HomeMy WebLinkAboutON CALL CONSTRUCTIONCONSULTANT SERVICES
AGREEMENT
ON CALL CONSTRUCTION
INSPECTION, AND FIELD
ENGINEERING SERVICES FOR
SPLOST PROJECTS
PROJECT NUMBER: XXX-XXX.
:e
Abie L. ladsot, P.E., CPESC, Director
Eros 'ng Depwtn d
CONSULTANT SERVICES AGREEMENT
ON CALL CONSTRUCTION MANAGEMENT, CONSTRUCTION
INSPECTION, AND FIELD ENGINEERING SERVICES FOR SPLOST
PROJECTS
PROJECT NUMBER: XXX- XXX -XXXX
TABLE OF CONTENTS
SECTION
• REQUEST FOR PROPOSAL
• ADDENDUM
➢ Addendum 1
➢ Addendum 2
• FEE PROPOSAL
• CONSULTANT SERVICE AGREEMENT
• SCOPE OF SERVICES/PROPOSALS
• CONTRACTOR'S DOCUMENTS
➢ Exception Sheet
➢ Statement of Non - Discrimination
➢ Conflict of Interest
➢ RFP Form
➢ Contractor Affidavit and Agreement
➢ Subcontractor Affidavit
➢ Non - Collusion Affidavit of Bidder /Offeror
➢ Non - Collusion Affidavit of Subcontractors
➢ Good Faith Efforts (subcontractor & supplier contact form)
➢ LSB subcontractor/ supplier utilization plan
➢ Bid Bonds/ Insurance
PAGE
p1- p13
p1- 2
p3 -4
p1 -2
1 -9
1 -2
• ATTACHMENT A
➢ Contractor's Supporting Credentials
CITY OF AUGISTA. GEORGIA
OFFICE OF THE PROCUREMENT DIRECTOR
530 GREENE STREET SUfi'E 605
AUGUSTA. GEORGIA 30901
(706) 821 -2422
DATE: May 21, 2009 RFP NO. 09 -121
SUBJECT: Request for Proposal to submit on the following services.
NAME OF RFP: On Call Construction Management. Construction Inspection and Field
Engineering Services
This letter extends to your Firm an invitation to submit a proposal to supply the City of Augusta with
equipment, supplies, and /or services as indicated above. Sealed proposals for the above will be received
at the Office of the City Procurement Director, 530 Greene Street - Suite 605, the Municipal Building,
Augusta, Georgia, up to 3:00 p.m. on Wednesday, July 1, 2009, at which time, proposals will be opened
and publicly read. The Board of Commission reserves the right to reject any and all bids /RFPs and to
waive formalities.
Instructions for preparation and submission of a proposal are contained in the attached packet. Please
note that speck forms for submission of a proposal are required Proposals must be typed or printed in
ink. If you do not submit, return signed RFP invitation sheet and state reason. Also, please clearly
mark the outside of your envelope as "No Response."
Any changes to the conditions and specifications must be in the form of a written addendum to be valid;
therefore, the City will issue a written addendum to document all approved changes. Any RFP submitted
which does not acknowledge the receipt of an addendum will not be considered.
The City of Augusta seeks to ensure that all segments of the business community have access to
supplying the goods and services needed by City programs
Doing business with Augusta has become easier! The new ARCBid link, which is located on the
Procurement Department's website at ANv , , � ���; , enables you to view current and past public
bid information online. Should you have any questions concerning the bid documents, or need additional
information. you may contact a member of the Bid and Contract Team directly @ 706 821 -2422. A
request for bid documents must be faxed to 706 821 -2811,
A Proposal from your Firm will be appreciated.
Sincerely yours,
Geri A. Sams
Procurement Director
RFP 09 -121 On Call Construction Management Specs
Page 1 of 13
RqqggAhL Pry 2o�
Request for Proposals will be received at this office until Wednesday, July 1, 2009 at 3:00 P.M:
RFP Item 09-121 On Call Construction Management, Construction Inspectionand
Field Engineering Services for Engineering Department
RFPs will be received by Augusta, GA Commission hereinafter referred to as the OWNER at t
offices of: I
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
RFP documents may be obtained at the office of Augusta, GA Procurement Department, 530
Greene Street — Room 605, Augusta, GA 30901. All questions must be submitted In
writing to the office of the Procurement Department by Monday, June 15, 2009 @ 3:00
p.m. by fax at 70"21-2811 or by mail. No RFP will be accepted by fax, all must be received
by mail or hand delivered.
The local bidder preiletence program is applicable to this project. To be approved as a
local bidder and receive bid preference on an eligible local project, this cer0cate and a
copy of your local business license must be submitted with your bonafide bid package.
No RFP may be withdrawn for a period of 90 days after time has been called on the date of
opening.
An invitation for bids shall be Issued by the Procurement Office and shall include specifications
prepared in accordance with Article 4 (Product Specifications), and all contractual terms and
conditions, applicable to the procurement. All specific requirements contained in the invitation
to bid including, but not limited to, the number of copies needed, the timing of the submission,
the required financial data, and any other requirements designated by the Procurement
Department are considered material conditions of the bid which are not waiveable or modifiable
by the Procurement Director. Please mark RFP number on the outside of the envelope.
Bidders are cautioned that sequestration of RFP documents through any source other than the
office of the Procurement Department is not advisable, Acquisition of RFP documents from
unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate
information upon which to base his qualifications.
GERI A. SAMS, Procurement Director
11MM-03
Augusta Chronicle May 21, 28, June 4, 11, 2009
Metro Courier May 27, 2009
cc: Tameka Allen Interim Deputy Administrator
Able Ladson Engineering
Hameed Malik Engineering
RFP 09-121 On Call Construction Management Specs
Page 2 of 13
RFP item 09 -121 Can Call Construction Management, Construction
Inspection and Field Engineering Services
Due Date: Wednesday, July 1, 2009 at 3 P.M.
INSTRUCTIONS TO SUBMIT
1.1 Purpose: The purpose of this document is to provide general and specific information for use by
vendors in submitting a RFP to supply the City of Augusta with equipment, supplies, and or
services as listed above, All RFPs are governed by the Code of the City of Augusta.
1.2 How to Prepare Bid Proposals: All hid proposals shall be
(A) prepared on the forms enclosed herewith, . unless otherwise prescribed.
(B) Typewritten or completed with pen and ink, signed by the vendor or his authorized
representative, with all erasures or corrections initialed and dated by the official signing the
proposal. Vendors are encouraged to review carefully all provisions and attachments of this
document prior to completion, Each RFP constitutes an offer and may not be withdrawn except
as provided herein, Also, prices are to remain firm for the period stated herein.
1.3 Mow to Submit Bid Proposals All bid proposals shall be:
(A) Submitted in seated opaque envelope, plainly marked with the RFP number and equipment,
supply and/or service description listed above.
(B) Mailed or delivered as follows in sufficient time to ensure receipt by the Procurement Director
on or before the elate and time specified above.
(a) Mailing Address Geri A. Sams, Procurement Director
530 Greene Street - Suite 605
Augusta; Georgia 30961,
() Hand Delivery Address: Geri A. Sams, Procurement Director
Procurement Department -- 6 Floor of the Municipal Building
Suite 605 - Augusta., Georgia
(c) Bids not received by the time and date specified in the first paragraph of
the letter will not be opened.
14 ' Augusm- Richmond Code, Readopted 711olos, Sec. 1.lo -43, Sealed bids selealon metho
(b) Invitation for bids and specifications, An invitation for bids shall be issued by the Procurement
Office and shall include specifications prepared in accordance with Article 4 (Product
Specifications) and all contractual terms and conditions, applicable to the procurement. All
specific requirements contained in the invitation to :bid including, but not limited to, the number of
copies needed, the tinting of the submission, the required financial data, and any ether
requirements designated by the Procurement Department are considered material conditions of
the bid which are not waiveable or modifiable by the Procurement Director, All requests to waive
or modify any such material condition shall be submitted through the Procurement Director to the
appropriate committee of the .Augusta- Richmond County Commission for approval by the
Augusta - Richmond County Commission.
1,5 Procurement Protests:
(A) Right to protest. Any actual or prospective bidder, offeror, or contractor who is aggrieved in
connection with the solicitation or award of a contract may protest to Augusta-Richmond County.
Protestors shall seek resolution of their complaints initially with the Procurement Director. All
protests must be submitted in writing to the Procurement Director.
(8) Protests concerning invitations to bid. A protest with respect to an invitation for bids or request
for proposals shall be submitted in writing prior to the opening of bids or the closing date of
proposals. If not clone by that time, the complaint or protest is lost.
(C) Stay of procurement during protests. In the event of a timely protest under subsection (b) of
this Section, the Procurement Director shall not proceed further with the solicitation or award of
the contract until all administrative remedies have been exhausted or until the Augusta- Richmond
County Administrator or Commission makes a determination on the record that the award of the
contract without delay is necessary to protect the interests of Augusta- Richmond County.
RFP 09 -121 On Calf Construction Management Specs
Page 3 of 13
1.6 Failure to Submit: If a RFP is not submitted, vendor should return bid Sheets, stating reason
therefore, and indicate whether their business should be retained or removed from the Cit)(S
vendor's list. The outside of the envelope should clearly be marked "No Response'
1.7 Errors In Bids. Bidders or their authorized representatives are expected to fully inform
themselves as to the conditions, requirements and specifications before submitting bids. Failure
to do so will be at the bidders' own risk, In case of error in extension of prices in the bid, the unit
prices shall govern..
Correction or withdrawal of RFP, Correction or withdrawal of inadvertently erroneous bids before
or after bid opening may be permitted under the circumstances described below;
(1) Mistakes discovered before bid opening may be modified or withdrawn by written or
telegraphic notice received in the office designated in the invitation for bids prior to the
time set, for bid opening.
(2) After the bid opening, corrections to bids shall be permitted only to the extent that the
bidder can show by clear and convincing evidence that a mistake of a non-judgmental
character was made, the nature of the mistake, and the bid price actually intended,
Otherwise, no changes in bid prices or other provisions of bids prejudicial to the interest
of Augusta-Richmond. County or fair competition shall be permitted.
(3) In lieu of bid correction, a low bidder alleging a material mistake of fact may be
permitted to withdraw its bid if
a. the mistake is clearly evident in the bid document but the intended correct bid is not
similarly evident; or
b. the bidder submits evidence which clearly and convincingly demonstrates that a
mistake was made.
(4) All decisions to permit the correction or withdrawal of bids, or to cancel awards or
contracts based on bid mistakes, shall be supported in a written report made by the
Procurement Director.
(5) W , ithdrawal after receipt of bids is cause to forfeit bid security unless substantial
evidence was presented clearly evidencing the mistake and hardship that would occur to
either the County or the bidder in the event of award
1,8 Standards for Acceptance of Bid for Award Contract The City reserves the right to reject any
or all RFPs and to waive any irregularities or technicalities in bids received whenever such
rejections or waiver is in the interest of the City.
The City reserves the right to reject the bid of a bidder who has previously failed to perform
property or complete on time contracts of a similar nature, or a bid from a bidder whom
investigation shows is not in a position to perform the contract a bidder who failed to submitted
any requested documentation to include bid bond, performance and payments-.
1.9 Proposal: An offer; something proffered. An offer, by one person to another of the terms and
conditions with reference to some work or undertaking, or for the transfer of property, the
acceptance whereof will make a contract between them. (Black's Law Dictionary, e Edition).
Proposals for professional service received by the county will be evaluated for their comparative
level of compliance with the specifications issued for the project. The evaluation of proposals
may or may not include proposed price as one of the evaluation criteria.
Bidder: Whenever the term "bidder' is used it shall encompass the "contractor", "purchaser or
other party having a contract with the City in such capacity after a contract has been entered into
or between such party and the City.
1,10 Compliance with laws: The bidder shall obtain and maintain all licenses, permits, liability
insurance, workman's compensation insurance and comply with any and all other standards or
regulations required by federal, state or City statute, ordinances and rules during the performance
of any contract between the bidder and the City, Any such requirement specifically set forth in
any contract document between the bidder and the City shall be supplementary to this section
and not in substitution thereof,
RFP 09-'21 On Call Constniction Management Specs
Page 4 of 13
1.11 Termination of Contract The City of Augusta may cancel the contract at any time for breach of
contractual obligations by providing the consultant With a written notice of such cancellation.
Should the City of Augusta exercise its right to cancel the contract for such reasons, the
cancellation shall become effective on the date as specified in the notice of cancellation sent to
the contractor.
1,12 Non-Collusion Affidavit. By signing and submitting this bid, bidder declares that its agents,
officers or employees have not directly or indirectly entered into any agreements, participated in
any collusion or otherwise taken any action in restraint of free competitive bidding in connection
with this bid. In the event, said bidder is found guilty of collusion, the company and agents will be
removed from the City's bid list for up to three years and any current orders will be canceled.
GENERAL CONDITIONS
2♦1 Prices to be Firm: Vendor warrants that RFP terms and conditions quoted in his submittal will be
firm for acceptance for a period of ninety (90) days from opening date.
2.10 Completeness: All information required by Request for Proposal must be completed and
submitted to constitute a proper RFP.
2.12 Award of Contract: The contract, if awarded, Will be awarded to the most responsive and
responsible vendor whose proposal will be most advantageous to the City, price and other factors
considered. The City will make the determination.
2.26 Local Vendor Preference: The City of Augusta has a local vendor preference policy which
allows the lowest local bidder, (defined as within Augusta Richmond County), within 6% or
$10,000, whichever is less, of the lowest non-local bidder, to match the bid submitted by the non-
local bidder and therefore be awarded the contract, Vendors must complete the enclosed
vendor's Certification form.
2.27 MinorltytWomen Business Enterprise (MWBE) Policy: Court Order Enjoining Rac"ased
Portion of DBE Program
2,28 Qualified Vendor: A "Qualified Vendor" is defined for this purpose as one who meets, or by the
date of bid acceptance can meet, all requirements for licensing, insurance and service contained
within these specifications.
2.29 Compliance with Specifications - Terms and Conditions: The Request for Proposal Invitation,
Legal Advertisement, General Conditions and Instructions to Bidders, Specifications, Special
Conditions, Vendor's Submittal, Addendum, and/or any other pertinent documents form a part of
this proposal and by reference are made a part hereof.
2.30 Signed Bid/RFP Considered Offer: The signed bid/RFP shall be considered an offer on the part
of the biddedvendor, which offer shall be deemed accepted upon approval by the Commission of
the City of Augusta, the City Administration or his designee. In case of a default on the part of the
bidder /vendor after such acceptance, the City of Augusta may take such actions as it deems
appropriate including legal action for damages or specific performance.
2.31 Notice to Proceed. The successful bidder shall not commence work under this invitation to bid
until duly notified by receipt of contract signed as executed by the Mayor/Commission or
Administrator or their designee (Clerk or Commission or the Procurement Director), If the
successful bidder does commence any work prior to receiving official notification, he does so at
his own risk.
2.32 Pro-bid conference and addendum. A conference to be conducted by the Purchasing Director
and using agency head, If appropriate, hearing will be scheduled at least five (5) working days
before receipt of bids. While the pre-bid conference is not a requirement, it is strongly
recommended and widely used to further acquaint interested bidders with the bid requirements
and items to be purchased and vendor input. Any substantive changes to specifications resulting
from the pre-bid conference or other vendor/contractor sessions shall be documented in an
addendum and communicated to all bidders registered for the procurement action. Note: In the
event of a MANDATORY PRE-810 CONFERENCE ALL INTERESTED VENDORS MUST
ATTEND.
RFP 09.121 On Call Construction Management Specs
Page 5 of 13
Z33 Bid opening. Sealed Bids /RFPs shall be opened publicly in the presence of one or more
w itnesses at the time and place designated in the public notice and invitation for bids. The
amount of :each bid, and such other relevant information as the Purchasing Director deems
appropriate, together with the name of each bidder shall be recor ded; the record and each bid
shall be open to public inspection in accordance with § 1 -10.5 (Public Access to Procurement
Information)
2.34 Bid acceptance and bid evaluation. Provided that the bias are delivered to the Purchasing
Director at the time, place, and under the conditions contained in the invitation for Bids, the bids
shall be conditionally accepted without alteration or correction pending evaluation. Bide shall be
evaluated based on the requirements set forth in the invitation for bids, which may include bidder
responsiveness, capability and past performance, and criteria to determine acceptability such as
inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those
criteria that will affect the Laid price and be considered in evaluation for award shall be objective
and clearly measurable, including but not limited to discounts, transportation costs, and total or
life cycle costs. The main advantage of using life -cycle casting is that both initial costs and
related costs for the life of the item are considered. When the criterion for awarding the contract is
based on lowest responsive bidder, it may mean that the contract specifications are just minimally
compiled with. Selecting of the lowest bidder could result in a higher incidence of maintenance,
and down -time could eat up any savings made If the purchasing process considers only the initial
cast,
2.35 Employment Eligibility Verification:
As required under Senate Bill 529 — "Georgia Security and Immigration Compliance Act" of 2006,.
4.C.G.A. Section 2, Article 3 13- 10 -91, :public employers, their contractors and subcontractors are
required to verify the work eligibility of all newly hired employees through an electronic federal
work authorization program. The Georgia Department of tabor has added a new Chapter 300 -10-
1, entitled "Public Employers; Their Contractors and Subcontractors Required to Verify New
Employee Work Eligibility Through a Federal Mork Authorization Program, "to the Rules and
Regulations of the State of Georgia. (ebsite: � 015 .ref rue l3 pdf ,)
The new rules designate- the "Employment Eligibility Verification (EEV) Basic Pilot Program"
operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of
Homeland Security as the electronic federal work authorization program to be utilized for these
purposes. The EEV /Basic Pilot Program can be accessed at: ltd { /_ _w Z vi ndhs-
Ern loyerR�ratj0n. Bidders shall comply with this new rule and submit with your bid the
attached "Contractor Affidavit and Agreement" and the 'Subcontractor Affidavit," Bath forms mast
be filled taut, sign; notarize and returned with your bid submittal. if there are no subcontracting
opportunities, please fill out the forth and return with your submittal (NIA; sign, date and
notarize ).
