluated the i n social, environmental and economic impacts of large federal and _,, state projects, including complex runway and taxiway exten- ! Le)' Z sions, runway safety area improvements and road relocations. I These projects included rigorous federal and state agency rr coordination, innovative public involvement techniques, and a x Education m comprehensive understanding of impacts and mitigation require- • BS, Environmental and m ments. Bill's environmental and regulatory experience includes Natural Resource Policy rn threatened and endangered species, wetland ecosystems, Studies, Michigan State n air quality analysis. water quality and stream impact assess- University CTI ments, Phase I/hazardous materials evaluations,cumulative •AS,Geographic Information Systems, impacts analysis and regulatory permitting. He is also a qualified Lansing Community College Geographic Information Systems(GIS)specialist. His experience •AA,Business Administration, -o includes airport environmental assessments, wetland and stream Lansing Community College regulatory permits, statewide land use and aviation system 0 plans,and regional land use and transportation studies. Bill's z recent experience includes participating in the FAA Airports GIS/ m eALP initiative and pilot program. m STEPHANIE WARD,AICP AIRPORT PLANNING/LAND USE ANALYSIS � r Stephanie Ward has 20 years of experience conducting plan- ning studies for aviation-related projects. She has extensive experience in developing community support and understanding , ' airports within their host communities. Developing strongMar } P 9 public '+ -�� relations with governmental agencies and the general public is one of her many strong points. Stephanie has played a key role ._ in developing planning documents for more than 100 air carrier = and GA airports and state aviation agencies. Recently,an exten- sive focus of her activities has been on land use planning, having ! Education developed guidebooks for the states of Oregon,Wisconsin and ' • MS, Parks and Recreation Iowa, and collaborating on updates in Washington and California, I with an emphasis in as well as performing several national studies.As project Tourism, Michigan State manager and primary author of the award-winning Iowa DOT University Office of Aviation's Iowa Airport Land Use Guidebook, Stephanie Michigan UraState UPlanniniversity University has first-hand knowledge of the many facets of land use issues ranging from the aviation perspective to the local community impact and statewide influences.This experience, along with the development of numerous individual airport zoning ordinances, provides her with valuable insight into compatible land use issues. Page 80 of 99 ROBERT MOORE, ASSOC,AIA ARCHITECTURAL/STRUCTURAL Robert Moore has over 20 years of experience in aviation archi- tecture with proven comprehensive design and management r- leadership skills. Robert excels in understanding owner goals '.mow T and turning ideas into real,tangible solutions. His experience includes aviation projects of all types with unique experience r., in the development of aircraft rescue and firefighting facilities, z terminal area studies,commercial and general aviation terminalL v buildings and both corporate storage and maintenance repair rr hangar facilities. Robert's responsibilities includes all phases Education Z of project development and management, including:client • M Arch,Clemson University consultation,contract development, programming and feasibil- ' ■ BS, Design, Clemson 2 ity studies, preliminary planning,alternative development and University r— conceptual design, project design and development, construe- ? tion documentation and specification preparation, development Memberships ■ American Institute of rr of opinions of costs,bidding phase assistance,and construction Architects(AIA) -< administration phase services. Robert has been successful in • Greater Columbia Section 7 maintaining existing client relationships through responsiveness AIA, Past President/Section x Director and stellar project delivery while continuing to develop new client c C relationships and seek new opportunities. ( ■American Associationz Airport Executives(AAAE), 2 Corporate Member r- Robert has unmatched experience in the development of ARFF x facilities. Robert works with his clients to meet their specific v needs for each facility while maximizing AIP eligibility. Along with Frank and the Mead&Hunt team, Robert is currently engaged T Li- in the design of a new ARFF facility for University Air Park and his prior experience includes both ARFF projects at Columbia Metropolitan, Roanoke-Blacksburg Regional, McGhee Tyson, Albert J. Ellis,Tri-State,Greenbrier Valley and Glynco Jetport airports. Other successful ARFF projects on his resume include Gainesville,Ashville,Valdosta and Space Coast Regional Airports, Bill and Hillary Clinton National Airport and Chattanooga Metropolitan Airport. Robert has rental car maintenance and quick turn-around facility experience at Greenville-Spartanburg and Columbia Metropolitan Airports. Page 81 of 99 ABLE LADSON, PE 1 - LANDSIDE DESIGN AND CONSTRUCTION ADMINISTRATION i i Abie Ladson is a native of Plantersvilie, South Carolina,a small 1 c rural community located in northeastern Georgetown County, South Carolina. He received an AAS degree in Engineering Graphics Technology from Denmark Technical College, a BS i degree in Civil Engineering Technology from South Carolina State E University,and an MS degree in Civil Engineering from Iowa t State University of Science and Technology. He is also complet- z R ing a PhD in Systems Engineering specializing in Infrastructure n Engineering and Management. Ladson has over 22 years of �i i�1 \\\ T experience in planning,designing, constructing, and maintaining 7 bridge,street/roadway, and stormwater infrastructure systems. ISM C Abie has also performed both program and project management Education r services for various civil infrastructure systems. He is licensed n y Ph.D Student,Systems Engineering, f as a Professional Engineer in South Carolina,Georgia, North Colorado State University,Fort 7 Carolina,and Iowa,and is a Certified Professional in Erosion and Collins.Colorado 'r Sediment Control. • MS,Civil Engineering.Iowa State Z University of Science and Technology rr -Ames,Iowa, RELATED PROJECTS ! • Bachelor of Science,Civil City of Augusta,Georgia Director of Engineering-Augusta, CarolinaEaginnarSg Technology. rr State University- rT GA Orangeburg,South Carolina r Able Ladson was responsible for planning, directing and super- • Associates of Applied Science, v vising all Departmental activities relative to County/City engi- ! Engineering Graphics Technology, C neering and construction functions, coordinates Departmental Denmark, Technical Co - r nmark,South Carolinnea., recommendations, programs and policies, and potential funding v sources with the City Administrator, the Augusta-Richmond Registration County Commissioners, and State Officials, manage a combine • Licensed Professional Engineer, engineering budget of over$400 million,developing short-and Georgia#2S804 long-term departmental plans. City of Augusta,Georgia Design and Construction Manager- Augusta,GA Abie was responsible for managing and supervising design and construction staff on various projects with the City and County, preparing storm sewer and detention pond analysis and design, managing projects during the design stage that are contracted to design consultants, reviewing construction plans during the design stage for quality assurance,reviewing all plans and speci- fications to insure concurrence with city and state specifica- tions, performing field observation on various projects during the design and construction phase, scheduling and attending public hearings and made project presentations at public informa- tional meetings as required, preparing soil erosion and sediment control plans in accordance with National Pollutant Discharge Elimination System(NPDES)standards,and performing field engineering analysis on roadway and storm sewer projects during construction. Page 82 of 99 JENNIFER AULICK ETHERIDGE, PE AIRFIELD DESIGN/LANDSIDE DESIGN ,C Jennifer Aulick Etheridge has over 15 years of experience in y the industry, with the main focus in aviation design,stormwa- r ter management and erosion control design. She has extensive '`. r knowledge of FAA and State requirements for stormwater man- "". agement and erosion control.Jennifer has the GSWCC Level II • C Certification required for designing erosion control plans in the state of Georgia Jennifer has worked on numerous projects at P the Augusta Regional Airport providing stormwater management, ( j aviation,and erosion control design services as well as provid- uuc i ENGINEERING,uc rt ing oversight of construction inspectors that work at the Airport. 7 These projects include: master plan update, commercial and GA 4 Education r ramp rehabilitation-design and construction phase,taxiway A rr a MBA, Business inspection, southeast drainage ditch enclosure,and the current Administration, University of apron rehabilitation project design. She also has extensive Florida 7 experience at other projects in the State with similar project • BS, Civil Engineering, performing number airport Stormwater Pollution Prevention Clemson University Plans, Erosion Control Plans, Stormwater Management Design, C and other aviation design. Some of the airports include Athens- 2 Ben Epps Airport, Paulding Northwest Atlanta Airport, DeKalb R Peachtree Airport, Gwinnett County Airport, Valdosta Regional Airport,Thomasville Regional Airport, Fulton County Airport, R Cobb County Airport, Habersham County Airport, and many c others. r V D. SCOTT WILLIAMS, PE LANDSIDE DESIGN 4000/4 Scott Williams''engineering experience with Cranston Engineering Group has been multi-faceted, including such ! . 7 € undertakings as storm drainage, road improvements,site devel- ( - _ opments. land subdivisions,athletic complexes, pumping sta- tions,water works and wastewater systems.Scott specializes = . in projects for institutional and local government clients. He is M1 experienced at working with multi-disciplined design teams of architects.environmental experts,surveyors, structural engi- neers, traffic engineers and other outside specialists for major Cranston municipal projects. Scott has more than 10 years of experience y,.,. „ Engineering working directly with the City of Augusta and has good working -:'1111=1::.' Group, P.C. relationships with the various departments. Recently, he led ENGINEERS_PLANNERS.S[Ih GYV0.5 the civil engineering efforts associated with many high profile projects in the area such as Augusta Judicial Center,Augusta Education Tee Center,James Brown Streetscape Improvements,Augusta BS, BiologicalrstyofGeorgia Engineering, University of Georgia Levee Certification, Wrightsboro Road/1-520 Intersection Improvements and Augusta Canal Darn Safety Program. Page 83 of 99 TEAMING PARTNERS permitting and is knowledgeable of local, state — Cranston Engineering and federal requirements for project permitting. Cranston Group,P.C., is a leading The regulatory environment is always changing C �„- Engineering consulting firm that pro- and JLA is committed to continuing education Group,P.C. vides civil and structural and tracking regulatory and permitting changes I .�� itxC rt flR„tea.. as they evolve. engineering, planning and land surveying services throughout the Southeast.They specialize in creating design JLA staff continues its commitment to client z solutions that meet clients'expectations and satisfaction by thoroughly evaluating client `” enhance the communities.Cranston's people needs, providing personal attention to all aspects of a project, promoting teamwork and x work constantly to achieve quality results by ~o applying good design practices,the latest utilizing strict standards for quality control.With technology and teamwork with complementary all disciplines under one roof,JLA can caordi rr, professionals.Through a strong commitment nate a multi-discipline project with unmatched efficiency. to customer service and client satisfaction, each member of the team remains focused on —t providing clients with the highest quality and Miles Engineering Associates,LLC(MEA), ^y' and provides design imaginative engineering, planning and survey- MILES NKI g ing services. ASSOCIATES.LLC construction adminis 7-1 tration of facilities for C in Augusta,Cranston has provided the storage and use of flammable and corn- Located engineering and surveying services through- bustible liquids. Located in BEythewood, South v out the Central Savannah River Area,specifi Carolina,MEA was established as an engineer- cally within and adjacent to Augusta Regional ing firm LLC in 1999.John Miles is a licensed Airport,for more than 45 years.They are fire protection and civil engineer in12 states. familiar with the Airport and the surrounding MEA has provided design and construction properties, as well as the local conditions and administration for many airport fleet fueling permitting requirements. Over the years,they systems,tank farms,and maintenance areas have developed relationships with City staff equipment, as well as airplane fueling systems, and understand the regulations associated with • Metropolitan Knoxville Airport- Maintenance Facilities Fueling Equipment Design and site improvements, such as those proposed for Construction Administration AGS. • Monroe, Louisiana Airport- Rental Car Facilities Fueling Design and Construction JiJohnson, Laschober& Administration re4�crm Associates,P.C.(JLA)is •Spartanburg Greenville Airport - Rental Car 4 + r_c Facilities Fueling Design and CA a professional architecture, engineering and landscape architecture design •Asheville Airport Rental Car Facilities firm conveniently located in Augusta, Georgia Fueling Design and CA and Charleston, South Carolina.JLA's in-house • Habersham,Georgia County Airport-Aircraft disciplines include architecture,civil, structural, Fueling Facility Design and CA mechanical,electrical, fire protection engineer- • Douglas,Georgia Municipal Airport -Aircraft ing and landscape architecture. Fueling Facility Design and CA • Plymouth, North Carolina Airport-Aircraft JLA has extensive experience in the design Fueling Facility Design and CA and planning of new facilities and additions, renovations, roofing and upgrades in a number of different industries.JLA also specializes in Page 84 of 99 MC2,Inc.was founded -= AUUCK ENGINEERING,LLC in 2001 to provide ! . 