Excerpt from: Excerpt from; 05 SB5291A
Senate Bill 5
By: Senators Rogers of the 21 st, Hamrick of the 30th, Douglas of the 17th, Schaefer of the 50th, seabaugh
of the 28th and others
No contractor or subcontractor who enters a contract with a public employer shall enter into such
a contract or subcontract in connection with the physical performance of services within this state
unless the contractor or subcontractor registers and participates in the federal work authorization
program to verify information of all new employees.
(3) Paragraphs (1) and (2) of this subsection shall apply as follows:
(A) Can or after July 1, 2007, with respect to public employers, contractors, or subcontractors of
500 or more employees;
(B) Can or after July 1, 2008, with respect to public employers, contractors, or subcontractors of
100 or more employees; and
(C) On or after July 1, 2009, with respect to all public employers, contractors, or subcontractors.
RFP 09-- -121 On Call Construction Management SPeas
Page 6 of 13
SPECIAL CONDITIONS
31 County's Right To Amend Bid Solicitations Or Awards That Are in Violation Of Law.
(A) Prior to bid opening or closing date for receipt of proposals. If prier to the bid opening or the
closing date for receipt of proposals, the Purchasing Director, after consultation with the Augusta°
Richmond County Administrator, and the Augusta - Richmond County Attorney, determines that a
solicitation is in violation of federal, state, or local law or ordinance, then the solicitation shall be
canceled or revised to comply with applicable laves.
(B) Prior to award. If after bid opening or the closing date for receipt of proposals, the Purchasing
Director, after consultation with ther Administrator or his designee, and the Augusta - Richmond
County Attorney determine that a solicitation or proposed award is in violation of federal, state or
municipal law, and then the solicitation or proposed award shall be canceled.
(C) After award. If, after an award, the Purchasing Director, after consultation with the
Administrator and the Augusta- Richmond County Attorney determines that a solicitation or award
of a contract was in violation of applicable law, then the contract shall be revised to comply with
applicable law. If Augusta- Richmond County is unable to revise the contract to comply therewith,
the contract shall be terminated and declared null and void by the Augusta - Richmond County
Commission,
3.2 Bonds. (Check where applicable)
[ j (A) Each bidder shall past a bid bond, certified check or money order made payable to the
City in the amount of 10 %ti of the bid price. A company check is not acceptable No bids shall be
read or considered without a proper farm of security.
[X] (B) No band, certified check, or U.S. Money Order is required.
[ ] (C) Bidder shall post a payment I performance bored payable to the City in the amount. of
10€3 %0 of the bid price if awarded the purchase. Such bond(s) are due prior to contract execution
as a guarantee that goods meet requirements of the contract including timely delivery,
performance specifications and warranty requirements.
Such bonds will also guarantee quality performance of services and timely payment of invoices to
any subcontractors,
[ ] (a) Bidder shall post a performance bond in the amount of 100 % of the bid price if awarded
the purchase. Such bond(s) are due prior to contract execution as a guarantee of timely delivery
and that equipment, materials and for goods are delivered according to specifications.
Whenever a bond is provided, it shall be executed by a surety authorized to do business in the
State of Georgia, approved by the City, and must be executed on the attached forms. At the
discretion of the City, other forms of security may be considered in lieu of a performance bond..
(Article 6 of the City's Cade)
3.3 City License Requirement: Contractor must be licensed in the State of Georgia or by the
Governmental entity for which he does the majority of his business.
34 Warranty Requirements: (Check where applicable)
(A) Provisions of item 2.12 in regards to duality shalt apply.
[ ] (B) Warranty required.
[ ] (a) Standard Warranty shall be offered with bid.
[ ] (b) Extended Warranty shall be offered with bid.
3.6 Terms of Contract. (Check where applicable)
[ ] (A) Annual Contract
[X] (B) One time Purchase.
[ ] (C) Other
RFP 09 -121 On Call Construction Management Specs
Page 7 of 13
4A General Principles
This Ordinance and /or the codification hereof may be referred to as the "Augusta - Richmond
County Local Small Business Opportunities Program Ordinance" ("L SBOPI).
4.2 Objective
Augusta - Richmond County is firmly committed to the principles of equal opportunity and in
keeping with these principles, hereby sets forth a program and establishes a mechanism for
developing, approving, and implementing procedures by which local small business enterprises
shall be identified, informed and educated regarding opportunities for supplying goods, general
services, and construction services required by Augusta - Richmond County, and providing for
objectives for bidders to incorporate the use of Local Small Businesses as commercially useful
sub - contractors, thereby promoting balanced economic and community growth throughout
Augusta - Richmond County. The LSBOP is a race and gender - neutral program.
4 Policy
It is the policy of Auguste- Richmond County that all necessary and reasonable steps shall be
taken to ensure that local small business enterprises have the maximum opportunity to compete
for and participate in all contracts and subcontracts funded by or through Augusta - Richmond
County government. Further, the Augusta - Richmond County Commission has determined as a
means to ensure full economic participation by small local business that a mechanism for
developing, approving and implementing a LSBOP is required.
Augusta - Richmond County has established the LSBOP to promote opportunities for certified
Local Small Business to participate in Augusta - Richmond County's contracting and procurement
activities by requiring contractors to utilize certified Local Small Businesses to perform
commercially useful functions to the maximum extent possible and as economically feasible, as
partners or subcontractors for service delivery or as suppliers of various goods required in the
performance of a contract. This LSBOP is in addition to and shall not supplant the Local
Preference Ordinance, Code §°l- 10 -6r..
Augusta's Local Small Business Opportunities Program shall comply with federal and state
requirements applicable to small or disadvantaged business, including but not limited to those
requirements set forth by regulation by the Federal Aviation Administration, U.S_ Department of
Housing & Urban Development, and Georgia Department of Transportation, It is expressly
recognized that such federal and state regulations preempt Augusta's regulations regarding this
subject.
4,4 Local Small Business Vendor Information and Program Information; Please contact,
Yvonne Gentry, Disadvantaged Business Enterprise Coordinator
501 Greene Street - Suite 304
Augusta, Georgia 30901
Office: (706) 821 -2406 Fax (706) 821 -4228
opportunities Please return the required forms (with your submittal)
* Good Faith Efforts Subcontractor & Supplies; Contact Form
* LSB SubcontractorlSupplier Utilization Plan - If there are no subcontracting
S date and return).
The following form is to be returned by the successful vendor trionthl
Mnnthly SubcontractortSupplier Utilization Report
RFP 09 -121 On Gall Construction Management Specs
Page 8 of 13
General Specifications:
111111111111111111, I'll! I I III I I 111111111111 Il 11111111111111 � I 31MM
• The Exception Sheet (if applicable)
• Statement of Non-Discrimination
• Conflict of Interest
• Local Vendor Preference (if applicable)
lo, RFP Form / Acknowledgement of Addenda
o Georgia Security and Immigration - Contractor Affidavit and Agreement
() Georgia Security and Immigration - Subcontractor Affidavit
• Non-Collusion Affidavit of Prime BidderlContractor and Sub - Contractor Form
• Local Small Business (LSB) Good Faith Efforts
• Local Small Business (LSB) Subcontractor/Supplier Utilization Plan
Certification/Credenfials (if applicable)
Bid Bond (if applicable)
Warranties (if applicable)
Product Literature (if applicable)
And/or any requested documentation must be submitted with RFP package, All reference
documents must be completed and returned In their entirety to constitute a complete RFP.
Failure to do so will render vendor's RFP submittal to be "non-compliant"
5.2 RFPs must be submitted (One (1) original and six (6) copies)
53 Vendor is responsible for determining and acknowledging any addenda issued in connection with
this RFP solicitation.
5A The City reserves the right to renew this contract for one additional 12 month periods if all terms
and Conditions remain unchanged and if all parties agree.
5.5 The City pays by invoices only net 30. Unless otherwise arranged,
5,5 Invoices should be sent to the following address:
City of Augusta
Richmond County Georgia
Accounting Department — Room 105
City-Municipal Building
530 Greene Street
Augusta, Georgia 30901
5.6 All Bids, Request for Proposal/Qualcations and or Quote are governed and awarded in
accordance to The City of Augusta, Georgia (Richmond County) Code, To view the Code visit
Augusta's website at)rs
�w.aqg_uqjggg_.qo_y.
RFP 09-121 On all Construction Management Specs
Page 9 of 13
RFP Item 09-121 On Call Construction Management, Construction
Inspection and Field Engineering Services
Due Date: Wednesday, July 1, 2009 at 3:00 P.M.
The Augusta-Richmond County Engineering Department is currently requesting professional
services that include Construction Management, Construction Inspection, and Field Engineering
Services. The number of SPLOST projects being let for construction has increased significantly
over the past year, and will continue to increase throughout 2009. The following projects are
currently under construction or Will be under construction in Year 2009:
1. Bungalow Road
2, Windsor Spring Road
3. Eisenhower Drive Emergency Drive
4. Lover's Lane Evacuation Rte.
5. Camilla Drive Drainage and Road
6. Paving Dirt Roads (Phase 9)
7. Downtown Traffic Signal. & Street Upgrade
& Old Savannah Road/Twiggs Street
9. Pointe West Subdivision Drainage
10. Belair Hills Subdivision
11. Washington Road Intersection
1,2. Morgan Road
13. Village West Drainage
14. DAntignac Drainage
15. Willis Foreman Bridge Replacement
16. Marvin Griffin Road
This contract will be in place for two years with an option to renew on a year to year basis. The
Engineering Department expects the following services to be rendered, but not limited to the
following.
1. Interpret and enforce Augusta-Richmond County construction specifications
and Georgia Department of Transportation construction specifications on
projects.
2. Document in detail daily construction activities.
3. Perform field engineering designs and make field adjustments.
4. Conduct field surveys.
6. Conduct Project Team Meetings.
6. Measure and estimate material put in place by Contractors.
* Enforce all Federal and State regulations (e.g., EPD, EPA, NPDES, GDOT,
etc.)
* Construction Observation
RFP 09-121 On Call Constniction Management $pec$
Page 10 of 13
Ill.. EVALUATION CRITERIA:
Qualifications of Company.
Qualifications of Professionals that will actually mana•
perform field engineering
1 References (include specific Individuals with addresses and telephone
numbers).
4® s Area
5. Proposed (include hourly cost per • ♦ be included
proposal; submit proposed fee In a separate sealed envelope label "Fee
Proposal r
Ill. EVALUATION CRITERIA:
F1914 Enalneering Services
CRITERIA " I POINTS
R R
2 }Qualifications of key Professionals that will
actually manage, inspect and perform field
engineering tasks 25%
3 }References (include specific individuals with
addresses and telephone numbers) 0%
4 }Proximity to Area 1 15%
5 }Proposed Fes (Include hourly cost per individual
Submit all required information for any subcon ultantslsubco tr ctogs) than will be used to
perform any part of the requested services, Consultants /Contractors will also be evaluated
using the above listed criteria in that order of importance.
I . -
The responses to this RFP shall be submitted in sealed opaque envelopes no later than
Wednesday, July 1, 2009 C@ 3.:00 p.m. to.
Ms. Geri A. Sams, Procurement Director
Augusta-Richmond County
530 Greene Street, Room 606
Augusta, GA 301901
You are required to submit one (1) original (clipped) and six (6) marked copies (bound).
Include a second, sealed envelope inside the main envelope, with the proposed fee.
Clearly mark outside of outer envelope "Proposal for RFP No. 09 -121 On Call
Construction Management, Construction Inspection and Field Engineering Services.
Clearly mark the outside of the sealed, inner fee envelope "Fee Proposal for RFP No. 49-
121."
RFP 09- 121 On Lail Constwdion Management Specs
Page 11 of 13
All questions must be submitted in writing to the office of the Procurement Department
by fax at 706 821-2811 or by mail.. The last day to submit questions is Monday, June 15.
2009 by 3:00 pm.
No RFP may be withdrawn for a period of 90 days after time has been called on the date of
opening.
Augusta Richmond County assumes no responsibility for proposals received after the
advertised deadline, or at locations other than as specified herein.
4 EQ R A ONTENTS gF SUBMI
M NQgy
Submittal Form
Please submit one (1) original (clipped) and six (6) marked copies (bound).
Proposal shall utilize letter-size (�8 1 /2 x 11 inches) or, be folded to that dimension from 11 x 17
inch stock.
Submittal should be clear and concise and follow the format described herein.
Submittal Contents
Cover LALe_r Include a (one page maximum) cover transmittal letter which clearly states the
single contact proposed for this project, the company mailing address, email address, telephone
and facsimile numbers, Specifically designate the representative who will serve as lead contact
in all communications and who is authorized to negotiate on behalf of the company.
Scope, of Work: Describe how work will be performed, including a description of major tasks and
timelines. Include descriptions of all major equipment and techniques to be utilized.
Ex2erience and agagih: Describe background and experience of the company demonstrating
ability to provide required Work.
References: List references from work performed on other relevant contracts.
Personnel: Identify all key individuals to be directly involved in work, with resumes and specific
applicable experience including subcontractors, if applicable.
lnsgraLigg, Provide evidence documenting your company's proof of Personal Liability, Worker's
Compensation and Property Damage Insurance, including all applicable limits.
Propose d Fee: Include a separate, sealed envelops, labeled "Fee Proposal for RFP No. 09-
121.
RFP SubmittgI. Write the title of the RFP on front of the envelope. Total proposal shall not
exceed forty (40) pages. Submit in accordance with Section 4.0
Proposals must be received by Wednesday, July 1, 2009 @ 3:00 p.m.
RFP 09-121 On Call Construction Management SDecs
Page 12 of 13
6.0 ADDITIONAL, INFORMATUON
An invitation for R s shall be issued by the Procurement Office and shall include specifications prepared
in accordance with Article 4 (Product Specifications), and all contractual terms and conditions,, applicable
to the procurement. All specific requirements contained in the invitation to bid including, but not limited to,
the -number of copies needed; the timing of the submission, the required financial data, and any other
requirements designated by the Procurement Department are considered material conditions of the RFP
which are not waiveable or modifiable by the Procurement Director.
The Owner reserves the right to 1) reject any and all Respondents submitting proposals; and (2)
negotiate Certain terms and conditions of the Agreement,
All costs related to preparation of a response to the RFP, including negotiations and/or clarifications With
finalists, will be the solo responsibility and borne by the applicant(s),
L- EWJECT�LAM6MEYT
Ms. Geri Sams
Procurement Director
Augusta Richmond County
530 Greene Street — Room 605
Augusta, GA 30901
The last day to submit questions Is Monday, June 15, 2009 by 3:00 P.M.
RFP 0g -1 21 On Call Construction Management Specs
Page 13 of 13
G E R G I A
Faxed /Mailed
"erl4vwle",, dmenu!
TO: All Bidders
Phyllis Mills, Quality Assurance Analyst
Abie Ladson, Augusta Engineering Department
FROM: Geri Sams t"' i
Procurement Director
DATE: June 17, 2009
SUBJ: Responses to Vendor Questions
RFP ITEM: 09 -121 On Call Construction Management, Construction Inspection, and Field
Engineering Services for Augusta Engineering Department
RFP DATE: Wednesday, July 1, 2009 at 3:00 P.M.
ADDENDUM NO. 1
THE FOLLOWING RESPONSES ARE PROVIDED TO VENDOR QUESTIONS:
1. Question: Does the City of Augusta have a more detailed status of the projects shown on
page 11 of 29, item 1, Problem Statement with regards to which projects are on -going and
which one will begin later this year?
Answer:
2. Question: Does the City of Augusta require a Georgia Registered Land Surveyor to perform
field surveys for this contract?
Answer: Yes
3. Question: Page 12 of 29 RFP, Item 111.5 Evaluation Criteria - Proposed Fee: Since the
work programming may fluctuate due to the addition of new projects, is it acceptable to
submit hourly costs by job classification rather than by individual as stated in the RFP?
Answer: Submit hourly costs by job classification such as Eng -Tech, Staff Engineer,
and Project Engineer etc.
Room 605 - 530 Green Street, Augusta Georgia 30911 Addendum 1 RFP #09 -121
(706) 821 -2422 - Fax (706) 821-2811 Pagel of 4
wu.a 1 11 D u}t - qV
Register at www.demandstar.com /supplier for automatic bid notification
project
Status
Project
Status
1
Bungalow Road
UC /NC
2)
Pointe West Subdivision
Drainage
UC /NC
3
Windsor Spring Road
UC
4
Belair Hills Subdivision
UC
5
Eisenhower Drive Emergency Drive
UC
6
Washington Road Intersection
UC /NC
7
Lover's Lane Evacuation Rte.
UC /NC
8
Morgan Road
UC
9
Camilla Drive Drainage and Road
UC /NC
10
Village West Drainage
UD
11
Paving Dirt Roads Phase 9
UD
12
D'Anti nac Drainage
UC
13) Downtown Traffic Signal & Street
Upgrade
UC
14) Willis Foreman Bridge
Replacement
UD
15
Old Savannah Road/Twiggs Street
UD
16
Marvin Griffin Road
UD
UC =under construction
NC= near com pletion
UD =under desi n
2. Question: Does the City of Augusta require a Georgia Registered Land Surveyor to perform
field surveys for this contract?
Answer: Yes
3. Question: Page 12 of 29 RFP, Item 111.5 Evaluation Criteria - Proposed Fee: Since the
work programming may fluctuate due to the addition of new projects, is it acceptable to
submit hourly costs by job classification rather than by individual as stated in the RFP?
Answer: Submit hourly costs by job classification such as Eng -Tech, Staff Engineer,
and Project Engineer etc.