2" Geotechnical, Geo- ''''' eo- r- a: Environmental and Aulick Engineering, LLC is a GDOT DBE that ��� .� , Materials Testing and T provides engineering design and construction MA, th uw inspection Services incfud `� management services for aviation projects. ing field and laboratory - With a talented and growing workforce,Aulick testing to a variety of clients in Georgia, South Z Engineering specializes in services that include Carolina and Florida.Their specific services `'- airfield design,airport planning, site design, include geotechnical investigations,construe- stormwater management design, MS4 design, rr tion materials testing and inspection,special rr erosion control design, construction manage- inspections,pavement evaluation and design, rr- Then#and construction inspection services. foundations design and recommendations , Aulick Engineering prides itself in produc- to owners,developers, consulting engineers, ing a high quality product, while maintaining architects and contractors in support of their "'` dependable and responsive client service. I design and construction projects, MC2 has _ Aulick Engineering understands the impor experience completing projects at airports tance of meeting client needs and is commit- ! 3 and has been providing services for this con- ted to establishing long term,trusted client tract at AGS for that last nine and a half years. 'c relationships. T MC2 has had extensive airport experience in C the Southeast of the U.S. including many task Aulick Engineering's expertise includes airport order assignments at the Augusta Airport for r engineering, stormwater management design, the past nine years. Our technicians are certi- and erosion control design for the transports 1 fled through applicable agencies including the tion industry.Aulick Engineering specializes Regional Board of Professional Regulations, in applying this experience and expertise to GDOT, FDOT, ACI, NiCET CTAP and other Airport projects throughout the Southeast. i agencies.MC2 is certified by the Georgia Board Aulick engineering can provide airport design i of Professional Engineers and our Professional and planning services including,but not limited staff maintains pro#essional engineering to,the following:airport layout plan(ALP) licenses in Georgia and Florida as required. design;airside layout and design, landside They are currently pre-qualified with GDOT in layout and design,airport stormwater master work areas 6.01(a),6.01(b), 6.02, 6.03, 6.04(a), plans,stormwater management and water 6.05, 8.01 and 9.2 and as a DBE with GDOT, quality design, stormwater Pollution Prevention FDOT and SCDOT as well as numerous munici- Plans(SWPPP)and updates in accordance with polities in the States of Georgia,South Carolina NDPES requirements for MS4s,and erosion and Florida_ control plans in accordance with NPDES requirements and the Manual for Sediment and Erosion Control in Georgia. Aulick Engineering brings over 30 years of experience and expertise in construction management and inspection services,with the majority of that specifically on airport projects. Page 85 of 99 �EDWARt7S PITMANEdwards-Pitman KHAFRA Engineering (EP)is a small CKonsultants,Inc woman-owned provides comprehen- business enterprise that provides high quality j sive architecture,engineering and construction ecological and cultural resource surveys and a management consulting services for munici- wide range of federal and state-level environ- pal,industrial,commercial and federal clients. mental documentation and permitting services A 100%minority-owned company'.KHAFRA for numerous federal,state and local agencies. offers its clients,engineering and design ser- EP incorporated in 1994 and is headquartered vices in the disciplines of civil,civil-environmen- lc in Smyrna,Georgia.EP is certified as a woman- tal,structural,mechanical,and electrical engi- owned business enterprise by the 13 differ- neering including instrumentation and controls ent state and municipal governments across engineering,energy and construction manage- the southeastern U.S.,including the Georgia ment,in addition to full service architectural Department of Transportation and the City of design and planning. Atlanta, In 2016,EP diversified their service lines to include survey,subsurface utility engi- KHAFRA has assembled a team of talented neering(SUE),and construction engineering professionals who have the depth of resources inspection(CEI). and breadth of experience necessary for com- plete design. KHAFRA's professional staff of y !, Ken Weeden&Associates, over 120 is experienced in delivering complete 4 Inc.(KWA)is an urban plan architectural and engineering services from ilkningconsulting firm based in conceptual facility planning through design to A AI Wilmington,NC,with additional field construction supervision.Their group of offices in Raleigh, NC and Atlanta,GA.The firm, professionals function as a team is experienced founded in 1989,began with an initial focus in the analysis and understanding of a client's on providing planning support for aviation and needs,capable of transforming these needs into transportation development projects such as economical and realistic solutions. land use and socioeconomic analyses,airport master plans, roadway corridor studies and The firm's representative projects in the public environmental impact studies.Over the past and commercial institutional sector consist 29 years KWA has emerged as a full-service j of designs for the following types of facilities: Disadvantaged Business Enterprise(DBE) public venues(parks and arenas),airports,spe- program consultant,providing assistance in the j cifically the Augusta Regional Airport,schools, development and implementation of DBE/HUB/ office buildings,and museums,libraries,parking MWBE plans and programs for airports,transit decks,hospitals and churches. In addition, agencies,construction firms,local governments KHAFRA offers its clients,engineering and and large concession operators. KWA has design services in the disciplines of architecture, prepared DBE plans and goals for 100+air- C civil-environmental,structural,mechanical,elec- ports and transit systems in 19 states,including I trice!,instrumentation and controls engineering, 52 airports in Georgia:the Commonwealth of and energy and construction management. Northern Mariana Islands,and in the U.S.Virgin Islands. KWA also provides training to DBE administrators via its subsidiary, National DBE Training Institute. Page 86 of 99 Infrastructure Systems — YN�nm�emnem1 LLC(ISM) A/ k ^ is a civil and construction '�- KSM engineering company that is �� - headqma�eredinAugusta, Georgia. The h/m � �� specializes in infrastructure life-cycle, which includes planning, engineering, construction. _ � and maintenance services for Department �r of Transportation(sl (DOT), the Federal Government, local municipalities, and phvote�- clients. privately- owned |Gh� cmawnph�� �madwa� �� � street design, storm drainage design, pronam �.: management. project management. and con- �� management.stmoUonTheUnn�meonbers ^� — are licensed professional engineers in Georgia, South Carolina, North Carolina, and Iowa. They _~ also have over 22 years of experience in plan- , ning, design, construction, and maintenance .- of civil infrastructure systems. The owner. Able � Ladson, has experience working at the Augusta z7 L Regional Airport with the design and construc- —' tion o/ a7'000square feet State Patrol heli- copter hanye, undhvingquartern. Thisproject also consisted of designing and constructing a 5,000 square feet concrete helicopter landing pad Design arid construction was completed within afive(S) month period to obtain state funding. The estimated design and construc- tonocmtvvauS1.2OU'0O0, butundorLadoon and the Augusta Engineering Department, the , actual to�| pnneotco�swere$75O.80O. � � � � Page 87 of 99 ATTACHMENT F PROPOSAL SUBMISSIONS Page 88 of 99 QUALIFICATIONS & EXPERIENCE MeadMead &Hunt is an The Mead&Hunt team will be managed by ernployee,owned firm a highly experienced,qualified and corn- with more than 660 mitted individual who will serve as Augusta 1 engineers, architects, Regional Airport's(AGS)program manager: ..... i un scientists, planners Chris Birkmeyer, PE.Chris has more than and support staff 20 years in the consulting business. His avia- in offices nationwide. We have been serving tion consulting experience includes virtually :..e. clients in both the public and private sectors every type of project noted in your Capital since our founding in 1900. Mead& Hunt is one Improvement Plan(CP). in fact, Chris was of the fastest growing architectural, engineer- instrumental in developing and maintaining ,.. ing and planning firms in the nation. Aviation your current GIP Chris has been managing .- .... consulting has been one of the cornerstones projects at AGS for almost five years and is of Mead& Hunt since the 1940s, and our firm intimately familiar with your facility and the has grown grown to be the 13th largest aviation decisions made during that time. Chris prides consultant in the nation and a top 200 A/E himself on putting customer service at the fore design firm according to Engineering News front of ovary project. Together, these qualifica- Record's annual ranking. With more than 200 tions make Chris the ideal candidate to servo ..., professionals who specialize in the various as your program manager _.. ...... aspects of aviation, including planning, engi- neering. architecture, environmental planning, Our nationwide presence provides a depth of :...-. air service consulting and financial planning, resources in the disciplines needed to corn- you .7e. er can count on Mead&Hunt to provide you plete your upcoming projects:planning, civil with a team that will work closely with you to and electrical engineering, architecture and get the job done right, building engineering, construction phase services, environmental and wildlife manage- Our record of successful project execution ment.This depth of resources enables your and ability to provide continuity and quality of projects to be completed on-time and provides service will serve you well. Our multi-disciplined aviation-focused support and quality control personnel are experienced professionals able to to our local team. Our position as a nationally provide top-of-the-line architecture, engineering ranked aviation firm demands that we stay on arid scientific solutions for your most chal- top of the latest trends, legislation, regulations lenging projects. Mead &Hunt's principals are and funding opportunities, all of which can be highly qualified, dedicated and fully involved in applied to AGS's program. providing experienced leadership in undertak- ing your projects. In addition to serving Augusta Regional Airport for the past five years, Mead&Hunt has Mead& Hunt has provided program manage- served as the on-call professional consultant ment services to aviation clients for 70 years. at dozens of similar-sized airports nationwide, Our staff routinely serves as an extension of giving us a solid grasp of the types of project the airport's staff, applying our management issues you may face and a history of proven expertise to develop ACIPs, scheduling projects solutions we can offer.We understand that our and coordinating the activities of other consul- role as an on-call consultant has expectations !ants, contractors and vendors. We have helped far beyond those that would be required for many airport clients identify funding alternatives single-project-type consulting, including a well- and address eligibility criteria to secure funding. managed, proactive approach to your entire This has included visiting congressional delega- program that anticipates and prepares for your tions and FAA headquarters to help procure needs. Through this proactive approach and needed funds, our understanding of aviation issues, espe- MI Page 89 of 99 daily various funding mechanisms, we will be i National Exposure for AGS -- an active brainstorming partner in helping you Mead&Hunt staff members from all over l prepare a road map to meet your long-term the US are sharing AGS success stories with C goals.And,based on these goals, we can help airport owners and operators.Below is a list of you identify, prioritize and successfully execute Mead&Hunt employees and their office loca- =i your projects. tions who have experience at AGS. D Mead&Hunt has a reputation of becoming 0 intimately familiar with our client's facilities ) i i }` RI and becoming an extension of their staff.Werri it accomplish this by keeping our project manag- ( , ,1 i .' - � x ers engaged in projects from the pre-design �� 'ii , 1, '- u rn phase all the way through project close-out.We crn 11 even have projects where our project managers I, ' f n provide resident engineering services duringti '> r-, construction.Thisroect approach 1 helps us not only understand the physical features of Lexington,SC y your facilities, but also how it operates on a • Matt Dewitt daily basis. • Donny Mathews Tulsa,OK -a ■ Jason Pelletier • Ryk Dunkeiberg C) O Our experience shows that the best projects • Marc Godzina • Eunique Jackson result from a close relationship between the • Dennis Wiehl • Kelly Maddoux 'rn consultant team and the airport staff.This is • Brian Kotter • Mark McFarland ' Frank Murray • Bill Rucker accomplished by setting up recurring meet - •on a time schedule appropriate • Edwin Scott • Richard Trammell ings for the ; • Robert Moore • Morgan Turner project.This allows for projects to keep moving in the right direction with input from the airport , Myrtle Beach,SC Bismark,ND throughout the design process, not just at key • Chris Birkmeyer • Jen ■ Kevin Barnes BoehmMinneapolis, milestone submittals. MN Atlanta,GA • Evan Barrett Mead&Hunt is ready to serve your projects. ■ Jeffrey Hartz Middleton,WI With our national presence,we have access to • Joseph Pickering • Laura Morland a wide network of experts that can be easily Portland,OR • Christopher Hunter added to our team.The bottom line is: we • Ryan Bergstrom • Ryan Meyer will integrate with your staff to provide sound I • Kerry Seifert • Emily Pettis project management and a team that best fits ' the project to give you the best result. Eugene,OR Lansing,MI • Trina Froelich • Ron Engel • Bob Leisenring Finally, Mead&Hunt, based on years of similar, Sacramento,CA • Bill Ropposch related and relevant experience, has a well- • Kristen Van Groningen • Zachary Puchacz • Rebecca Yudevela ed, proactive approach to project man- ■ Bill Ballard agement that fosters innovation, responsive- Windsor,CA ■ Courtney Beard ness.quality, timeliness and cost control, • Debbie Engelstad • Mark Breukink • Corbett Smith • Ann Hulbert Our firm's national, regional and local avia- • Al Romero Denver,CO ■ Stephanie Ward tion experience, the dedication of our project • Kate Andrus manager, the qualifications and discipline • James Bullard • diversity of our team make Mead&Hunt the • Scott Cary best choice to provide your on-call professional • Ryan Hayes consulting services. • Brad Rolf Page 90 of 99 AVIATION SERVICES _ As a full-service aviation Air quality studies C consulting firm, Mead& Hunt Historic eligibility studies offers the following aviation- Deicing analyses I :, ' related services: ,&3 F Wildlife Hazard - Business Services Management Services v Rates and charges Wildlife hazard assessments, 2 Passenger Facility Charge including monitoring and I v(PIF)application/ reporting administration Wildlife hazard management ... 