Room 605 - 530 Green Street, Augusta Georgia 30911 Addendum 1 RFP #09 -121
(706) 821 -2422 - Fax (706) 821-2811 Pagel of 4
wu.a 1 11 D u}t - qV
Register at www.demandstar.com /supplier for automatic bid notification
4. Question: Page 12 of 29 of the RFP, Item 111.5 Evaluation Criteria - Proposed Fee: Does the
city require that the hourly rates to be shown in the Proposed Fee be fully burdened or
unburdened?
Answer: Show as fully burdened.
S. Question: Page 12 of 29 of the RFP, Item 111.5 Evaluation Criteria — Proposed Fee: Does
the city which for submitters to include information on Direct Costs with the Proposed Fee or
only hourly rates?
Answer: Include information on Direct Costs with the Fee.
6. Question: Will copies of required reference documents be provided (i.e. GDOT and
Augusta- Richmond County Construction Specifications)?
Answer: No.
7. Question: Will these services involve geotechnical or material testing services?
Answer: No.
8. Question: Are there any registration /certification required for on -site staff?
Answer: Yes, GA Professional Engineer and GA Professional Licensed Surveyor.
9. Question: Will the services involve Pay Application or Change Order review or processing?
Answer: Assume yes.
10. Question: Will the services be contracted by hourly rate or by lump sum per project?
Answer: It will be determined based on speck scope of services for a respective
project.
11. Question: Section 5.4 "General Specifications ", Page 10 of 29, notes that the City reserves
the right to renew contract for one (1) additional 12 month period; however, under item 11,
Services to be rendered, on page 11 of 29, it notes that contracts will be in place for two (2)
years with option to renew on year to year basis. Could you please clarify the contract
period?
Answer: Page 10 of 29 /Sec 5.4: No change; Page 11 of 29 /Item II — Read as "The
Contract will be for two years with an option to renew for one (1) additional year (see
Sec 5.4 for renewal conditions)
12. Question: Material Testing; it is unclear if Augusta- Richmond County is expecting the CEI
consultant to perform quality control testing, such as soil compaction, stone base compaction,
asphalt pavement compaction for in -place density, and run concrete slump and air test. Who
will be responsible for performing these tests?
Answer: CEI Consultant will not be responsible to perform indicated testing. CEI will
be responsible for monitoring and QA/QC of such testing including review of test
results.
Addendum 1 RFP #09 -121
Page 2 of 4
13. Question: If the answer to Question #12 is that the CEI consultant is responsible for running
the test, will the consultant need to furnish the testing equipment such as a nuclear gauge,
thermometers, concrete slump cone and a concrete air bucket for checking air - entrainment?
Answer: Addressed under Q #12.
14. Question: Will concrete compressive strength cylinders be required to be made at the
project site by consultant inspectors?
Answer: Addressed under Q #12.
15. Question: If the answer is yes, to the Question #3, who will furnish the molds for the test
cylinders?
Answer: Addressed under Q#12.
16. Question: Will the CEI consultant be required to "break" the concrete cylinders for twenty -
eight (28) day strength test?
Answer: Addressed under 0#12.
17. Question: On page 13 of the RFP under Scope of Work, the consultant is asked to describe
"all major equipment" to be utilized. Does the city -county consider a vehicle for the inspector
and a cell phone for the inspector to be "equipment" to be furnished as part of the hourly rate
for the inspector or will this "equipment" be reimburse to the consultant as separate items?
Answer: Vehicle, cell phone, etc are incidental to primary service (such as
construction inspection, etc) and shall be handled accordingly. There will not be a
separate pay items for these items.
18. Question: If the answer to question #17 if for the city- county to reimburse the consultant for
the vehicle and the cell phone as separate pay items, how does the city -county prefer to
compensate the consultant for the vehicle? Mileage" Hourly rate? Daily rate? Monthly rate?
Cell phone?
Answer: Addressed under Q#17.
19. Question: Is the consultant expected to furnish the office supplies, such as diaries,
photocopiers, copier paper, monthly estimate reports, etc., for the proper documentation of
the project activities?
Answer: Assume YES.
20. Question: Where would the consultant inspectors report for duty assignments?
Answer: Consultant inspectors will report to the Consultant Project Engineer
assigned to that project. Augusta Engineering will not provide office space for
inspector or other personnel assigned to the project.
21. Question: Will there be field offices for any of the SPLOST projects shown in the RFP?
Answer: No.
22. Question: Does the city have any agreement with GDOT (in regard to encroachment to
State Routes) that will be applicable to this work?
Answer: No.
Addendum 1 RFP #09 -121
Page 3 of 4
23. Question: With regard to 3. Perform field engineering designs and make field adjustments ".
Please clarify whether the Engineer of Record will respond to RFIs, or is it the consultant's
responsibility to make design changes?
Answer: Field changes will be addressed by the consultants not Design Engineer of
record.
24. Question: Will this contract be a lump sum contract? If not, what type of a contract will be?
Answer: Consultant will be required to submit lump sum price per each assigned task
for a respective project.
25. Question: How many of the 16 projects listed on page 11 of the RFP are currently under
construction? Who is currently inspecting these projects?
Answer: See chart above listed under Answer #1. Inspections are done in- house.
26. Question: Does the city have an estimate of how many inspectors will be needed for these
16 projects?
Answer: No.
27. Question: Can the city provide the anticipated budget for these 16 projects and any
additional projects that may be added to the program?
Answer: Augusta Engineering Department does not have a final construction budget
or construction cost.
28. Question: Since we don't know the dollar value of the contract at this time, is it acceptable
to just include the anticipated percentages on the LSB Subcontractor /Supplier Utilization
Plan?
Answer: Yes.
Please acknowledge addendum in your submittal
END ADDENDUM
Addendum 1 RFP #09 -121
Page 4 of 4
on Cat com&ucd m mwwvwmwK RFPJitne #E 09.1
t` o R a i ,� FYNotEsep.
PROPOSED FEE
CONFIDENTIAL
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
ENGINEERING DEPARTMENT
AND
'THE LPA GROUP, INC."
This Agreement is made and entered into this day of 2010, by and
between Augusta, Georgia, hereinafter called the "Cit' and The LPA Group. Inc ., a
Corporation authorized to do business in Georgia, hereinafter called the "Consultant."
Whereas, the City desires to engage a qualified and experienced consulting firm to
furnish professional services for:
Professional on -call services pertaining to, Construction Management,
Construction Inspection, and Field Engineering Services for SPLOST
Projects.
Whereas, the Consultant has represented to the City that it is experienced and
qualified to provide the services contained herein and the City has relied upon such
representation.
Now, therefore, in consideration of the mutual promises and covenant herein contained,
it is agreed by and between the City and the Consultant that the Consultant shall
provide the professional services per Scope of Services.
AED — CSA On Call Construction Management,
Construction Inspection, and Field
Engineering Services for SPLOST Projects
1
AMOUNT OF CONTRACT
It is agreed that the compensation hereinafter specified to perform the services (see
Scope of Services) required by this Agreement includes both direct and indirect costs
chargeable to the project.
Augusta, GA Engineering Department
1. The maximum obligation of the City to the Consultant under
the terms of this Agreement shall be: $50,000.00
Total $50,000.00
AED — CSA On Call Construction Management,
Construction Inspection, and Field
Engineering Services for SPLOST Projects
2
GENERAL CONDITIONS
CONSULTANT COORDINATION
The Consultant shall cooperate fully with the Georgia Department of Transportation,
Federal Highway Administration, consultants on adjacent projects, consultants for final
bridge plans, municipalities and local government officials, utility companies, railroads,
and others, as may be directed by the City. Such cooperation shall include attendance at
meetings, discussions, and hearings, as may be requested by the City, furnishing plans
and other data produced in the course of work on the Project, as may be requested from
time to time by the City to effect such cooperation and compliance with all directives
issued by the City in accordance with this agreement.
It is understood and agreed that the Georgia Department of Transportation and Federal
Highway Administration may have access to the work and be furnished information as
directed by the City.
COORDINATION WITH THE NATIONAL GEODETIC SURVEY
If a National Geodetic Survey control point is found during the surveying phase, it is to
be identified and brought to the attention of the Construction Manager. If it is to be
affected based on the proposed design, at the direction of the Construction Manager, the
Consultant shall contact the National Geodetic Survey (NGS) advisor at the Georgia
Department of Community Affairs (DCA) and request data on geodetic control points
during the preliminary evaluation phase of project design. (Address: NGS c/o DCA,
12oo Equitable Building; Atlanta, Georgia 30303. Telephone: 404- 656 -5527, FAX:
4 - 6 5 6 - 9792• Consultant shall provide the NGS Advisor with a clear copy of the
pertinent USGS 7.5' Quad sheet(s) showing the project location. Preliminary
information, even in rough outline, is sufficient to allow the advisor to determine impact
of the proposed project on NGS and USGS control points. Continued coordination with
the advisor to relocate and /or preserve affected control points will be maintained
throughout the project life. This coordination shall be implemented as soon as possible
after receipt of Notice to Proceed by the City.
COORDINATION WITH UTILITIES
Where privately, publicly or cooperatively owned utility companies will require
rearrangements in connection with the proposed construction, the Consultant shall
furnish prints or reproducible for the utility owners as directed by the City and check the
utilities' submitted plans for avoidance of conflicts with the road construction details or
with the facilities of other utilities. This may require numerous submittals to the utility
companies. The Consultant shall also submit a final set of construction plans to all
utilities. The Consultant shall make no commitments with the utilities which are
binding upon the City.
If the project includes work for the Augusta Utilities (AU), the Consultant shall research
all Augusta Utilities records and act on behalf of the AU to identify the existing facilities
on the submitted roadway plans for avoidance, or resolution, of conflicts with the road
construction details or with the existing or proposed facilities of other utilities.
AED — CSA On Call Construction Management,
Construction Inspection, and Field
Engineering Services for SPLOST Projects
RIGHT TO ENTER
The Consultant shall notify all property owners or occupants of the intent to enter
properties for the purpose of accomplishing surveys or other field investigations in
accordance with the practices of the City. The Consultant shall discuss with and receive
approval from the Augusta Engineering Department prior to sending said notices of
intent to enter private property. Upon request by the Consultant, the City will provide
the necessary documents identifying the Consultant as being in the employ of the City
for the purpose described in the Agreement. If the property owner or occupant denies
the Consultant permission to enter, such incident will be reported to the City and the
City will initiate such action as is dictated by current policy and procedure.
ACCURACY OF WORK
The Consultant shall be responsible for the accuracy of the work and shall promptly
correct its errors and omissions without additional compensation.
Acceptance of the work by the City will not relieve the Consultant of the responsibility
for subsequent correction of any errors and the clarification of any ambiguities.
At any time during the construction of the improvement provided for by the plans or
during any phase of work performed by others based on data secured by the Consultant
under the Agreement, the Consultant shall confer with the City for the purpose of
interpreting the information obtained and to correct any errors or omissions made by it.
The Consultant shall prepare any plans or data required by the City to correct its errors
or omissions. The above consultation, clarification, or correction shall be made without
added compensation to the Consultant. The Consultant shall give immediate attention
to these changes so there will be a minimum of delay to others.
CONSTRUCTION MANAGER
The Construction Manager or his duly appointed representative(s) shall act as the
Liaison Engineer between the Consultant and the City and all utilities, and authorities or
governments whose properties will be affected. The Consultant shall arrange for
conferences, for exchanges of data and information, and for necessary approvals.
All correspondence, data, information, and reports shall be directed to the Construction
Manager to provide for proper distribution to the parties concerned.
All conferences, including telephone conversations and decisions, shall be reduced to
writing by the Consultant and at least two (2) copies shall be forwarded to the
Construction Manager within seven (7) calendar days of the event.
The Consultant shall meet with the City for review of the work or submit in writing a
project status update on a monthly basis or as determined by the City.
AED — CSA On Call Construction Management,
Construction Inspection, and Field
Engineering Services for SPLOST Projects
DELIVERY OF NOTICES
All written notices, demands, and other papers or documents to be delivered to the
City under this Agreement shall be delivered to the City's office, 522 Greene Street,
Augusta, Georgia 30901, Attention: Construction Manager, or at such other place or
places as may be subsequently designated by written notice to the Consultant. All
written notices, demands, and other papers or documents to be delivered to the
Consultant under this Agreement shall be directed to or at such a place or places
subsequently to be designated in writing by the Consultant to the City.
SUPERVISION AND CONTROL
The Consultant shall perform the services required to accomplish the work plan as
stated above under such control and supervision by the City, as the City may deem
appropriate.
COVENANT AGAINST CONTINGENT FEES
The Consultant shall comply with the relevant requirements of all Federal, State,
County, or local laws. The Consultant warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for the Consultant,
to solicit or secure this Agreement, and that it has not paid or agreed to pay any
company or person, other than a bona fide employee working solely for the Consultant,
any fee, commission, percentage, brokerage fee, gifts, or any consideration, contingent
upon or resulting from the award or making of this Agreement. For breach or violation
of this warranty, the City shall have the right to annul this Agreement without liability,
or, at its discretion, to deduct from the Agreement price or consideration, or otherwise
recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or
contingent fee.
EMPLOYMENT OF COUNTY'S PERSONNEL
The City has incurred considerable expense for advertising, recruiting, evaluating,
training and retaining its employees. As such, Consultant hereby agrees that it will not
directly or indirectly, solicit or hire any employee of the City, or induce any employee to
terminate his employment with the City during the terms of this agreement, nor for a
period of one year following the end of said term. Consultant may not hire, employ, or
allow a City employee to provide services without the prior consent of the City, except as
provided herein.
REVIEW OF WORK
Authorized representatives of the City may at all reasonable times review and inspect
the project activities and data collected under the Agreement and amendments thereto.
All reports, drawings, studies, specifications, estimates, maps and computations
prepared by or for the Consultant, shall be available to authorized representatives of the
City for inspection and review at all reasonable times in the main offices of the City.
Acceptance shall not relieve the Consultant of its professional obligation to correct, at its
expense, any of its errors in work. The Engineering Department may request at any
time and the Consultant shall produce progress prints or copies of any work as
AED — CSA On Call Construction Management,
Construction Inspection, and Field
Engineering Services for SPLOST Projects
5
performed under this Agreement. Refusal by the Consultant to submit progress reports
and /or plans shall be cause to withhold payment to the Consultant until the Consultant
complies with the City's request in this regard. The City's review recommendations shall
be incorporated into the plans by the Consultant.
RESPONSIBILITY FOR CLAIMS AND LIABILITY
The Consultant shall be responsible for any and all damages to properties or persons
caused by its employees, subcontractors, or agents, and shall hold harmless the City, its
officers, agents, and employees from all suits, claims, actions, or damages of any nature
whatsoever to the extent found to be resulting from the Consultant, its subcontractors,
or its agents in the negligent performance or non - performance of work under this
Agreement. These indemnities shall not be limited by reason of the listing of any
insurance coverage.
INSURANCE
Prior to beginning work, the Consultant shall obtain and furnish certificates to the City
for the following minimum amounts of insurance:
A. Workmen's Compensation Insurance in accordance with the laws of the State of
Georgia.
B. Public Liability Insurance in an amount of not less than One Hundred Thousand
($1oo,000.00) Dollars for injuries, including those resulting in death to any one
person, and in an amount of not less than Three Hundred Thousand
($300,000.00) Dollars on account of any one occurrence.
C. Property Damage Insurance in an amount of not less than Fifty Thousand
($50,000.00) Dollars from damages on account of any occurrence, with an
aggregate limit of One Hundred Thousand ($1oo,000.00) Dollars.
D. Valuable Papers Insurance in an amount sufficient to assure the restoration of
any plans, drawings, field notes, or other similar data relating to the work
covered by the Project.
E. Professional Liability Insurance in an amount that correlates to the amount of
this agreement and nature of the project.
COMPENSATION
The City shall compensate the Consultant for services, which have been authorized by
the City under the terms of this Agreement.
The Consultant may submit to the City a monthly invoice, in a form acceptable to the
City and accompanied by all support documentation requested by the City, for payment
for the services which were completed during the billing period. The City shall review
said invoices for approval. The City shall have the right to reject payment of any invoice
or part thereof if not properly supported, or if the costs requested or a part thereof, as
determined solely by the City, are unreasonably in excess of the actual stage of
completion of each phase. The City shall pay each such invoice or portion thereof as
approved, provided that the approval or payment of any such invoice shall not be
considered to be evidence of performance by the Consultant to the point indicated by
such invoice, or of receipt of acceptance by the City of the services covered by such
invoice. The City shall pay any undisputed items contained in such invoices.
AED — CSA On Call Construction Management,
Construction Inspection, and Field
Engineering Services for SPLOST Projects
6
Each invoice shall be accompanied by a letter progress report describing the total work
accomplished for each phase and any problems which have been encountered which
may inhibit execution of the work. The Consultant shall also submit an accurate
updated schedule, and an itemized description of the percentage of total work
completed for each phase during the billing
period.
Compensation for design services for the Augusta Engineering Department shall be a
lump sum for each phase or item of work authorized by the City. The Consultant shall
invoice based on the percentage of the work completed during the billing period. Upon
completion by the Consultant of each phase of the work and approval thereof by the
City, the City will pay the Consultant a sum equal to one hundred percent (loo %) of the
compensation set forth herein, less the total of all previous partial payments, paid or in
the process of payment except as otherwise stated below for Water and Sewer design
services.
Compensation for design services for the Augusta Utilities shall be invoiced based on the
sum of all actual costs incurred in the performance of the work, including all direct,
payroll, overhead, and profit costs in an amount not -to- exceed the compensation set
forth herein for the Water and Sewer Plans Phase.
CONTRACT DISPUTES
This Agreement shall be deemed to have been executed in Augusta, Georgia, and all
questions of interpretation and construction shall be governed by the Laws of the State
of Georgia.