7 Cost-benefit studies plan preparation and rr implementation Business plans p BenchmarkingAirport staff training Performance surveys Habitat modification planning Electrical Systems and Mitigation planning and design Navigational Aids Design IT Air Service Consulting Project and design review ! Airfield lighting Market analysis services Airfield signage Airline service proposals Agency coordination I Electrical vaults US DOT Small Community Community outreach and Instrument landing systems -'" Air Service Development education I m Program grant applications Approach lighting systems v Airline Travel Banks° Architecture ATCT instrumentation and Terminals and arrival/ i control Ticket lift studies NAVAIDS US DOT airline report data departure buildings anal sis Airport traffic control towers Airfield lighting control y (ATCTs) and monitoring systems Passenger forecasting (ALCMS) Maintenance buildings Planning and Financial Equipment specifications Existing airfield lighting Studies Security systems systems analysis and Aviation system plans inven#ory Telecommunications ! Security Master plans ty systems Aircraft rescue and firefighting Airport layout plans (ARFF)facilities Construction Administration Land-use planning and zoning Aircraft storage hangars Survey control and project User surveys Fuel farms i layout Feasibility studies Parking garages Project administration Part 150 noise studies Project scheduling Land acquisitions Pavement Design Contract inspection New construction and In-house materials testing Environmental Planning reconstruction projects Environmental assessments Overlays Change order preparation Environmental impact Pavement recycling Pay vaand pay statements appp roovallss Sealcoats Shop drawing review Wetland mitigation Life cycle cost analyses Noise analyses Project close out Drainage layers Construction newsletters Storm water/flood plain " Pavement maintenance studies Page 91 of 99 ORGANIZATION & APPROACH The Mead&Hunt team has been working inti recent work as program managers for the t.� mately with AGS over the past five years on a Charleston International Airport demonstrates variety of projects ranging from restroom retia ; our understanding of how to complete these a bilitation to reconstruction of the GAt and corn- kinds of projects while minimizing customer y mercial terminal aprons.These projects have ; inconvenience. 2: given us the opportunity to work on almost every aspect of the airport.We heaven a knows � ., edge of your facility and upcominrojects c` *-' unmatched by any ether team. to fact,through .-.-."*.--".".;:74,,,* =. =-ter �`� . ' the Master Plan and Landstde Planning Studies ,,,,..,.,p > w.,m > zi we completed recently we have helped develop your CIP.We not only know what it will take to � O complete the projects,we know why they are on the CIP to begin with.This knowledge itshe . s crucial far understanding how changes in the CIP can influence other areas of the Airport. Understanding the decision-making process used to rank the ro'ects also allows Projects to � � p t p j move ..,::: forward down their intended path instead ""� �° of being questioned.This will help keep proj- n t _; ects moving forward on schedule. m To meet the needs of your CIP we have kept the same subconsultant team that has been Reconstruction of the commercial service servicing you ower the past five years.This terminal restrooms is the major project that will team consists of architects, engineers,surveys, impact your terminal next year.This project and geotechnical consultants to comple has been four years in the making and its merit Mead&Hunt's aviation capabilities. successful construction will be in the spat We have included DBE subconsultants with ; light of the Augusta Airport Commission.JLA meaningful roles that have experience working I assisted Mead au with the inspection at your facility.This team is the perfect mix of this project.Our team's knowledge of the to understand the nuances of the permitting scrutiny this project will be an extra incentive and purchasing process of the City of Augusta for us to do everything in our power to keep the along with the ability for us to exceed you DBE contractor on task while delivering an excep goats. tional finished project.JLA will bring their local knowledge of working with the Augusta building Augusta Regional Airport has a strong desire department to the team to reduce the risk of to enhance the airportexperience for their delays. passengers.This is evident by the upcom ing projects to renovate the restrooms in the The construction of two new passenger board- commercial terminal,construction canopies ; ing bridges is a third project that will impact the over the ticket dispensers and exit#all booth commercial service terminal and your pas in the parking lot,and the installation of two j sengers. Mead&Hunt has recently completed new passenger boarding bridges.The Mead similar projects at South Bend International &Hunt team has designed the restroom and ; Airport and Dane County Regional Airport. canopies projects and has extensive expert Although JBT is designing the jet bridges our ence in the design of passenger boarding knowledge to install the bridges has already bridges.The success of these three projects proven instrumental to the Airport.Our experi- 0 wil!be measured by how limited passengers ; ence working on other projects throughout the are inconvenienced during their travels.Our I country with JBT will also be beneficial to the Page 92 of 99 Airport.We will continue to consult the Airport i The second phase of the reconstruction of the r� on this project and provide guidance during i apron is the largest project that should start construction.There are also advantages to ' construction next fall.This project will continue C coordinating this project with the upcoming the reconstruction efforts of the apron that were apron reconstruction project which Mead& I completed in 2016.This project consists of the ? Hunt is currently designing, reconstruction of portions of the ramp north of y the terminal and south of the FBO in concrete. Construction of the ticket dispenser and exit The drainage system has been determined z toll booth canopies is another project schedule to be undersized south of the FBO,this will r to start this summer to enhance