All claims, disputes and other matters in question between the Owner and the
Consultant arising out of or relating to the Agreement, or the breach thereof, shall be
decided in the Superior Court of Richmond County, Georgia. The Consultant, by
executing this Agreement, specifically consents to venue in Augusta and waives any
right to contest the venue in the Superior Court of Richmond County, Georgia.
CONTRACT TERMINATION
Pursuant to O.C.G.A. 36- 60-13, this Agreement shall terminate absolutely and without
further obligation on the part of the City at the close of the calendar year in which this
Agreement is executed and at the close of each succeeding calendar year for which the
agreement may be renewed by the parties hereto.
This Agreement shall nevertheless automatically be renewed unless the City provides
written notice to the Consultant of its intention to terminate the Agreement at least
thirty days prior to the close of the calendar year for which the Agreement is presently
effective between the parties and /or has been renewed by the City. This Agreement
shall obligate the City solely for those sums payable during the initial term of execution
or in the event of renewal by the City for those sums payable in such individual renewal
terms.
AED — CSA On Call Construction Management,
Construction Inspection, and Field
Engineering Services for SPLOST Projects
7
Notwithstanding the foregoing language, the Consultant agrees to continuously render
the professional services specified by the Agreement to the City for such terms or
renewal terms as are effective pursuant to this Agreement and for which the City agrees
to pay in accordance with the terms of the Agreement or any future amendments
thereto.
The City may terminate this contract in part or in whole upon written notice to the
Consultant. The Consultant shall be paid for any validated services under this Contract
up to the time of termination.
PERSONNEL
The Consultant represents that it has secured or will secure, at its own expense, all
personnel necessary to complete this agreement, none of whom shall be employees of,
or have any contractual relationship with, the City. Primary liaison with the City will be
through its designee. If the project includes AU work, the Consultant shall identify, in
writing, a water /sewer project manager responsible for direction and coordination of
this portion of the project. All of the services required hereunder will be performed by
the Consultant under his supervision, and all personnel engaged in the work shall be
fully qualified and shall be authorized or permitted under law to perform such services.
All professional personnel, including subcontractors, engaged in performing services for
the Consultant under this agreement shall be indicated in a personnel listing attached
hereto as Exhibit "A" and incorporated herein by reference. No changes or substitutions
shall be permitted in the Consultant's key personnel as set forth herein without the prior
written approval of the Director or his designee.
The Consultant shall employ in responsible charge of supervision and design of the work
only persons duly registered in the appropriate category; and further shall employ only
qualified surveyors in responsible charge of any survey work.
The Consultant shall endorse all reports, contract plans, and survey data. Such
endorsements shall be made by a person duly registered in the appropriate category by
the Georgia State Board of Registration for Professional Engineers and Land Surveyors,
being in the full employ of the Consultant and responsible for the work prescribed by
this agreement.
CONFIDENTIALITY
The Consultant agrees that its conclusions and any reports are for the confidential
information of the City and that it will not disclose its conclusions in whole or in part to
any person whatsoever, other than to submit its written documentation to the City, and
will only discuss the same with it or its authorized representatives. Upon completion of
this agreement term, all documents, reports, maps, data and studies prepared by the
Consultant pursuant thereto shall become the property of the City and be delivered to
the Director of Public Works & Engineering.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress,
analyses, or results and findings of the work conducted under this agreement shall not
be presented publicly or published without prior written approval in writing by the City.
AED — CSA On Call Construction Management,
Construction Inspection, and Field
Engineering Services for SPLOST Projects
It is further agreed that if any information concerning the project, its conduct, results, or
data gathered or processed should be released by the Consultant without prior approval
from the City, the release of same shall constitute grounds for termination of this
agreement without indemnity to the Consultant, but should any such information be
released by the City or by the Consultant with such prior written approval, the same
shall be regarded as public information and no longer subject to the restrictions of this
agreement.
IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year
written below.
Executed on behalf of consultant
RECOMMEND FOR APPROVAL:
CITY OF AUGUSTA, GEORGIA
001 0-"c P---
Ca 1 co Deke Cope aver, Mayor
Approved: Date
[ATTACHED CORPORATE SEAL]
ATTEST:
Title: Clerk of Commission
CONSULTANT FIRM
THE LPA GROUP INCORPORATED
Elh #m FartAf, Sr
Approved: Date —5 ),4r7 IP
[ATTACHED CORPORATE SEAL]
ATTEST:
AED — CSA On Call Construction Management,
Construction Inspection, and Field
Engineering Services for SPLOST Projects
On Call Construction Management) Construction
and Field Engineering
SCOPE OF WORK
THE LPA GROUP submits the following scope for the RFP Item 09 -121 - On Call Construction Management
Construction Inspection and Field Engineering Services as follows.
THE LPA GROUP CEI forces shall provide the necessary staff including management, field engineering technicians
and administration as directed by City of Augusta for project(s) listed below and as agreed upon through contract
description and fees. Their duties shall include interpretation and enforcement of contract documents including;
Augusta- Richmond County and Georgia Department of Transportation Construction specifications documents, conduct
field surveys and project meetings, maintain project documents including daily work reports, project status reports,
submittals, shop drawing, testing and material documents, etc., verify measurement of project quantities of in -place
work and materials. THE LPA GROUP and Sub - consultant shall provide staff with all necessary equipment and
material not limited to laptops, trucks, nuclear moisture density gauges, concrete air -pots, slump cones, instruments
for measuring, and all incidentals to perform scope as specified.
The project staff will provide quality control /quality assurances testing and inspection as directed by Augusta -
Richmond County and Georgia Department of Transportation Construction Specification and Owners Representatives.
This will not be limited to compaction testing of soils, testing of air /slump of concrete, material testing as directed
and roadway testing of asphalt.
Project List Specfied by RFP for Proposed Scope
1. Bungalow Road
2. Windsor Spring Road
3. Eisenhower Drive Emergency Drive
4. Lovers Lane Evacuation Route
5. Camilia Drive Drainage and Road
6. Paving Dirt Roads (Phase 9)
7. Downtown Traffic Signal & Street Upgrade
8. Old Savannah Road/Twiggs Street
9. Pointe West Subdivision Drainage
10. Belair Hills Subdivision
11. Washington Road Intersection
12. Morgan Road
13. Village West Drainage
14. D'Antignac Drainage
15. Willis Foreman Bridge Replacement
16. Marvin Griffin Road
Note: LPA is aware this list may vary or be revised based upon the needs of the County.
Proposal
F'a9 22
EX"EPTION - HE'
1 -1 – — -�,) ------ An-
`C? ty
Sr it I ca I I o I er j a . r
S S Ij F C', t
civ% a I e 1 f I
June 29, 2009
THE LPA GROUP INCORPORATED
Chaffmaa-
STATEMENT OF NUN- UISCRIMINAI ION
The undersigned understands that it is the policy of Augusta- Ricnmond County to promote full
and equal business opportunity for all persons doing business with Augusta- Richmond County. 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 participatior of local sma.r businesses on the bid or contract awarded by Augusta - Richmond
County. The undersigned further covenants that we have completed truthfully and fully the required
forms regarding good faith efforts and local small business subcontractor /supplier utilization.
The undersigned further covenants and agrees not to engage in discriminatory conduct of any
type against local small businesses, in conformity with Augusta - Richmond County's coca! Small Business
Opportunity Program Set forth below is the signature of an officer of the bidding /contracting 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 maximum
practicable opportunities to do business with this Company:
That this promise of non - discrimination as made and set forth nerein snail be continuing in nature
and shall remain in full force and effect without interruption
That the promises of non - discrimination 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 satisfactorily discharge any of the promises of
nondiscrimination as made and set forth herein shali constitute a material breach of contract entitling the
City of Augusta to declare the contract in default and 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 contract
Signature of Attesting Party
Chairman
Title of Attesting Party
.i
ary Signature
Subscribed and sworn to before me
this 29th day of June 20Q_9
Patricia A Shiilpr
Notary Public SEAL.
My commission expires August 11, 2014
This fora MUST be submitted with RFP package NO Exception(s) will be granted
RFP 09.121 On Cail Construction Management Specs
Page 19 of 29
t t 1,,4 -
u
CONFLICT OF INTEREST:
It shall ne unethicai for any City of Augusta business a p- arttc� iant direct�y or �fioirectly in a pY00jre,W)ent
contract when the employee or official knows that
(a) the employee or official or any member of the employees or offtc:lal's rrlmedlate family has a
substantial Interest or financial interest pertaining to the procurement contract except that the
purchase of goods and services from businesses which a member of the Commission or other City
of Augusta employee has a financial Interest is authorized as per O C GA 36 -1.14, or the
procurement contract is awarded pursuant to O.0 G A 45 -10 -22 and 45- 10 -24, or the transaction
excepted from said restrictions by O C G A 45 -10 -25
(b) Any other person, business, or organization with whom the employee or official of any member of
an employee's or Official's immediate family s negotiating or has an arrangement concerning
prospective employment is nvolved in the procurement contract
Any employee or official or any member of an emaloyee's or official immediate `amtly who holds a
substantiai interest or financial Interest in a disclosed bf,nd trust shall not be deemed to have a
conflict of Interest with regard to matters pertaining to that substantial interest or financial interest_
I. (vendor) R. Glen Lott, C _ nave read and understand the Information
contained in the bid specifications
Vendor Name THE LPA GROUP INCORPORAT
Address: 700 Huger Street
City & State: C olumbia, South Carolina 292 01
Phone # 003j 254 -2211 _Fax a (803 779 -8749
Date: June 29, 2009
Bid Item Number and Name. #09 -121 / On Call Construction Management, Construction Inspection
and Field Engineering Services
This form MUST be submitted with RFP package. NO Exception(s) will be granted
RFP 014-121 On Call Construction Managemern Specs
Page 20 of 29
RFP FO
City of Augusta Procurement Dept
530 Greene Street Suite 605 Business i.ocation: (Check Dne)
Augusta, Georgia 30901 Augusta Richmond County
ATTN: Procurement Director X Other (Please attach copy
Name of Bidder THE LPA GROUP INCORPORATED _ - -. --
Street Address. 700 Huaer Street
city. State. Zip Code Columbia South Carolina 29201
Phone (803) 254 -2211 Fax: (803) 779 -8749 _ _Email: lott I paaroug.com
Do You Have A Business License In The State Of (3eorgia? (Check One( Yes _( . No _
Licensed By what City +County Cobb County and Gwinnett County
Cobb: 2009#123971 57- 0716200
Business icense 4 Gwin 2008011S02 Fed Tax id 4' _ _
Indicate Legal Form Of Ownership Of Bidder , ;Statistical Purposes Only)
Check One _X___ Corporation Partnershp .___ Inclividuai {SDtjcifv
Acknowledgement Of Addendurn. Check and Initial the appropriate box
Addenda 1 X
Inital L'
Addenda 5
Initial _
Addenda 2
Initial
Addenda 6
initial
Addenda 3
Initial
Addenda 7
Initial
Addenda 4
Initial
Addenda 8
Initial
THE UNDERSIGNED PROPOSES TO FURNISH THE FOLLOWING ITEMS IN STRICT CONFORMANCE TO
THE RFP SPECIFICATIONS AND RFP INVITATION ISSUED BY THE CITY OF AUGUSTA FOR THIS RFP
ANY EXCEPTIONS ARE CLEARLY MARKEC IN THE ATTACHED COPY _ "F RFP SPECIFICATIONS
Signatur _ �.�. � "—"' Date: June 29, 2009
This form MUST be submitted with RFP package NO Exception(s) will be granted
RFP 09.121 On Call Cunstructiorn Management Specs
Page 22 of 29
8id1RFPIRFQ #— 0 -121 _ "
CONTRACTOR AFFIDAVIT AND AGREEMENT
r -i
R%, executing, "l ;,�
l� F'.iiJci,"tE- -,011 .ii : n;, LLe with
stating affirrristivrry tl.at tt.ca lgd firm ;r;rf"r irTtiorl ;vfTi;;h i< c�ntrar..ti „ 4 ilh Aixtl, >'.<i
�Krr lliTO 1 County Bt)a ti Jr ;.J(Tliitli i 31i3i`:� h;3ti r� 41St {�Y <?rj L4 "ikt fir!: I EiG�fT!<, �c3 * , f', C} 1`'! 'x?ijF?f 't` }rt.
aUtrlorization prUGrarrl Of : )f :vork; auli Sof iz itiU . : rn1 i iiitlr_'rdl!t.,d ;7 "f
the United States DeLaruneni cif Homeland Spwurity or any equi Galen filder ll ,ur,rk <3 �ki?c,nzaki i?
grogram operated by the IJnrted Stags (eparfii7 t of Hr;rrTe -- 31, Set;riri; tc �E.ri�y irif 3 - r laiif n rrf
^ewiy hired employees, Nurscdnt t to Ininligratwi ^tfr fit .�rd c�nirv, At: "i o i�af3h iIPC'1?} P1
6031. If) accordance ,vith the applicability provislorls anct &if I llii ' ? - i7 -�►1
The undersigned further agrees That should it employ or rurilracl witfe arty subcont actor(s) n?
connection with the physical performance it services pursi.,ant to this contract with .Augusla Richinorid
County Board of Commissioners, Gontractor will secure from such subcontrar:torfs) snlular verification
of compliance with 0 C,G.A 13 - 10 - 91 on the Subcontractor Affidavit provided in Rule 3W10 03 or
a substantially similar farm. Contractor further agrees to maintain records of such compliance and
provide a coot' of each such verification to the Ai.igusta Richmond County Board of Conlfnissioners at
the time the subcontractor(s) is retained to perform such service.
133539 _
E - Verify ' User Ide tification Numba�
THE _LPA_Q jNQQPP0RAIELL_. —___
Company Name
BY Authorized Officer or Agent
(Contractor Signature)
Please C )leck One
500 or More 100 or Huge X i1)0 or less
N!lmDer (A Employees
_C hairman
Title of .Authorized Officer or Agent of C;nntractrir
R._Glen
Printed Naroe of Authonzed Officer or Agent
SUBSCRiBED AND SWORN
BEFORE ME 1N THIS THE
DA'r OF
c ap
9
-�
- ��
ry Public
My Crammis5it n Expires
August 11, 2014
( SQ-dI l
[date June 2 9, ML– - __
,, ;t -naoi with too employees or more
do F - vF,nty ' 1 _i;er identtfi,;Abr,n Numbs,(
Vr,tn11 <tt Nith, less than 100 employees � nt?cl,
iili) Cr ies. box, fill out !hr lunn ;Ind rPi�im with
vour Su Cm'tlttdl ii?orr }la t.'aw requlr! "s you ,;) I'J lu
e� iL `Jarnty'(,�;er identification t"4umUF( on nr after
July i 2t1Gy
MUST BE RETURNED WITH YOUR SUBMITTAL
.RFP ti4 t 21 0 Gall Corsut r tton nnanahen Fec_
Page 23 of 29
SU8C1,,0NTRAC;`t-C`R tJ�,:,-:F!DAVI'T
S P, W,l cj
A
,)f SerN/1(, �jr� v, o { K .
performance. +
p� c i ted
t{I r3 t1 Cend County Board
1 program fs r; v the
ihp United States O
WO
-og ra Sta�e '86 '[RCA�� 'P L
pt wl operated Dy t"') (i I �)9
ui - s �jajjt to the irownigrFil'Of) Re"foln't
!iewlv hire(' E-,mipicyees P
:stanbsned in 0 F.
603" �;ith the
E-Ve-i ' User IdPntlficPtic"
T
BY Authorized (Dfficer or Agf
(Contractor Signature)
C s
,� t
Cir
Cate
A�-
Title cf uthOriZed Officer nr A(ierz! n C Ort ; c
Printers Na ;)f
SUBSCRIBr-:I7 AND S,VVOPJII
BEFORE MF-- ON THIS THE
Lt DAY OF _j 2UC I
SSbn X 2015
vwi 100 employees or "'Ole r lus!
Jr , !im less than 100 employees
,low ;0
- it In
NW-US7 BE PE URNED WITH Y, SUBMITTAL
24 29
Em
7�-- LfA cz- �)O� 1"K -
At 1,4
c
� c-,e Ft- �e -su c d e P-1 k
�Afvv ell L 4 -:• Cd000/rd.
W
r
r
r
r
r
r
r
r
r
r
r
In accordance with the Laws the fallowing dfija�t is rt gWiet1 rry all isnctors
NON - COLLUSION AFFIDAVIT OF BIDDER/OFFEROR
1 t R. Glen Lott _ certify that tnis bid or proposal is made witnout prior
understanding, agreement or connection with any corporation, firm or person submitting a bid for the same
work labor or service to be done or the supplies. materials or equipment to be furnished and is in all respects
fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can
result in fines, prison sentences and civil damages awards. ! agree to abide by all conditions of this bid or
r proposal and certify that I am authorized to sign this bid or proposal for the bidder
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
I
I
1
1
1
1
1
1
1
1
Affiant further states that pursuant to O C.G.A Section 36 -91 -21 (d) and (e),
THE LPA GROUP INCORPORATED has not, by itself or with others, directly or indirectly
prevented or attempted to prevent competition in such has
or proposals by any means whatsoever Affiant
further states that (s)he has not prevented or endeavored to prevent anyone from making a old or offer on the
project by any means whatever, nor nas Affiant caused or induced another to withdraw a bid or offer for the
work
Affiant further states tnat the said offer of Services is bona fide. and ;hat no one has
gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only. or
if furnished to any other bidder that the material shall be at a higher price
U P
Signature of Attesting Party
_Chairman
Title of Attesting Party
warn and subscrib oay of _,tune.