the customer also be reconstructed as part of this project. > experience. Frank Murray will bring his recent The drainage improvements will not only help - experience in the construction of similar struc- facilitate better drainage on the GA ramp, but G tures at Columbia Metropolitan Airport to this f-- project to see that the phasing and wayfinding T is in place to avoid a negative customer experi- ence. This project will require continued coor- � � ' . _ �__ -- dination with your parking contractor, Republic eti/aPa` - 41:6j7- - Parking,the Airport and the Contractor in order i , to process and respond to feedback received °` �` from travelers. - Over the past ten years the airport has been in iii a cycle of reconstructing itself. The commercial � terminal is now ten years old and several of the systems within it are approaching their useful should also improve the flooding experienced in life. One of these systems that has reached the ATCT parking lot.This project is dependent its useful life is the access control system. on AIP discretionary funding. Should all of the Mead&Hunt is currently completing the design funding not come through this year the project of a replacement system and its construction will need to be broken into phases with por- will be one of three major construction projects tions being constructed in subsequent years. that will take place in the commercial service Mead&Hunt understands the limitations of terminal next year. KHAFRA Engineering how this project can be divided into smaller Consultants will oversee this work.They will projects in order to accommodate drainage couple their specialized knowledge of building impacts and to coordinate with other ongoing systems with the experience gained oversee- projects at the Airport. ing the installation of your security camera system to minimize disruptions to your facilities The Mead &Hunt team has proven our dedi- operations. cation to quality construction management through our management of two of the largest The above projects are enough to keep most projects at the airport, the GA and comrner- airports busy for a year. However,there are cial terminal ramp expansion and the Taxiway several airfield projects that will also start in A project.We intent to utilize the same con- 2018. These projects include the second phase struction management team of Mead&Hunt, of the GA and commercial terminal apron Aulick Engineering, and MC2 on the upcoming reconstruction,the replacement of the electric j project.Our construction management team vault,and the extension of storm drainage on understands the importance and scheduling the southeast side of the airport to enclose a j restrictions that exist due to the Master's Golf large ditch.These projects are in addition to I Tournament every April. Our continued knowl- finishing up the Taxiway A reconstruction and edge of the Airport, FAA, City of Augusta and extension project currently under construction. ' Page 93 of 99 GDOT procedures will minimize conflicts during the Airport is going to convert all possible r� construction. Our knowledge of the project will runway and taxiway lights and signs over the ' prove invaluable. LED. Since Mead&Hunt has been analyzing the existing electrical systems at the airport y The airfield electric system has become unreli- we provide the opportunity to start design of z able over the years. One of the projects that will these other projects immediately.The potential r" help improve this reliability is the construction to couple these projects with the electric vault of a new electric vault.Although this project has construction can help the Airport save money Z been in the design stages for four years,a new on inspection fees while completing the project location has now been determined.The new before the 2019 Master's Golf Tournament. 7> electric vault will be moved to the east side of - the Airport.This will require a new electric feed j A third project schedule to start this summer is p from Georgia Power. Mead&Hunt has been ; the extension of the storm sewer on the south- n coordinating with Georgia Power on power ' east side of the airport to enclose a ditch.This -}- needs for the airport for the past three years. project will reduce airport maintenance required Mead& Hunt has dedicated electrical inspec- to mitigate wildlife habitats and will also be an tors that oversee construction of electric vaults enabling project for the future development of that we design throughout the country.We will 1 the southeast side of the airport.This project bring this expertise to Augusta for this project. utilizes the remaining SPLOST funds provided to the airport during the construction of General 4 Perry Smith Parkway. Construction of this project will need to be coordinated through `, GDOT similar to the construction of the General Perry Smith Parkway which was managed by ,mac ., z Mead&Hunt.We anticipate Aulick Engineering f will be utilized in project observation with `--'V -.,''-' t4'4';'':"'" ''''''''''' Mead&Hunt as the construction manager. : Depending on project timing,the construc- tion oversight may be able to be coordinated .-__,-,,„:5„;;,..,.-1!..„- `-.; with the efforts needed for the electric vault or '4 - : ,, 1 i apron reconstruction projects.That could save �,., r . ! the airport SPLOST funding that could apply to ,'', ',.14,%$'42":44:4.1-M.,,11;. 4% "k"'^,.4 ,.'' 4 other area projects. t p ey i -3 -, .. .; ..4 There are also several projects that will be in .r `"1-` '4 ,4. w, the design phase this year.These projects ; . - . - ,".. ` could include expansion and reconstruction .,, .`• # ,r , `-.tr 4 -4', ., i m =-F 7` ., - , of the long term parking lot and a quick turn- ''' , ,, : - ,„k: - around facility for the rental cars.These two �: •,.,v /407.;,* -i.:-/-1,...-', 1 �y projects are both steps to help enhance how r< x . ° "` ' the airport's landside functions. The expansion and reconstruction of the long There is a potential with the electric vault term parking lot has taken the back seat to project to coordinate construction with the other projects throughout the year,but now trouble shooting of the Runway 17/35 lighting the airport has started to experience parking system and the reconstruction of the Runway shortages.This project will consist of adding 8/26 lighting projects that are scheduled to approximately 220 new parking spaces and be designed this fall. It is also anticipated that I will likely include complete reconstruction of pm nil Page 94 of 99 the existing long term parking lot due to failing facilities,vehicle parking and access and pavement and problems with the existing security.AGS desires to complete this project ' drainage system. Customers also have issues on a pay-as-you-go basis and coordination O accessing this lot as an overflow lot due to the with AGS's CFC and financial program are y configuration that was left behind by the con- anticipated. z struction of the new terminal and the short term N parking lot. Some landscaping improvements may also be incorporated along the north side ' tis � g. to make that portion of the airport feel less �, �' �.e S� industrial. Mead&Hunt intends to have two - . Augusta firms lead the way with the design of v `� -� this project.Cranston Engineering will designotto77 0 the parking lot while JLA will provide landscap- . r.'