N ry ignature
SE
t .�
200 f
(Affix Corporate Seal here .f a corporation)
Notary Public- Patrici A._ Shuler
County: _ Richland
Commission Expires _ August 11 2014 _ SEAL
Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittal
Failure to property affix a Corporate Seal if you are a corporation will be considered grounds for rejecting vendor submittal
RFP W -121 On Call Construction Management specs
Paste 25 of 29
WAN-COLLUSION AFFIDAVVTOF ,-USCONTRACTOR
C; you
Sa'"
- een - ent on:ic-CtiO7, N it!
u or oe c
�v- (-,r'j;ce 'C) l -�h e l
maerlal
ory �abor 0! S i,
Or Sta,
e MCI Q 1 _ arj �� JA"
f� � -,OIIUS10r or 'a -;d. 1 unde!stamd Was
result in firles, prison sun , tencus OHO W'- da nelge'-' 3gee ;0 )f t�i is
-o oic� or pro;�OF-ll tf *",e � j
( r
proposa' and certify *that i a �,jthorized S(_'CtIon
Want AMM s Wws mm put siiant to 0,C G A
C- `
s not se
. Arf Or other dlfectl',t C'
r L er A%ari
c jj jj �, ; or �lroposiils 1 anv - Ilua'IS v
prevented or attempted to p ron'�PfHdOn in such 01 :)�(l .r Auer ty, 0m,
t) re,, , ented or aNNOM
further Stotes th�lt (�-)Ile tla��
project by
work.
s b a f i d j rrl li 0 m, Lir)e • 'l,
Affiant further states Olcll !tit' ad Our 0 " f, rt - 1 ,,,e rna,erm!s tl)� 5'l:d "'Y
gme t any Supplier and !, e ! Soon ne-son or norman) 10
it hanimned to any Mhqbcae :hat m" material shah A 0 a
: Signature of Attesting
Toe of Alte5mg Party
s worr, to ant, subscribed Oefn-le "
May SYnStme
AN, (:arporate Seat refe a YANY""
t kkw\
lNotar'� rlulh!j, j �,'f -4L_
-wsslor ExYmE S OO,
COm:
-�x" now
26 - 251
eA Nde l l C•
coc3k
44 4 C s I P� � fluc-
- T e (-PA 6
c- c er -e s,-J 0--je J PC.
0
a
Z
M
a �
o 0
LL
w a
Z
z
H N
m 0a:
J W J
CL
dff H �
NQu�
� U.
0
W
Z Z
M O
V
O m
U N
D
Z
U_
0'
Q
N
D
CD
a
T
c0 �
C
.V
U O
y
G
QT
m
0
a a
m m o
V1 J A
y �
O
CL
T
y Wr
0) N C
� o
O ; $
d3 m
� Oy
3 rn
L
a� u N r
CL
a „ mz
v I Z r
.EBB;
0 Q ,
U
m m
o �a
z
z
- o
m �L
a
J = C
C. N
C � L
0 � 4
a
ti
a m
o'o Q
w m5
c
I'
Q
I S
0
a
Oo E: O
a [0 co co
y N j U H
h 0) N y l
0
Q y . y am V z
N 4:z
co N N y C w
a c
,r'z, c
0 n
co
te a - oco
° `� L ° 4'a e
�0)E8'?D- a,1
o Q. ;L N Co Q)
W o
y i 4
C1m
�QSa °
j Z lac o
0) t it o y o �a
00 a L a a)
Ujw v v a,
ti
O
Z
3
0
(1)
m
Q °3
Z 0
Z
N
N
C
N
7
C
m
ZE
i�
cn
N
y v
ST
07 �
Old
C
G
v
N
Q C
V
'D
ti
a
LL
a
m
o
N
C N
t+
U
X 00
d
C
�
c
C
N <,
m CF.
w
V
)
LL
a
`
Q _-
o
� Yc
N U
0-9
g
m v
Z
�. a
j � m
� rx
0
�D
�;U
Q
0
i6
a
o
O
1
v
Z
J
D
O
a
0
7
C
m
ZE
i�
cn
N
y v
ST
07 �
Old
C
G
v
N
Q C
V
'D
ti
a
LL
O
w
a
z
D
z
d J
a a
Op
op
z
LU
M ❑
W
J i d
aCL
�U)
U
OQ
J a:
z
z
Z
5�
m
O�
❑ m
z
O
U
GC
a
M
U
a
J
y
CL
y
O
0
I X
b
m
O
C
Q
Fs3o " -
C O
2
c c
0 .2
A
'a
w
aI-
m
2
m N
V
J y
Y
3 n
d
0 0`
° a
ch
m
a
E
Z
m
e
0
CL
e
m
m
n
CL
oN
ar o
am
z�
0
N
O J ti
cc + 4) � O 'S 0 0
O
O
O ti N O 00
'- (0 N (D y O co
a "t C. —
0aC
c co O y 0 4- = Q co
0 � co X
Q 0 M O
C7 � to H
aW vi c
W o W� o
Q
ama na- * a�
o co c ' ,
co
c
_ E y c
15 w o
y 4z O y O 17
O z ) co
�Ujw v 3 v �.ti
O
Z
I R
3
O
z
m
Z Z .
a�
N
N
of
V
C
O
U
c
0
N N
C N
U Z
_m
a o
E
rnd
m
m 'a
c
C w
0
LL
c m
0 C
U o
U
c m
O e
a
E
Z
d
a
a`
a
a
c
3
O
0 '
0
a
O
U
z
a
D
0
a
J
w
H
d
E
A
z
c
CL a
r C
O
U w
N
R
N
co
y
IN
O �
fV0 � 7
Q N
LL co
O
U w
0
ra
" r
� O
U
c
0
U
C
o
h
O
N
C c
r4
N
G� v
A
m
A
2
c
u
0
U
R
t,
0
0
n
LL
ce
1
INSURANCE
CERTIFICATE OF LIABILITY INSURANCE A/9`9""
PRODUCER (703) 827 -2277 FAX: (703) 827 -2279
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Ames S Gough
RIGHTS
THIS
8300 Greensboro
ICATE DOES NOT AMEND, EXTEND A
HOLDER. CERTIFICATE E D R
Drive
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 980
DATE 001100nnnrn
McLean, VA 22102
INSURER$ AFFORDING COVERAGE
NAIC
INSURED
INSURER A : CNA
The LPA Group Incorporated
INSURERB:EISaaley Syndicate 2623/623
_
6Ai�bE 0 RENTED $
accVrrexe)
700 Huger Street
INSURER C:
PO Box 5805
INSURER D:
ColumbiaiI SC 29250
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
D•
POLICY EFFECTIVE POLICY EXPIRATION
POLICY NUMBER
DATE 001100nnnrn
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE �'. S
_
6Ai�bE 0 RENTED $
accVrrexe)
COMM ERCIAL GEN ERAL LIABILITY
CLAIMS MADE C OCCUR
MED EXP (An one poach) S
PERSONAL 6 ADV INJURY E
GENERAL AGGREGATE $
GEN'L AGGREGATE UMIT APPLIES PER:
PRODUCTS - COMP/OP AGG f
POLICY PRO• LOC
AUTOMOBILE
LIABILITY
SINGLE LIMIT j $
ANY AUTO
( �MB��
ALL OWNED AUTOS
BODILY INJURY .I
SCHEDULED AUTOS
(Per perwn) E
HIRED AUTOS
.
'
BODILY INJURY f
NON- OVMED AUTOS
(Per wckMnq
PROPERTY DAMAGE
i
F1
--
-- .
(Peracddenq
E
GARAGE LIABILITY
AUTO ONLY - E ACCIDENT
�_ _....__.
S
OTHER THAN ACC
$
ANY AUTO
AUTO ONLY AOOS
EXCESS UMBRELLA LIABN.ITY
EACH OCCURRENCE
S
OCCUR C CLAIMS MADE
AGGREGATE
$
DEDUCTIBLE
E
RETENTION f
WORKERS COMPENSATION
A U-
AND EMPLOYERS' LIAsur Y / N
ER
EL. EACH ACCIDENT ,.
S
ANY PROPRIETORrpARTNER/DIECUTIVE
OFRCERMEMBER EXCLUDED?
I
E.L. DISEASE - EA EMPLOYE A
f
(MyyaaarssM,d In NH)
SPECIAL PROVISIONS belay
E.L. DISEASE - POLICY LIMIT 1
$
A
Professional
00 302 02 94
7/1/2009
7/1/2010
Per ciai. 5,000,000
Liability
W2 SLCL09PNPA
7/1/2009
7/1/2010
AQgrsgat• 10,000,000
B
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADM BY INDORSEMENT / SPECIAL PROVISIONS
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
For Proposal Purposes Only DATE THEREOF, THE ISSUSNO INSURER WILL ENDEAVOR TO MAN. 3 0 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
AUTHORIZED REPRESENTATIVE
Frances Railey /BHARRI
ACORD 25 (2009!91) ®1988 -2009 ACORD CORPORATION. All rights reserved.
INS'028 (200801) The ACORD name and logo are registsred marks of ACORD
Proposal F -)y f 27
C!
ACORD CERTIFICATE OF LIABILITY INSURANCE
7A 3 2008
PRODUCER (803) 799 -5533 FAX: (803) 771 -0166
Keenan Suggs
700 Huger St.
Suite 100
Columbia SC 29201
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIC 0
INSURED
THE LPA GROUP INCORPORATED
The LPA GROUP of North Carolina, p, a.
P.O. Box 5805
Columbia SC 29250
INSURERA:Cincinnati Insurance Co.
10677
INSURER B:
AUTHORIZED REP EENTATNE
INSURER C:
INSURER D:
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,
AW kTE LIMITS SHOWN MAY HAVE BEE 4 SEDUCED BY PAID CLAIMS.
INSR
ADDL
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDO"
POLICY EXPIRATION
DATE (MMIDOrM
LIMITS
A
GENERAL UABIUTY
MMERCIAL GENERAL LIABILITY
CLAIMS MADE Ox OCCUR
• ntractual
• PX:;
CPP0836007
8/1/2008
8/1/2009
EACH OCCU RREN CE
1,000,000
DAMAGE TO RENTED
$ 100,000
5,000
1,000,000
d. $10,00 0.00
$ 1,000 000
GEML AGGREGATE LIMIT APPLIES PER
X POLICY F 2% F LOC
1,000,000
A
AUTOMOBILE
X
X
X
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON - OWNED AUTOS
CPP0838007
8/1/2008
8/1/2009
COMBINED SINGLE LIMIT
(Eaaeddont)
; 1,000,000
BODILY INJURY
(PW �)
$
BODILYIWURY
(Pow accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA IDENT
$
OTHER THAN EA ACC
AUTO ONLY:
5
A
EXCESSIUMBRELLA LIABILITY
X OCCUR ❑ (YAMS MADE
DEDUCTIBLE
CPV0838007
8/1/2008
8/1/2009
9, 000 000
AGGRE43KTE
9,000,000
A
VIXXiICERS COMPENSATION AND
EMPLOYERS* LIABILITY
ANY PP0PRMTOWARTWJW- XECUTM
OFPCERMEMBEREXCLUDED?
I yes. describe widw PROVISION below
NC191564904
8/1/2008
8/1/2009
X N A
E,L. EACH
'
500
E.L. DISEASE EA EMPLO
500 ,000
E DISEASE POLICY LIMIT
S 500,000
A
OTHER
CPPOS38007
8/1/2008
8/1/2009
valuabla Paper 750,000
DESCRIPTION OF OPERATION &LOCATIONSNEHICLtZMCLUS10N8 ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
CERTIFICATE NO[ DER reurcl I et7nu
AIiUKU ZO (ZUUT/UB)
INS025 (ot0e) ma
® ACORD CORPORATION 1988
Pape 1 at 2
I Propnsai
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
For Information Purposes Only
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY HIND UPON THE
INSURER ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REP EENTATNE
AIiUKU ZO (ZUUT/UB)
INS025 (ot0e) ma
® ACORD CORPORATION 1988
Pape 1 at 2
I Propnsai
ACORD® DATE(MM /DD /YYYY)
CERTIFICATE OF LIABILITY INSURANCE 05/28/2010
PRODUCER
Aon Risk Services Central, Inc. THIS CERTIFICATE iS ISSUED AS A MATTER OF INFORMATION ONLY
Pittsburgh PA Office AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
Dominion Tower, 10th Floor CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE
625 Liberty Avenue COVERAGE AFFORDED BV THE POLICIES BELOW.
Pittsburgh PA 15222 -3110 USA
PHONE-(866) 283 - 7122 FAX 953 -5390 INSURERS AFFORDING COVERAGE NAIC k
INSURED INSURER A. Phoenix Ins Co 25623
The oxA Group incorporated
PO Box 5805 INSURER continental casualty Company 20443
Columbia Sc 29250 USA
COVERAGE.
pp s per t erms an con itlons of the policy
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WiTH RESPECT TO WHICH THiS CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS .AND CONDITIONS OF SUCH POLICIES.
AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR A I
LIMITS SHOWN ARE AS REQUESTED
LTR INSRI TYPE OF INSURANCE POLICV NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
ATE MM /DD /YVYV DATE(MM /DD /YYYY)
A ERAL LIABILITY P6307656N454PHX09 08/01/2009 08/01/2010 EACH OCCURRENCE $1,000,000
X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $500,000
CLAIMS MADE ® OCCUR PREMISES (Fa occurratce)
(A., one person)
PERSONAL& ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $2,000,000
❑
X LOC
POLICY ❑ JECT PRO- ❑ PRODUCTS - COMP /OP AGG $2,000,000
D AUTOMOBILE LIABILITY P -810- 82816884- TIL -09 08/01/2009 08/01/2010
COMBINED SINGLE LIMIT
X ANY AUTO (Eaaccident) $1,000,000
ALL OWNED AUTOS
BODILY INJURY
SCHEDULED AUTOS ( Per person)
HIRED ALTOS
BODILY INJURY
NON OWNED AUTOS (Per accident)
PROPERTY DAMAGE
(Per accident)
GARAGE LIABILITY ALTO ONLY - EA ACCIDENT
J H ANY AUTO
OTHER THAN EA ACC
AUTO ONLY
08
D EXCESS / UMBRELLA LIABILITY PSMCUP82818896TIL09 701/2009 EACH OCCURRENCE AGG
El OCCUR r_1 CLAIMS MADE AGGREGATE $9,000,000
DEDUCTIBLE
RETENTION $10,000
A
WORKERS COMPENSATION AND PNUB N 'C X LIM TU- OTH-
EMPLOYERS' LIABILITY
ANY PROPRIETOR/ PARTNER ! EXECUTIVE
E.L. EACH ACCIDENT $500,000
dawy in NH)
H) EXCLUDED'!
(Man E.L. DISEASE -EA EMPLOYEE $500,000
IMondalory in
ICces. describe under SPECIAL PROVISIONS beta. E.L. DISEASE- POLICY LIMIT $500,000
OTHER 07/01/2009 Each Claim
8 AEH003010294
$1,000,000
E80- vrofLi abPri aggregate $1,000,000
DESCRIPTION OF OPERATIONS !LOCATIONS /VEHICLESTNCLUSIONS A
DDED BY ENDORSEMENTlSPECIAL PROVISIONS For Named Insured Only: Attn: Mark Kistler. RE: Prime Agreement AECOM Project No. 60049881. It is a that
St. Lucie county, Florida and AECOM USA Inc. are included as Additional insured with respects to General
Liability and Automobile Liability policies, but solely in regards to the Agreement for Subconsulting services in
CERTIFICATE HOI DER
LPi
tT
m
n
M
M
go
M
O
O
n
rn
O
Y
1C
L
d
CANCELLATION
AECOM USA, Inc. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
Attn: Kimberly Diaz DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL.
2201 N. west Shore Blvd., Suite 455 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
Tampa FL 33607 USA BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE INSURER. ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE �'
ACORD 25 (2009/01) C1988-2009 ACORD CORPORATION. All rights reserve
The .ACORD name and logo are registered marks of ACORD
INSURER C: Syndicate #2623 Lloyd's of London
0005FI v
INSURER D. Travelers Property Cas Co of America 125674
INSURER E.
w
9
O
l'
=
LPi
tT
m
n
M
M
go
M
O
O
n
rn
O
Y
1C
L
d
SIR a ie t d d serve
INSURER C: Syndicate #2623 Lloyd's of London
0005FI v
INSURER D. Travelers Property Cas Co of America 125674
INSURER E.
w
9
O
l'
=
Attachment to ACORD Certificate for The LPA Group Incorporated
The terms. conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage
afforded by the insurer(s). This attachment does not contain all terms. conditions, coverages or exclusions contained in the policy.
INSURED
The LPA Group Incorporated
Po Box 5805
Columbia sc 29250 USA
ADDITIONAL POLICIES
INSURER
INSURER
INSURER
INSURER
INSURER
If a policy below does not include limit information, refer to the corresponding policy on the ACORD
certificate form for policy limits.
INSR
LTR
AWL
INSRD
TYPE OF INSURANCE
POLICY NUMBER
POLICY DESCRIPTION
POLICY
EFFECTIVE
DATE
POLICY
EXPIRATION
DATE
LIMITS
OTHER
C
E&0- ProfLiab -xs
W15LCL09PNPq
7/01/200
07/01/2010
Aggregate
$1,000,00
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
connection with the St. Lucie County International Airport - FPR Runway 9 -27 Rehabilitation.
Certificate No : 570038987345
H i
EXPERIENCE AND QUALIFICATIONS
THE LPA GROUP INCORPORATED (LPA) was founded in 1981 in Columbia, South Carolina and has had the
opportunity to work on DOT projects in various states including South Carolina, North Carolina, Georgia, Florida,
Virginia, Alabama, Tennessee, Louisiana, and the US Virgin Islands. In
addition to our CEI and engineering design capabilities undertaken on
behalf of DOT's, the Firm provides these same services to numerous
towns, cities and counties throughout the Country. This year, The
Engineering News - Record ranked THE LPA GROUP INCORPORATED
#37 in the Top 50 in Transportation in the country, with gross billings of
over $70 million.