�"'"�� ? V = ing services for the project.JLA has success- - .'aM am 1 _'" fully designed other landscaping at the airport in the past five years.This locally lead team will .. v w. �� help with permitting coordination with the City of Augusta. Project phasing will be critical to " minimize any parking shortfalls during this time. Of the more than 50 vehicle maintenance and Improving the lot drainage will also add to corn- j storage facilities Mead&Hunt has designed, plications in the phasing. With Mead&Hunt we have completed 11 ARFF projects and and Cranston Engineering's knowledge of this several municipal fire facilities. Leveraging area from evaluation of the credit card lot and Robert Moore's deep ARFF experience of drainage evaluations needed for the Taxiway ! another 12 ARFF facilities adds to our knowl- A project will help reduce the time required edge base. We will use our combined experi- to complete the project design. The airport is ence of nearly two dozen constructed ARFF also concerned with the parking lot lighting facilities to make an effective case for maximiz- and would like to cover the area with security ing AIP eligibility and participation. Our team cameras. Mead&Hunt has lighting specialists understands AGS has Index C capabilities and our knowledge of the security system that while designing to Index B efficiencies.We will we helped design previously will help facilitate provide layouts, materials and systems that these items. have been proven by use and will minimize your maintenance,operations and energy costs. The other major project coming up is a quick Mead&Hunt will see that the ARFF design will turn around facility.This facility provides for a blend with the airports overall aesthetic look, consolidated area for rental cars to be prepped ; projecting the quality and safety of AGS. In for the next rental cycle, including fueling,car addition, we bring an Airport Owners perspec- wash and light maintenance. It also provides for tive to your project. Frank Murray is a former vehicle storage to support the nearby terminal Airport Manager of Planning and Development ready lot.The soon to be completed Landside who oversaw the design and construction of an Master Plan has identified a preferred site for ARFF project and led a successful application these facilities,which is not currently owned for discretionary funding. Robert led the design by AGS. Proposed services include site and team for this project and can apply direct building programming, land acquisition and lessons learned. We maintain contact with negotiation and site and building design,cost past clients to keep current with evolving ARFF estimating and environmental reviews. Program standards,to understand facility performance elements include fuel storage and covered fuel and to continue to learn how our design can distribution islands, car wash bays and equip- I improve to better support the ARFF's mission. ment,maintenance bays, office and restroom Page 95 of 99 In addition to these projects the airport is j Our current project team has successfully also currently working to recommission the delivered over$20 Million of construction old contract operations building into a STEM projects to the Airport while exceeding our classroom, repurpose the old air cargo building DBE goals by over 7 percent.We are corn- C' into a maintenance facility, and to replace the miffed to providing meaningful work to our FIDS and PA systems in the commercial service subconsultants. N terminal. Mead&Hunt has experience in all of these types of projects and can act as a sound- '� � z ing board for Airport staff as those projects move forward. > Roles and Organization of the Team The Mead&Hunt team is organized to have a � consistent program coordinator involved with z all projects. Chris Birkmeyer has been manag- ing anag ing projects at Augusta Regional Airport for the past five years and assumed the program coordinator role in 2015.He is intimately famil- Project Management Approach lar with your airport and will be the common Successful projects start with a comprehen- thread through all future projects. Chris will see sive approach to your issues and goals.At the that appropriate project managers from various beginning of each project, Mead&Hunt devel- disciplines are brought in to manage the design ops a scope of work and identifies who will efforts of the projects. These project manag- design the project for review and approvalby ers may be architects for projects like the quick the client.This allows for the expectations and turn-around facility or may be from another firm approach of what the project will entail to be such as Cranston Engineering for the long term thoroughly understood. parking lot parking lot expansion and recon- struction. The project managers proposed to Once the approach has been determined,the lead your projects have been identified as"key ! team will follow it through the project comple- personnel"on the organizational chart.The tion while maintaining project goals and budget. project leads for various projects are reviewed The primary component of Mead&Hunt's with the Airport for approval prior to the start of approach to consulting services is to provide work. By working this way it allows for techni- clear and frequent communication throughout cal specialists to lead the projects while Chris the life of each project.Although each project is is able to coordinate with the airport on a daily unique and the specific requirements will vary, basis.This is similar to how Mead&Hunt has some of the key approach steps will be: served the Airport over the past five years. Information gathering:The first step with any The Mead& Hunt team is the same team that project is meeting with Airport staff and other you have utilized over the past five years. Our stakeholders,asking questions, listening with team includes a mix of Augusta based firms purpose and gaining a clear understanding of and DBE firms in order to provide the best the project objectives are crucial to this step. possible service to the Airport. Mead&Hunt Our existing knowledge of the airport will help believes that what is best for the Airport is what expedite this phase of projects. is best for us. We utilize teaming partners that will bring the best value to the Airport while providing the Airport specialties when needed. Page 96 of 99 Concept development and cost projections: ( tion engineers who participated in the design ry Once the project team has a clear understand- ( process for construction administration. This ing of the project, we will develop design j provides the Airport with construction staff with ecl concepts with corresponding cost projections ( thorough knowledge of the project goals,plans y based on recent similar projects. Then the team and specifications,which helps us hold the will meet with AGS staff to present the project ( contractor responsible for their work and see alternatives and cost estimates, provide rec- I that the quality meets the projects specifica- ommendations and answer questions, gaining tions and your expectations. approval on the preferred alternative before advancing the project into design. Design development Once the