LPA is a multidisciplinary transportation consulting firm with a staff of
experienced design professionals, construction engineering and
inspection (CEI) personnel, testing technicians, surveyors, and utility
coordinators. The principals of the Firm are highly qualified
professionals with national and international experience. LPA routinely
provides services in Construction Engineering and Inspection (CEI) on
all size projects from secondary road improvements, pedestrian safety,
traffic signal upgrades, rural and urban widening to interstate
rehabilitations, and takes pride in assisting its clients in providing quality
control oversight, solving complex construction challenges, traffic
staging, public relation involvement and utility relocations. LPA has performed Construction Engineering Inspection
on numerous projects obtaining excellent results. The qualifications, experience, and technical competence of our
large pool of certified construction professionals permits flexibility to meet the clients project schedule on time and
on budget.
TECHNICAL COMPETENCE
The LPA commitment to providing quality products and personal client service is reflected in the technical competence
of the CEI Team and their past performance on SCDOT projects. There are several metrics to determine the
competence of any construction professional. These include Quality Management Audits as conducted by the
SCDOT Quality Management Team, maintenance of traffic reviews, erosion control reviews, and the quality and
workmanship of the finished constructed product. Our current average for 38 audits is 2.83 which falls in the SCDOT
category of "Excellent." This is a testimony to the experience, training and service the LPA Team will provide to the
City of Augusta on this project.
As previously noted, our proposed staff for this project consists predominantly of LPA Construction Management
staff that have completed numerous SCDOT, TDOT, NCDOT projects and have worked directly with numerous
county and municipalities on projects around the southeast. LPA was honored to have been recognized by the
SCDOT, City of Charleston, and Town of Mt. Pleasant. (See attached letters.)
Prop osal i'af) c 3
L
February 24. 2006
To Whom It May Concern:
The South Caroline DepsNnent of Transportation has worked with - Dee LPA Group
Incorporated team headed by Elhan Farmam on the 1-85 Access Improvements From SC Route
14 to south of SC Route 101. This is a Desiga -Build Project consisting of multiple bridges, box
culverts, MSE walls, access ramps and roadway construction centered around the Greenville -
Spartanburg International Airport.
LPA' s teem did an excellent job assisting the SCDOT with the management, design
review, and construction engineering and inspection of this project. Their entire team was
professional, knowledgeable, and supportive.
i lode forward to working with them again in the future and highly recommend their
services for Heavy Highway Construction
Yours truly,
Steve
District Construction Engineer
SWG:jj
.GeEFI, V. a�fY,.Yr "�/uJA /. �' /J /4LV/'LL4e(f /G� IeaNM1E PEfM. Jt
// .TMf(A ifaA.VLIIII
October 10, 2008
Mr. Christopher N. Wood
The LPA Group
4425 Belle Oak. Drive
North Charleston, SC 29405
Dear Mr. Wood,
I am writing to express gratitude for the work conducted by the LPA Group in the
resurfacing of roadways within the City of Charleston during April and July of 2007.
The Department of Traffic and Transportation appreciated the efforts put forth to
maintain open lines of communication mgarding construction activities. Keeping our
Department, as well as the Public Service and Police Departments informed, allowed for
smooth eccommodadon of reawhmng activities and timely public awareness. Both
Meeting and Calhoun Shits are heavily utilized roadways. Because the LPA Group was
able to conduct resurfacing activities during the night, traffic flew was act disrupted for
this project The resulting product was of excellent quality, and the resurfacing was
conducted with the utmost professionalism and expertise. Again, we appreciate the
efforts made by the LPA Group to cooperate with the City of Charleston and to work
efficiantly in completing the resurfacing of these roads.
Sincerely,
Robert Somerville
Assistant Director
180 —od DnW Ex • Ch vieslon, S.C.2a10:n • Tel: (80 7241399 • Fax (9e3) ]22 -5a58
m aWI1.OPRxrnWry EMRnYEn
South Carolina
Department of Transportation
F*nwy 25.2008
To Wbon R May Comm
The South Carolina Department of Transpal UM District 4 Coemuctma Offift hte worked
with The LPA Group httasrWOW oadar die 27 in 7 P"MM Fort Mill ORke, Poe the past 8 yeas. Mr.
Am Cnvees has came d this 98ka for approxtrmmh the past 4 yarn The office wake Mr. Ccavw
has Picks d the aowa:tlwa aagkaeerkag and inspection for the I.771US 21111C 161 unanchor in
Rock Hill, die widening of SC 161 in 1� �� York law.
in City of York and
SC 5 wikdag project
Mr. Craw a his staff did a grog job of providing Use needed Inspection and stW^tarla8
winces Poe Use Department which included design rahews, wgf& ad wOdcO cctmol muss,
txawtaabn map indoe, assign and main{, and ovarall project nrestrcen.
1 would weleenm the opportunity in week with Mr. Ccavw and Ile LPA ruff spin in tla Rase
and recommend their services for Roadway ad Bridge Construction overstghL
Yours Truly,
)am McCarter, P.E.
District 4 Cmmlatlan Engmser
y Oat MOUNT p ' •T
.SO
DtsparMent d PWudng S Deveki U
P.O. Box 745
Mount Plaesanl, S.Q. 29466
(843) 864.1229
Re: Letter of Reoommadalom for The LPA Droop.
To Whom It May Cnocan:
In the peg served yews tie Town of Mount Ple cant amgimeais staff has h
oppattmity to wimw and participate in work with LPA and we sae vary pleased to offs
ow maaanaoktion for Soy etagieeais stivicce they may rander.
SpadRodiy there woe three ddewa8c pajama which wee managed by LPA as
Chwkmt n County RoudWise projecem The throe pttljecte are known ae Shem Can&
Am Sidew%U Rifle Range Road Sidewalk and Bin Sawyer blvd Sidewalk. The LPA
Gaup gaff was in canted with the Town thiouglma the entire procam brim psedoaign
tOcOnWOOdmeomOstiom The LPA staff mat Town amployas in Um bold and invited
us to All ®t'anuaicral asectuags to down the project amapt and addressed army
caroms the Town caused belie, during and after the pojaea.
Again the Town of Mount Plaeews is vary aatidied with dm servioa provided by The
LPA Group.
Respectfully,
Gary L Ponder
SteffEngnea
Depamomt of Plareamg and Devabpmem
Town of Moue Pkarw
I Proposal Racy -4
QUALIFICATIONS
Our CEI staff has worked for various clients including DOT's, City, County, and Regional governments. We take
satisfaction in providing a staff to meet the needs of each owner and providing services governed by local
specifications. Our staffs knowledge of transportation requirements allow LPA to cross borders and provide confidence
to the Owner that we can meet criteria special to their projects. Our staff provides experiences in all facets of the
industry including concrete and asphalt plant inspection, asphalt and concrete roadway inspection, bridge foundation
inspection, material sampling and testing, traffic signal installations, grading, drainage, and paving. The LPA Team
also has personnel available who are certified and trained in specialty areas such as pre- stressed plant inspection,
pile driving analysis, asphalt QA /QC managers, construction survey verifications, Traffic and Erosion Control
inspections and SiteManager trained.
PAST PERFORMANCE ON SIMILAR PROJECTS
For the past 25 years, LPA has demonstrated its qualifications in all facets of Project Management, inspection and
testing, utility coordination, erosion and traffic control inspections on numerous DOT and County Projects. LPA is
extremely proud of the work that has been accomplished with the CEI Division. In the past 10 years CEI has
successfully performed on the SCDOT CRM Program, Charleston County Transportation Sales Tax Program, Berkeley
County, Richland County and the current SCDOT On Call Contract. These programs ranged from dirt to pave roads
to complex Design Build projects. These projects, combined with the experience gained from other DOT and
County projects including but not limited to resurfacing, intersection improvements and Dirt to Pave projects make
our Team one of the best - rounded and most experienced groups of professionals available to assist the City of
Augusta on this program.
Over the past two years LPA has successfully completed projects with various scopes for Charleston, Lexington,
Richland, and Berkeley Counties. The LPA CEI staff provided oversight for 2005 Berkeley County Roadway
Resurfacing, 1997 -2007 Richland County Resurfacing, Palmetto Commerce Parkway Phase 1 and 2, 2006/2007
Charleston County Resurfacing, Charleston County Local Paving projects(Dirt to Pave) and Two Notch Road SCDOT.
As a part of these program activities, our staff worked directly with local officials to accommodate changes needed
to maximize dollars. LPA's Construction Management (CM) has worked directly with various municipal officials for
resolution of issues during design and successful completion of projects. These relationships have saved cost
and time while promoting a positive image for the owner.
The CM Team for LPA is organized to ensure that the resources are efficiently utilized and that professionals are on
site with the experience to make decisions in the best interest of the City. Over the past 10 years, LPA has clearly
demonstrated its expertise in construction management and offers one of the largest groups of experienced inspectors,
specifically dedicated to transportation projects.
LPA's CM Team and CEI staff members are accustomed to functioning in a wide variety of construction environments
including:
• Primary and Secondary Route Resurfacing
• Urban and Rural Widening
• Beautification /Pedestrian Rehabilitation Projects
• Interchange Reconstruction
• Realignment Projects
• Urban /Rural Street Drainage Improvements
On the following pages we have highlighted several projects that illustrate our ability to provide these services and
our familiarity with CM practice in South Carolina.
�l
2005 Roadway Resurfacing Berkelev C ouniv, South Carolina
Owner Berkeley County
Construction Cost: $3,200,000
Scope of Services: • Pavement Evaluation
• Plans and Quantities
• Specifications
• Bidding
• Construction Administration /Inspection
Project Description This project consisted of pavement
evaluation and resurfacing of various roads throughout Berkeley
County. The work consisted of full depth patching, milling,
resurfacing, asphalt reclamation, and drainage design.
1997 - 2007 Roadway Resurfacing
Owner: Richland County, South Carolina
Construction Cost: Over $10 Million
Richland County, South Carolina
Scope of Services: • Pavement Evaluation
• Plans and Quantities
• Specifications
• Bidding
• Construction Administration /Inspection
Project Description The project consisted of resurfacing varic
throughout the County. The work consisted of full depth patchinc
resurfacing, pavement reclamation, rubberized asphalt design, p
markings, and drainage improvements.
Palmetto Parkway - Phase I
Owner: Charleston County
Construction Cost: $2 Million
Scope of Services: • Conceptual Design
• Preliminary Roadway Plans
• Right -of -Way Plans
• Final Construction Plans
• Wetland Delineation /Permitting
• Construction Administration
Project Description The construction of the Palmetto Parkway -
Phase I project was completed in October 1999. The two -mile
roadway serves a number of new businesses in the Industrial Park. The project was designed as a four -lane
divided facility. Except for the first 500 feet, the present roadway is limited to a two -lane paved section that could be
widened in the future.
Proposal Pale 6
Charleston, South Carolina
Construction Cost: $3.6 Million
Scope of Services: • Asphalt Inspection
• Concrete Inspection
• Construction Administration
• Traffic Control Inspection
• Pavement Evaluation
Project Description: This contract included 68 county roads varying
from neighborhood streets to rural secondary roads. The scope of
work includes full depth patching, single treatment, variable milling,
asphalt overlay, construction of ADA handicap ramps and pavement
markings.
Charleston County 2007 Resurfacing Charleston, South Carolina
Owner: Charleston County FB — efo — reANNNP71 .
Construction Cost: $2.8 Million
Scope of Services:
• Asphalt Inspection
• Concrete Inspection
• Construction Administration
• Traffic Control Inspection
• Pavement Evaluation
• Traffic Signal Inspection
Project Description: This contract included 5 South Carolina state urban
routes with a total length of 9.3 miles. This contract had night time work restrictions
due to heavy urban and business traffic routes. Due to the nature of the project, Aftei
daily coordination with local municipalities, utilities and SCDOT was imperative
to provide safe condition to traveling public. The scope of work included full depth patching, variable milling,
asphalt overlay, construction of ADA handicap ramps, pavement markings, and installation of traffic signal loops.
Charleston County Local Paving Projects
Owner: Charleston County
Construction Cost: $1.9 Million
Scope of Services:
• Asphalt Inspection
• Concrete Inspection
• Soil /GABC Inspection
• Construction Administration
• Traffic Control Inspection
• Pavement Evaluation
Project Description: This project consisted of 19 unpaved roads varying in length from 500 feet to 1 mile. The
scope of work included improvements to existing road bed, placement of aggregate base course, asphalt paving,
re- establishing of drainage ditches, installation of drainage pipe, permanent signage, and pavement markings.
Charleston, South Carolina
Charleston County 2006 Resurfacing C.hdrleSton, South Carolina
Owner: Charleston County I Before
Owner: South Carolina Department of Transportation
Construction Cost: $7.2 Million
Scope of Services: - Construction Engineering and Inspection
Project Description: Roadwork that consisted of widening for safety,
drainage, landscape and mass transit improvements. The work included
storm drainage, Asphaltic Concrete pavement, signalization, pavement
marking, retaining walls, concrete curb and sidewalk, utility relocation, street
lighting and community relations.
WORK ZONE SAFETY
The need to improve road and bridge infrastructure often brings the danger associated with
maintaining vehicular traffic and pedestrians in close proximity to the construction and the various
personnel within the work zone. Many of our field personnel have experience in urban, night
work and high traffic frequency rehabilitation, and they understand the importance of safety. Befoi
any of our personnel are placed on a project, they are trained in work zone traffic safety and constru
site safety.
PROTECTION OF THE ENVIRONMENT
Protecting the environment is of utmost concern and the LPA Team will review and understand the erosion control
plan for the project; monitor the placement of sedimentation control devices and their periodic maintenance, especially
after a storm event; actively monitor the turbidity of streams crossing the project; and ensure a speedy and proper
placement of temporary and final seeding of slopes.
VERIFICATION SURVEY
The verification survey can be provided to ensure quality assurance of the contractor's layout of
critical project elements. The frequency and scope will be based on Project or Client requirements
with additional verification surveys as necessary to assure a quality product. The standard
verification directions take place on various bridge and roadway elements including footings,
columns, caps, piles, drilled shafts, beam seats, armor plates, bents, curb & gutter, drainage,
sub grade, sub base, asphalt surface course, and retaining walls. These elements will be verified
to the satisfaction of the Engineer and County with coordination with contractor's forces to prevent
unnecessary delays.
PUBLIC RELATIONS 5 INFORMATIONAL MEETINGS
The LPA Team also has capabilities to provide public involvement and public
information dissemination if the Owners have a need. The LPA Team Public
Information Coordinator (PIC) can act as a point of contact for information
relating to the project(s) to assist affected stakeholders, citizens, the news
media, other governmental agencies and municipalities, local businesses
and neighborhood groups. The PIC duties can include writing and distribution
of all project related news releases, monthly status reports, maintain the
project website, develop and facilitate project related presentations and
design and distribute publications of project materials.
improvements to Two Notch Road, Richland Countv, South ;
PROXIMITY TO AREA
THE LPA GROUP INCORPORATED - Kennesaw
One TownPark Commons, Suns 450
125 Town Park Drive
Kennesaw, GA 30144 A00-
THE LPA GROUP INCORPORATED - Norcross )
3595 Engineering Dr. I
Norcross, GA 30092
i
a ooA" °'
is
THE LPA GROUP INCORPORATED - Headquarters
700 Huger Street
Columbia, SC 29201
THE LPA GROUP INCORPORATED - North Augusta
1982 Ascauga Lake Road
North Augusta, SC 29841
REFERENCES
Mr. Willis M Boshears, Jr.
Daniel Field Airport
Highland Avenue
Augusta, Georgia 30904
706- 733 -1647
Mr. David Jackson, P.E.
18890 County Services Parkway
Cobb County DOT
Marietta, Georgia 30008
770-628-1656
Mr. David Cable
Richland County Public Works
400 Powell
Columbia, South Carolina 29203
803 - 576 -2423
Abie Ladson, PE
Elham Farzam, P.E.
Harold Linnenkohl 1 1 Fred Barnes
Randy Carraway PE,
The LPA GrouD
Glenn Byrd
Warren Whitmire
Stan Rawl Tech 2 1 Strata )
Proposal I 'lqt• t I
1
1 ' 1
1
The LPA Team brings many years of experience with Project Management in the Construction Engineering and
' Inspection field. Our previous clients include DOT's, counties, airports as well as sales tax programs. The LPA
' Project Management Pool has the depth to provide the City of Augusta with the necessary experience for the
specific project task. Our project engineers and managers have many years experience in managing various types
of projects from dirt to pave, secondary and primary route widening, resurfacing to multi - million dollar design -build
projects. They are all well versed in directing day to day operations and providing technical as well as administrative
' leadership. They all have the expertise to manage CEI forces based on project needs and continually seek to
' reduce costs to the client. LPA has performed project management duties with a wide range of leadership approaches
from the Client.
The LPA Project Management Team will provide efficiency, technical expertise, construction knowledge and
' administrative support to oversee the daily inspection, documentation and testing responsibilities. Our staff has the
necessary working knowledge of DOT standard specifications, drawings, testing and sampling guidelines to ensure
all local, state and federal requirements are achieved. All our project engineers are SCDOT certified in all disciplines
with many holding professional engineer licenses in multiple states. In addition to our pool of project engineers,
' managers and technicians, a support staff of Principals, roadway, structural, and environmental engineers are available
to provide expertise to the City. The members of LPA executive staff are available to provide assurance that the City
receives the management support required and to address any personnel issues which may arise. The support
staff will also be available to aid in negotiations and provide assistance for issue resolution.
LPA will organize a team that will provide The City of Augusta with the most experienced certified personnel within
1 the ranks of LPA's employees. The organizational structure will be under the direction of Elham Farzam, P.E. who
1 will serve as Principal -In- Charge. Mr. Farzam is a partner and a 24 -year employee of LPA and as Senior Vice
President is responsible for the corporate CE &I services as well as the Highway Design business units in both the
Carolinas and Georgia. He has been with the Firm throughout the delivery of the Charleston Half Cent Sales Tax
Program and SCDOT's CRM projects, as well as, all other CEI projects that LPA engages throughout the country. Mr.
Farzam will ensure that the Team has the personnel and resources to effectively and efficiently complete the project
within schedule and budget requirements.
The LPA Team will look to the leadership of Mr. Fred Barnes to act as the Construction Manager as it relates to the
CEI - related items of work. Fred brings over 21 years of construction experience to this program. Fred will ensure
that LPA's project management and inspectors are staffed at the right levels and will ensure corporate support for
our field personnel. Fred will also provide direction for our CEI - related sub - consultants including material testing,
inspection, and survey verification.
LPA has chosen highly qualified project staff to lead this project. They were chosen based on their experience in
multi - discipline projects and expertise to the types of work being constructed, locality to the project, supplemented
with the necessary subcontractors and staff for material testing and inspection.
Mr. RandA Carrawaq, P.E. - Proieet Engineer
Randy brings over 10 years of structural design experience and 8 years of construction engineering experience
with expertise in urban /rural construction projects with emphasis in bridges, concrete, asphalt, public involvement,
. utility relocation, right -of -way issues and difficult traffic control operations. Randy's most recent assignment is Area
CEI Manager on the 1 -520 or Palmetto Parkway project for the SCDOT in North Augusta with a value exceeding $150
million. Randy's experience is based on various heavy highway projects throughout the region providing management
as well as project inspection duties.
CPT34
Glenn brings over 23 years of construction inspection experience with expertise in urban and rural construction
projects with emphasis in concrete, asphalt, foundations, public involvement, signalization, utility relocation, right -of-
way issues and difficult traffic control operations. Glenn provided management oversight on Two Notch Road in
Columbia, SC for the SCDOT which required much public involvement and utility coordination. Glenn's expertise in
asphalt, soil, and concrete provide versality for oversight of various type projects. His experience includes various
heavy highway projects, coastal foundation projects, asphalt resurfacing and drainage projects throughout the
region.
Mr. Warren Whittnire - Proiect Manager
Warren brings over 18 years of construction management experience with expertise in asphalt roadway, concrete,
drainage and foundations on urban and rural projects. He has recently provided inspection management oversight
of SC 60 in Lexington, SC which included intersection improvements with signalization and pedestrian access
improvements. Warren's background includes various heavy highway project throughout the southeast with an
emphasis on roadway widening and drainage.
Mt HarofdLinnenkohf- QA
IQCAdvisor
Mr. Linnenkohl retired as the Commissioner of the Georgia Department of Transportation in November of 2007.
Mr. Linnenkohl also served as President of the American Association of State Highway and Transportation Officials
( AASHTO) and the Southeastern Association of State Highway and Transportation Officials (SASHTO) during the
year of 2006. He represented the state during the 50th anniversary of the Interstate system, hosting and participating
in events held across the nation during the 2006 year. While serving as President of SASHTO, he was instrumental
in establishing the emergency procedures that allowed the southern coastal states to work together during hurricanes
and other natural disasters that affected neighboring states.
LP�!'enientafInspection StafF
• John Osbourne - Construction Technician 3
• Roger Brantley - Construction Technician 3
• Will Spires - Construction Technician 3
• Tommy Turner - Construction Technician 1
• Trip Whiteside - Construction Technician 1
SUBCONSULTANTS
Strata EnOineering Services Provided: TestinO, & Inspection
A firm that has provided excellent service to the CSRA region including performing work on the Windsor Spring Rd
Project, Phase I, and various other projects in Richmond County and Columbia County. As a team member Strata
will also supplement LPA CEI Staff for inspection and testing services on this project. Strata forces will be managed
by Jamie Steele, Construction Services Manager.
Strata Engineering is one of few Women Owned SBE firms that maintain an AASHTO accredited materials laboratory
in the region.
Xls. Angela Medfock, P.E.
Angela Medlock, P.E. serves as President of Strata Engineering, LLC and Senior Engineer. She is directly responsible
for daily business operations and project management for a variety of construction materials testing, inspection, and
Mr. Glenn Btird - Proiect Manager
1
r
r
r
r
projects that are currently under contract.
Mr. Tames R. Steeee
Mr. Steele brings 14 years of construction engineering and management experience with universal experience in
inspection and material testing. Mr. Steele's experience stems from the construction of a variety of Heavy Highway
and Bridge Projects along with various Large FAA Projects throughout the Southeast. Jamie has recently served as
Construction Manager, Project Engineer, and as a Senior Inspector for a wide range of Projects for the South
Carolina Department of Transportation and Georgia Department of Transportation. Mr. Steele is certified by the
Georgia Department of Transportation as a Quality Control Technician for Concrete and also a Concrete Batch Plant
Inspector. Mr. Steele also has received certifications as a Senior Construction Inspector that include: Bridge
Foundations, DOT Asphalt Roadway, DOT Earthwork and Base, SCDOT Concrete, and Environmental Protection
along with Worksite Safety Training by AASHTO.
Mr. Stanfeu Raw(
Mr. Rawl brings 8 years of construction engineering and inspection experience with the vast majority of his experience
' coming from transportation projects. Mr. Rawl has received Department of Transportation Certifications in Concrete,
Asphalt Roadway, Earthwork and Base, Environmental Protection, and Bridge Foundations. Currently Mr. Rawl
serves as the Radiation Safety Officer for Strata Engineering and is responsible for maintaining all of Strata's Nuclear
r Safety tasks. Mr. Rawl maintains proficiency in all construction materials testing as does every Strata Engineering
Inspector and Manager.
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
H &C Survevine, inc. services Provided: Survey n
A surveying and mapping company founded in 2004 in Martinez, Georgia and registered in Georgia and South
Carolina. This company has performed various projects around the CSRA region including land development,
commercial and roadway projects. Projects in the Augusta Area include West Lake Country Club and Subdivision
and Georgia Railroad Bank Building projects. The company is owned by Randell E. Cook, RLS and Robert L.
Herrington, Jr., RLS of the CSRA region and combined offer over 75 years of survey and mapping experience in the
region.
engineering projects. Ms. Medlock is a Registered Professional Engineer in the State of Georgia and South
Carolina. In addition, Angela is also responsible for helping coordinate Strata's involvement on several SCDOT
F pfoposal ll,lgt• II-)
LLYAW
ELHAM FARZAM, P.E.
Assignment: Principal -In- Charge
QUALIFICATIONS.
M.S., Civil Engineering (Structures), 1984
North Carolina State University
B.S., Civil Engineering, 1981
North Carolina State University
REGISTRATION.
Professional Engineer (SC, NC, GA, VA, FL, TN, and MI)
PROFESSIONAL
1981 - 2009 (Career)
EXPERIENCE. •
1984 - 2009 (LPA)
Senior Vice President
THE LPA GROUP INCORPORATED
Mr. Farzam is instrumental in the management, preliminary and final design of the
following transportation projects. His relevant experience includes:
❑ Construction & Resource Management, SCDOT, Eastern South Carolina —
Mr. Farzam was very instrumental in the Pursuit, Start-up and Execution phases of
this Program involving program, design and construction management of forty (40)
major highway projects with estimated value of $760 Million. Since July 1999, Mr.
AREAS OF EXPERTISE. •
Farzam acted as the Chief Engineer for this Program, supervising the environmental,
permitting, design, right -of -way acquisition and construction support phase of this
• Project Management
Program.
• Design -Build
❑ 1 -385 Upgrading, Laurens and Greenville Counties, South Carolina — Program
• Bridge Design (Steel
Manager for the Bridge /Structure portion of this 30 -mile interstate rehabilitation project
and Concrete)
overseeing the work of four (4) design consultants. The project includes widening/
• Seismic Analysis
replacement of twenty-five (25) overpass and underpass structures. The work consists
• Specifications
of development of overall design criteria, coordination and review of all preliminary,
pre -final and final submittals of the bridge structures for alignment, clearances, span
• Cost Estimates
arrangements, construction staging /maintenance of traffic, and engineer's estimate.
• Constructability
The effort also includes review of erection and shop plans and design consultant's
Review
bridge rating calculations. The estimated construction cost of the entire project was
• Construction Claims/
$90 million (1991).
Dispute Resolution
❑ Florence- Conway Connector, South Carolina — Mr. Farzam directed the effort for
the conceptual design and cost estimates of the bridges /structures of the conceptual
design in support of the Environmental Impact Statement (EIS) document consisting
of eighteen (18) corridor alternatives ranging in length from 42 to 65 miles in length.
The effort included development of structural prototype for each type of structures
(flat slab, grade separation, and high -level structures), development of conceptual
plan and elevation drawings, cost estimates of all corridor alternatives and preparation
of a Technical Memorandum document addressing the Basis of Design and project
segmentation /phasing.
❑ 1 -85 Access Improvement, Greer, South Carolina — Principal -In- Charge for the
CE &I and design review for this $32 Million Design -Build project involving two major
interchange constructions near Greenville - Spartanburg International Airport and BMW
Manufacturing Plant. The project was completed ahead of schedule in 2006.
Page 16
PROFESSIONAL
EXPERIENCE
(Continued):
ELHAM FARZAM, P.E.
(Continued)
❑ US 1 -64 Widening & Pavement Reconstruction, Apex, North Carolina —
Principal -In- Charge for this heavily traveled (75,000 ADT) four -mile project, valued at
$58 million, consisting of the reconstruction and widening the existing four -lane
facility to eight lanes of concrete pavement with a collector distributor road system. In
addition, ramp work at the interchanges of Tryon Road, Cary Parkway and the
reconfiguration of the intersection at Buck Jones/Crossroads Boulevard/Walnut Street.
Approximately three miles of noise walls were constructed along US 1164 as well as
a gateway wall, planters and clock at Walnut Street in Cary. Other items included
signing, lighting, traffic signalization, erosion control, and extensive ITS work.
❑ Conway Bypass, Horry County, South Carolina — Project Manager for the design
and construction of over 24,000 feet of precast, prestressed bridge construction
using the "Top - Down" construction techniques, as well as a 1,400 feet of crossing of
Waccamaw River, with an estimated construction cost of $60 Million. LPA was the
design subcontractor to Fluor Daniel, Inc. The project was completed and opened
to traffic in May 2002.
❑ Isle of Palms Connector, Charleston, South Carolina — Project Manager for
design and construction of a 11,560" feet structure supported on 5 -foot diameter
drilled shaft substructure. The design of this project was accomplished within a
"fast- track" schedule due to the need of an alternate route to the mainland for
evacuation. Detailed seismic design and analysis including modeling of the soil -
structure interaction between the shaft and the surrounding soil were performed and
a new method of detailing the "first flush" using "runoffs pans" was implemented as a
stormwater management tool, which is the first of its kind.
❑ Rehabilitation of SC 170 Bridge over Broad River, Beaufort County, South
Carolina — Project Manager for inspection, rating, and rehabilitation of this 7,303 -
foot long bridge. The $4.5 million rehabilitation work included repair of bent caps,
overhead beam repairs, replacement of existing steel assembles with elastomeric
bearing pads, rehabilitation of prestressed concrete piles with stay -in -place fiberglass
jackets, replacement of existing fender system, resealing existing deckjoints, followed
by placement of asphaltic overlay and installation of lightweight steel three -beam
guardrails.
❑ 1- 32611 -26 Interchange, Columbia, South Carolina — Project Manager for the
preparation of plans and ratings of two horizontally curved steel girder overpasses,
known as Line 17R and Line 19 overpasses. Line 17R overpass over 1 -26 E.B.L. with
822 feet of total length on 6 ° -00' curve using 4 -span continuous arrangement of 94'-
155' -101' and 3 -span continuous arrangement of 108'- 112' -97'. Line 19 overpass
over 1 -26 W.B.L. with 405 feet of total length on 3° -75' curve using 4 -span continuous
arrangement of 69 108'132'96'. Both bridges utilized hammerhead type piers.
❑ US 251123 Bypass Interchange and Bridge, Greenville, South Carolina —
Project Manager for the widening of US 25 Bypass, redesigning the interchange and
replacing the existing US 123 bridge. US 25 will be widened from the four existing
lanes to seven lanes with sidewalks. Design elements include surveys utilizing aerial
mapping and conventional field survey techniques; preparation of environmental
documents; participation in public hearings; hydrographic studies; geotechnical
investigations; right -of -way plans preparation; geometrical design; and bridge design.
Page 17
r
r
r
1
1
/
/
e
1
FRED BARNES
Assignment: Construction Manager
QUALIFICATIONS.
B.S. Business Administration
Southern Wesleyan University
A.A., Graphic Communication
Chowan College
CERTIFICATIONS &
Asphalt Roadway Inspection Course
TRAINING:
Troxler Nuclear Gauge Safety Training Course
SCDOT Bridge Foundations
SCDOT Concrete Inspection Level 1
SCDOT Earthwork, Base Course and Nuclear Gauge
SCDOT AASHTO Site Manager Construction Management Software
SCDOT QC /QA Portland Cement Concrete
SCDOT EEO /OJT Training Seminar
SCDOT Pipe Alternate Specification (SC -M -714) Technical Session
ITRE Work Zone Traffic Control Supervisor's Course
Portland Cement Concrete - National Highway Institute
Erosion and Sediment Control /Clearwater Contractor Seminar
ACI Concrete Field Testing Technician - Grade I
Portland Cement Concrete Seminar
Certified Erosion Protection and Sediment Control Inspector Course
Hazmat Training and Testing on Transportation of Portable Moisture/Density Gauges
Principles of Supervision; Employer Association
Asphalt Superintendent Training; NAPA
CPR and First Aid, National Safety Council
PROFESSIONAL
1985 - 2009 (Career)
EXPERIENCE. •
1999 - 2009 (LPA)
Area Operations Manager
THE LPA GROUP INCORPORATED
Mr. Barnes' experience includes planning, design, inspection, construction
management, and project management for many road and bridge projects. Recent
roadway and bridge experience includes the following projects.
❑ US 1 (Two Notch Road), SC File No.: 40.623A, Contract amount: $6.7 Million - An
asymmetrical widening of an existing 4 -lane roadway to provide consistent lane
AREAS OF EXPERTISE.-
width while improving drainage and pedestrian access. Work consists of: asphalt full
depth widening, asphalt overlay, concrete curb and gutter, driveways, and sidewalks,
• Construction
Handicap ramps, RC pipe, utility joint duct bank, street lighting, and traffic signal
Management
upgrades. Some duties include coordinating pre - construction activities, such as
• Schedule
utility relocation, right -of -way issues, and constructability reviews. The project was a
Coordination
joint effort with SCDOT and City of Columbia with THE LPA GROUP coordinating
• Cost Tracking
project task with contractors from both agencies. The coordination effort included:
• Quality Control
local advisory board of businesses and property owners, utility companies, and
government officials.
• Inspections
❑ Charleston County Sales Tax RoadWise Program - Program Construction Manager.
Responsibilities are to manage CEI operations of Roadwise projects by managing
fiscal and technical responsibilities for CEI duties and project construction allocations.
Page 18
1
1
1
/
/
/
1
1
/
/
/
1
FRED BARNES
(Continued)
PROFESSIONAL
Other duties include: staffing projects, which comprises of outsource tasks,
EXPERIENCE
coordinating utility relocation, problem solving, facilitating meetings between client
(Continued):
and contractor, conducting project and program meetings (i.e. safety meeting, staffing
meeting, etc); approving submittals, shop drawings, etc. or direct as per project
specifications; serving as primary contact for construction operations between client
and contractor; providing information to client as necessary, and carrying out directives
of the Program Director, or client; providing guidance to Project Engineers or project
staff in project matters (estimate, Supplemental Agreements, etc); and to oversee all
operations necessary to provide success to Sales Tax Program.
❑ Construction and Resource Manager, South Carolina Department of Transportation
— Area Operations Manager. Responsibilities are to manage operations of CRM
projects by staffing projects with appropriate staff including outsource tasks,
coordinating utility relocation, problem solving, facilitating meeting between CRM
and contractor, conducting CRM meetings (i.e. safety meeting, staffing meeting,
etc); approving submittals, shop drawings, etc. or direct as per DOT specifications;
serving as primary contact for construction operations between CRM and SCDOT,
providing information to Area Engineer as necessary, and carrying out directives of
the Area Engineer, CRM, or SCDOT; providing guidance to Project Engineers or
project staff in project matters (estimate, Supplemental Agreements, etc); and to
oversee all operations necessary to provide success to CRM.
❑ US 378, SC File Nos.: 14.678 & 21.187A, Contract amount: $16.1 Million — Project
consists of 7 miles of widening over Douglas Swamp, and box culvert extensions.
This project includes 94,000 CY of unclassified excavation, 400,000 CY of borrow
excavation, 166,000 SY of cement stabilized aggregate base course, 71,000 tons of
asphalt paving, 24,000 If of curb and gutter, and relocation of 27,000 If of water and
sewer lines. It is being constructed under multiple lane switches and daily lane
closures. Coordination by LPA personnel with utility owners, adjacent property owners,
and contractors.
❑ SC 441 (Loring Mill Road), SC File No.: 43.13213, Contract amount: $4.077 Million —
Widening of existing 2 miles of 2 -lane roadway to a typical 3 -lane section and
constructing a 5- barrel culvert in wetland. The inspection work consists of: grading,
drainage consisting of HDPE pipe and RC pipe, concrete curb and gutter and
sidewalk, full depth asphalt, and five barrel pre -cast culvert. The project consists of
24,000 CY of unclassified excavation, 27,000 CY of borrow excavation, 53,000 SY of
macadam base course, 16,000 tons of asphalt, 15,000 If of drainage pipe, 20,000 If
of curb and gutter, 17,000 SY of sidewalk and 5- barrel pre -cast culvert with CIP wing
walls.