preferred alter- native is determined,the project will be devel- oped, continually keeping in mind the project = parameters and any related code compliance issues.At the completion of this stage,a pre- liminary set of documents will be produced that Project Closeout: Timely project closeout includes project plans,specifications and cost is crucial to the successful completion of a estimates, Chris and the project manager will project.Once Airport staff have approved the review this information with Airport staff and final product and agrees all punch list items gain approval before advancing to final design. !: are complete to their satisfaction, project staff will move quickly toward closing the project, Final design/construction documents:After coordinating with the contracto(s)to gather final AGS has approved the preliminary design,the documentation such as final estimates/quanti- project team will advance the project docu- ties, lien releases, payroll certifications, DBE ments to final design.At the completion of this certifications, O&M manuals for equipment and stage, a complete set of documents will be as-built information. ready for bidding. Bidding assistance:Project staff will provide bidding assistance as needed by providing the required documents to Augusta Procurement, attending pre-bid conference,answering bidders'questions and issuing clarifications/ addenda as needed. Project staff will also assist AGS with evaluating bids, providing rec- ommendations related to the bids received and assisting in the award of the project. Construction administration:Our team provides expertise with comprehensive con- struction administration,inspection,survey- ing and materials testing, as required by state and federal specifications. Whenever possible, Mead&Hunt uses some of the same avia- Page 97 of 99 EXPERIENCE WITH SCOPE OF SERVICES RELEVANT POJl1t.t. ent's needs, We have brought the expertise Besides our recent work as AGS's On-Call of over 45 aviation professional from across the country to your projects over the past consultants, Mead & Hunt has provided ser- 5 years.This allows for innovative, airport vices for a significant number of airport projects focused solutions not available with smaller comparable to the proposed scope noted in firms. your RFQ. In fact, most of Mead&Hunt's work . Our approach to all of these on-call con- in aviation is through on-call type consult- tracts is to assign a senior and experienced ing, and most of that work has been through program manager, who can not only act. in repeat clients.This is a testament to our ability many cases, as the design leader, but also -v. to understand the on-call role and continue to has the requisite skill to manage multiple provide excellent client service along with a disciplines and multiple projects.This is the technically superior products.These services same approach we propose for AGS. include planning, airfield and landside engi- ' As experienced airport management personnel. veering design, land acquisition and release, you are very familiar with the types of changes aviation architecture. environmental, construe that can occur to project scopes, schedules tion administration and Inspection, FAA grant and budgets as it moves from early initial assistance. and air service, to name a few that brainstorming concepts to final completion. AGS would expect influences such as funding, unforeseen condi- tions. outside impacts to schedules. manpower On the following pages we have included a issues, tenant requests, personnel changes, matrix of comparable recent experience that or weather are all possibilities within the con aligns with you upcoming projects.Additionally, struction process. One of the advantages of -- we have provided project descriptions of employing an experienced multi-discipline, several relevant projects to demonstrate our on-call consultant is the ability to work side by capabilities. side with the airport on an almost daily basis to respond to these types of changes.While we As you review our experience,we would like have listed numerous specific projects, each to call your attention to several aspects of of which has its own scope and fee, what is our approach that you would expect from an not listed is the type of almost daily interaction on-call aviation consultant. we have with our client helping them develop. ■ The types of projects represent a wide range budget and sequence programs, provide advice of scales and scopes. No task is too small that comes from years of involvement in indus- or too large. These include anything from try trade organizations, guide them through the full blown Master Plans or Airfield Taxiway FAA compliance process so they can receive design and construction to daily assistance maximum funding. Mead& Hunt has demon- with grant and/or preliminary budget prepa- strated over the past five years that we are ration. Truly on call! capable of adapting design efforts to minimize ■ The types of projects require a wide range design change orders that these changes can of disciplines and skills.As a national avia- spur. We provide fee to get the work done and tion firm Mead&Hunt has most, if not all, we do it for that fee. of these skills in house. This allows for close coordination, through experience and familiarity as well as for timeliness. However, as managers. we are as equally adept at managing local or specialty national subcon- sultants, which ever scenario best fits the cli- Page 98 of 99 Comparable Recent Experience.. w ugusta Regional Airport Scope of Services __ AGS _CAE MYR CHS- UNV JXN . PLN . PSC Access Control System Replacement- i y ' + + 1 } + -a Construction Management r.,-, Drainage Master Plan-Design&Construction } } i+ m Fuel Farm Relocation-Design&Construction _ + Z Electrical Vault Replacement-Construction "., Management I + i Assistan _i ce with required environmental action r 7:-.1 and documentation Airport Pavement Rehabilitation, ( ? n Maintenance,Earthwork,and Improvements j O -Design&Construction i m •Apron Expansion-Design&Construction O • East Side Taxiway Extension for Apron SE of ii cn RW Intersection 70 C •Taxiway E Rehabilitation-Design& n Construction 1 i m •Taxiway C Rehabilitation-Design& + + + + + Construction , m m •Apron Expansion for Westside c Redevelopment Area-Design •Taxiway and Apron Area Development SE mo-i of the Intersection of Runway 17/35 and 'n Runway 8/26 0 • Rehabilitation of Air Carrier and GA Aprons- i n Construction Management i F -I cn ARFF Station Replacement-Design& I ' Construction Rental Car Quick Turn Around Facility i Design&Construction _ j -?; ± Perimeter Service Road Connecting East& + i West Side Design&Construction -- 1 Airport Ditch Enclosure-Design&Construction' 4- Relocate Localizer to RW 17 approach-Design &Construction } Demolition of Existing Structures • Demolition of Contract Operations Building- Design&Construction + ÷ + + • Demolition of Radar Tower&Weather Bureau Building=Design&Construction Long Term Parking Lot Rehabilitation- Design&Construction i Land Acquisition for Development 1 + 1_____ "> + + Prepare/Update Exhibit"A"Property Line i Map,Airport Layout Plan and Environmental ' + + ' + • + + + Assessment Prepare Project Funding Applications CIP I • Documents + + + + + } Page 99 of 99