CONTINUING
Total Quality Initiative, JA Jones
EDUCATION:
MicroStation /J Fundamentals Operator Training
Value Engineering Seminar, Professional Development, CRM East, Columbia, South
Carolina
Continuing Education — Midlands Technical College, Columbia, South Carolina
Page 19
!
!
1
1
/
/
ILrA
HAROLD E. LINNENKOHL
Assignment: QA/QC Advisor
QUALIFICATIONS:
ASCET, Southern Technical Institute, 1968
Marietta, Georgia
PROFESSIONAL
1969 - 2009 (Career)
EXPERIENCE. •
January 2008 - Present (LPA)
Vice President
THE LPA GROUP INCORPORATED
Mr. Linnenkohl is a government professional with over 40 years of experience in all
levels of transportation. He effectively and efficiently operated a 5,750 person
governmental agency, leading employees to provide the highest standard of service to
the citizens of Georgia so that multi -modal transportation needs were met. History of
strong rapport and credibility has been established at multiple levels including federal,
state, and local officials.
❑ January 2008 to Present — THE LPA GROUP INCORPORATED.
• Work with state DOT's and local governments on business development opportunities.
Communicate the expertise of THE LPA GROUP in meeting the needs of clients. Assist
state DOT's and local governments in construction and innovative financing techniques
to serve their needs and work within defined budgets.
AREAS OF EXPERTISE:
• Attend local and national conferences to stay abreast of new industry standards for
• Management
construction and funding practices.
• Liaison
• North Fulton Community Improvement District, Alpharetta, Georgia. Served as Principal-
in- Charge for professional consulting services that include concept, preliminary plans,
• Leadership
right -of -way plans and final construction plans for roadway widening and intersection
improvements on Mansell Road.
• Jeff Davis County, Georgia. Served as Principal -in- Charge for professional consulting
services that include engineering consultation in construction and financing, roadway
inspection, cost estimating and contract preparation for patching and resurfacing of local
county roads in preparation for State DOT Grants.
• Newton County, Georgia. Served as Principal -in- Charge for professional consulting
services that include engineering consultation in construction and innovative financing
for various transportation projects in Newton County that utilize state and federal funds.
• Newton County, Georgia. Served as Principal -in- Charge for professional consulting
services that include construction consultation, cost estimating, and contract preparation
for road and intersection rehabilitation of state and local county roads in preparation for
State DOT Grants.
• City of Valdosta, Georgia. OfficeNn- Charge for professional consulting services that include
program management activities for design and traffic engineering of road and intersection
improvements, sidewalks and structure improvements, and construction management
for projects within the SPLOST program for the City.
❑ 2003 to 2007 — Georgia Department of Transportation, Commissioner.
- Provided principle- centered leadership to effectively operate the Georgia Department of
Transportation. Strived to fully utilize the talents of all employees and all other
resources available to the Department. He had the authority and the responsibility
to staff and operate the Department effectively and efficiently.
Page 20
1
1
1
1
1
1
1
/
1
/
PROFESSIONAL
EXPERIENCE
(Continued):
HAROLD E. LINNENKOHL
(Continued)
Directly supervised the preparation of the annual budget of $2.2 billion.
Effectively communicated Department values, programs, and ideas to groups in the
public and private sector.
❑ 2000 to 2003 — Georgia Department of Transportation, Deputy Commissioner.
• Assisted the Commissioner in the daily administration of the Department, handling all
personnel matters for mid -level managers and above in the Department, and
recommending to the Commissioner all advancement of employees for Office Heads
and Division Directors.
• Served as Chief Legislative Liaison and contact with the General Assembly, guiding the
Department's legislative activities.
• Served as Chief Liaison for the Department to the Association of County Commissioners
of Georgia and the Georgia Municipal Association, working closely with their
transportation, economic development, and public works committees.
• Made and prepared presentations for others regarding the budget and other related
matters.
• Assisted the Commissioner with State Aid matters when local government transportation
issues were brought to the Department for financial aid, consisting of construction needs
and practices, financial background, and historical project data.
❑ 1995 to 2000 — Georgia Department of Transportation, Executive Assistant to the
Commissioner.
• Aided the Commissioner of the Department of Transportation in administrative activities
of the Commissioner's Office.
• Administered the Office of StateAid, directing all activities of the County and City Contract
Program as well as the Local Assistance Resurfacing Program (LARP).
• Worked with the Association of County Commissioners of Georgia and the Georgia
Municipal Association on issues of concern, and gave presentations to Association
members.
❑ 1993 to 1995 —Georgia Department of Transportation, State Aid Administrator.
Supervised all activities of the County and City Contract and LARP Contract Programs.
Administered the authorization of 650 county and city contracts and 450 LARP contracts
annually.
Worked with local government officials on the development of local transportation needs.
❑ 1985 to 1993 —Georgia Department of Transportation, State Aid Engineer.
• Supervised field activities of county and city contract development.
• Met and discussed local transportation needs with local government officials.
❑ 1969 to 1985 — Georgia Department of Transportation, Bituminous Construction Engineer.
• Supervised the fabrication, testing, construction, and placement of asphalt pavements
throughout the State.
Page 21
r
1
1
1
1
1
/
/
/
/
1
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
r
ILrA
J. RANDY CARRAWAY, P.E.
Assignment: Project Engineer
QUALIFICATIONS.
B.S., Civil Engineering (Construction Emphasis), 1989
North Carolina State University
REGISTRATION.
Professional Engineer (FL, NC, SC)
CERTIFICATIONS.
Asphalt Roadway Inspection Course - Clemson University, SC
Nuclear Gauge Safety Training Course - Troxier Laboratories, Raleigh, NC
Bridge Foundations - SCDOT
Concrete Inspection Level 1 - SCDOT
Earthwork, Base Course and Nuclear Gauge - SCDOT
AASHTO Site Manager Construction Management Software - SCDOT
SC Work Zone Traffic Control Supervisor's Course - Institute for Transportation
Research, Columbia, SC
PROFESSIONAL
1990 - 2009 (Career)
EXPERIENCE.
1998 - 2009 (LPA)
Project Engineer
THE LPA GROUP INCORPORATED
❑ Palmetto Parkway - Phase II, North Augusta, SC - The second phase of this
$153 Million D -B Project consists of the completion of 1 -520 from US Route 1 to 1 -20
along this new location for approximately 6.5 miles. Due to its functional class and its
connection to 1 -20, a multidirectional interchange will link the two interstate facilities.
The Project is a controlled access four -lane divided interstate facility including three
interchanges and 16 bridges. This Project also includes roadway improvements to
the ramps at the US Route 25/1 -20 interchanges, SC Route 126 (Clearwater Road),
Road S -33 (Ascauga Lake Road), and various secondary and local roads to
accommodate the 1 -520 alignment. A connector road will be constructed from US
Route 25 to 1 -520 to link the two facilities. This project shall be completed within 36
AREAS OF EXPERTISE:
months. Responsibilities reflect all aspects of project management to include:
• Construction
• Management of all contract documentation and filing to include daily work reports,
Management /
bridge foundation reports, correspondence with all involved participants, tracking
Inspection
of project materials, testing and inspection reports, traffic and erosion control,
• Bridge Design
federal DBE, OJT, and EEO documentation, and utility agreements.
• Bridge Ratings
- Scheduling and management of a sixteen person staff, and coordination with
subconsultants for project coverage and inspection.
• Seismic Analysis
• Facilitation of weekly construction meetings for job progress, scheduling, contract
• Cost Estimating
compliance, and problem solving.
- Coordination with the Contractor and Engineers of Record for plan discrepancies
and changes in site conditions from original design.
• Monthly preparation of work to date estimates for contractor payment.
❑ 1 -85 Access Improvements, Greer, SC - This $36 Million D/B Project consisted of
two interchanges: one is a re- design for the Greenville - Spartanburg Airport; the other
is a new design for Brockman- McClimon Road that will serve the BMW Manufacturing
Plant and local area residents. The total size of the project involves over 12 miles of
roadway and 6 bridges - 2 replacements and 4 new alignments. Responsibilities
reflect all aspects of project management to include:
• Management of all contract documentation and filing - this includes daily work
reports and contractor pay estimates, correspondence with all involved participants,
IL
PROFESSIONAL
EXPERIENCE
(Continued):
J. RANDY CARRAWAY, P.E.
(Continued)
testing and inspection reports, traffic and erosion control, federal DBE and EEO
documentation, and utility agreements.
• Scheduling and management of a seven person staff, and coordination with
subconsultants for project coverage and inspection.
• Facilitation of weekly construction meetings for job progress, scheduling, contract
compliance, and problem solving.
• Training of staff for bridge construction practices and procedures; and review and
preparation of documentation for bridge foundations.
• Coordination with the Contractor and Engineers of Record for plan discrepancies
and changes in site conditions from original design.
• Monthly preparation of work to date estimates for contractor payment.
❑ Loring Mill Road, Sumter, SC - Project is a rural two mile, two lane road that is
being upgraded to three lanes with curb and gutter, sidewalks and drainage.
Responsibilities reflect all aspects of project management to include:
• Constructability reviews of the roadway plans.
• Daily documentation of work progress and site inspection for plan compliance.
• Coordination with utility companies for the identification of conflicts, agreement of
resolution, and implementation of their utility relocations.
• Verification of erosion control requirements and documentation for environmental
protection.
• Weekly and annual interviews for compliance with federal regulations.
• Coordination with the Engineer of Record for plan discrepancies and changes in
site conditions from original design.
• Review and completion of all documentation required.
• Monthly preparation of work to date estimates for contractor payment.
• Coordination and direction of bi- weekly utility /progress meetings with the
contractor, utility personnel, and other involved parties.
❑ SC 35, 12th Street Extension — Consists of constructing a bridge approximately
4000 If connecting Interstate 77 with Frink Street Cayce, South Carolina. The bridge
consists of four spans of steel girders, nine spans of pre - stressed concrete girders,
and 84 spans of cast in place slabs. Responsibilities include all aspects of project
management to include:
• Design reviews of the roadway and bridge plans.
• Daily documentation of work progress and site inspection for plan compliance.
• Coordination with 7 utility companies and railroad personnel for the identification
of conflicts, agreement of resolution, and implementation of their utility relocations.
• Verification of erosion control requirements and documentation for environmental
protection.
• Weekly and annual interviews for compliance of federal regulations.
• Coordination with the Engineer of Record for plan discrepancies and changes in
site conditions from original design.
• Review and completion of all documentation required.
• Monthly preparation of work to date estimates for contractor payment.
• Coordination and direction of bi- weekly utility /progress meetings with the
contractor, utility personnel, and other involved parties.
GLENN E. BYRD
Assignment: Project Manager
Page 24
CERTIFICATIONS:
SCDOT Bridge Foundations
SCDOT Portland Cement Plant Inspector
SCDOT Earthwork, Base, and Drainage Course
SCDOT QC /QA Portland Cement Concrete
SCDOT Certified Erosion Protection and Sediment Control Inspector Course
SCDOT Asphalt Roadway Inspection Course
Troxler Nuclear Gauge Safety Training Course
ITRE SC Work Zone Traffic Control Supervisor's Course
ACI Concrete Field Testing Technician - Grade 1
Erosion and Sediment Control /Clearwater Contractor
Portland Cement Concrete Seminar
Hazmat Transportation Safety for Nuclear Gauges
NCDOT Introduction to Asphalt Pavements
Adult CPR, Disease Transmission Prevention, and First Aid - American Red Cross
PROFESSIONAL
1988 - 2009 (Career)
1
EXPERIENCE.
2000 - 2009 (LPA)
Senior Inspector
THE LPA GROUP INCORPORATED
❑ 2007 Resurfacing Projects - Dorchester Road and Meeting Street, Charleston, South
Carolina.
'
• Monitored installation of new ADA approved handicap ramps.
- Conducted all necessary aspects of concrete testing.
• Monitored all asphalt milling and paving operations for resurfacing of roadway
from 1 -526 to Rivers Avenue.
❑ Charleston County Roadwise, Charleston, South Carolina - Senior Inspector -
Conducted inspection aspects related to all construction of several roadway projects
throughout all counties of Charleston, South Carolina.
AREAS OF EXPERTISE:
❑ 2006 Quick Start Projects
• Overseeing Paving
• Creekwood Road, Edisto Beach, South Carolina; West Broad Street and Kirk
Operations
Avenue in Ladson, South Carolina.
'
• Overseeing
- Monitored all grading operations from subgrade through stone base installation.
Concrete Testing
• Monitored installation of reinforced concrete pipe for drainage.
• Overseeing
• Asphalt: paving operations, conducting all necessary testing, recording all asphalt
Soil Monitoring
spread rates, track rates, and troubleshooting.
• Steel Inspection
❑ SC Route 6 (Lake Murray Boulevard), SC File No. 32.148B, Lexington County, South
Carolina - Senior Inspector - Widening from SCE &G Boat Ramp across Lake Murray
Dam to Hwy 378 from existing two lanes to a new five -lane curb and gutter section
with a five -foot sidewalk and bike lane. This work will include constructing new
'
drainage, curb and gutter, sidewalks, intersection improvements, and three culvert
extensions. The new roadway will be constructed along the existing alignment of SC
6 with new alignments at various intersecting roadways; including Corley Mill Road,
Andrew Corley Road, and Pilgrim Church Road. In the absence of an onsite Project
Engineer, he has taken on the responsibilities of Resident Project Representative.
Page 24
r
r
r
r
r
r
r
r
r
r
r
r
r
r
1
I
r
r
r
r
r
r
r
r
r
r
r
r
r
r
IL
FAk
PROFESSIONAL
EXPERIENCE
(Continued):
GLENN E. BYRD
(Continued)
Along with the many responsibilities of a Resident Project Representative, other
duties include:
• Monitoring clearing and grubbing operations, muck excavations, backfilling and
compaction of borrow materials, performing compaction testing of soils, and
collecting samples as necessary for laboratory testing.
• Coordinating with utility companies and city personnel to identify conflicts, agree
on resolution, and implementation of their relocations in the joint utility duct bank.
• Recording and approving daily generation of work reports, pay items, and work
schedules.
• Training new personnel and summer interns in all aspects of this project's
construction.
• Verifying erosion control requirements and documentation for environmental
protection.
• Inspecting all aspects of traffic control requirements and documentation.
• Monitoring adherence of daily traffic control.
• Record keeping and documentation of daily work activities.
• Approving daily generation of work reports, pay items, and work schedules.
• Calculation and verification of pay quantities.
• Preparation of monthly estimates.
• Involvement in weekly Progress/Utility Meetings with Contractor, utility personnel,
and other involved parties.
• Overseeing all phases of storm drainage installation.
❑ SC Route 302 — Consists of widening 4.2 miles of two -lane roadway to a five -lane
typical with a flat slab bridge. Duties consisted of overseeing all aspects of roadway
construction, including:
• Asphalt: paving operations, conducting all necessary testing, recording all asphalt
spread rates, tack rates, and troubleshooting.
• Soils: monitoring clearing and grubbing operations, muck excavations, backfilling
and compaction of borrow materials, monitoring compaction testing of soils, and
collecting samples as necessary for lab testing.
• Concrete: overseeing concrete pours, test concrete for air entrainment, slump,
temperature, and cast compressive strength test cylinders.
• Storm drainage: recording daily quantities of installed pipe, verify correct elevations
of pipe are achieved, and overseeing the construction of catch basins.
• Bridge: observing deck construction, inspections of all formwork, steel, concrete,
and piling.
• Culvert: overseeing all aspects in the extension of triple barrel culvert.
• Daily generation of work reports, pay items, daily work schedules.
• Conduct weekly and annual interviews for compliance of federal regulations.
• Verification of erosion control requirements and documentation for environmental
protection.
• Training new personnel and summer interns in all aspects of this project's
construction.
• Daily inspections of all aspects of traffic control requirements and documentation
for the safety of all contractors, sub - contractors, and traveling public.
Page 25
1
1
IL
�FA_
WARREN G. WHITMIRE, JR.
Assignment: Project Manager
QUALIFICATIONS.
B.A., 1979
Columbia Bible College
CERTIFICATIONS.
NICET Highway Construction, Level IV
SCDOT Asphalt Plant Inspector
SCDOT Asphalt Roadway Inspector
SCDOT Concrete Inspector
SCDOT Bridge Foundation Inspector
SCDOT Earthwork, Base and Drainage Inspector
SCDOT Nuclear Gauge Operator
Troxler Nuclear Gauge Safety Training
ITRE Work Zone Traffic Control Supervisor Training
SC Clear Water Contractor Erosion and Sediment Control Training
PROFESSIONAL
1984 - 2009 (Career)
EXPERIENCE. •
2005 - 2009 (LPA)
Senior Inspector
THE LPA GROUP INCORPORATED
Construction inspection experience prior to LPA include:
❑ Bobby Jones Expressway Design -Build Project in Augusta, Georgia / Aiken, South
Carolina — Senior Roadway Inspector — Responsibilities included materials testing,
sampling, certifications, and transportation to the SCDOT laboratory in Columbia,
South Carolina. He supervised the roadway inspection staff and coordinated testing
frequencies and other project issues between the contractors and SCDOT.
❑ On -Call CEI Services for SCDOT District 1 — Senior Inspector — Worked on SC 277
AREAS OF EXPERTISE.
Pedestrian Bridge and completing Clemson Road improvements. He performed
• Construction
materials sampling, asphalt and concrete testing, and verification of material
Inspection
certification.
❑ Carolina Bays Parkway, Horry County — Senior Roadway Inspector — Duties included
• Materials Testing
materials sampling, asphalt and concrete testing, and verification of material
• Asphalt Paving
certification.
• Erosion Control
❑ Southern Connector Toll Road, Greenville, South Carolina — Project consisted of 17-
miles of a 4 -lane, divided expressway on new location with 44 new bridges. Daily
responsibilities included density testing with nuclear density gauge, materials
sampling and testing per SCDOT frequencies, erosion control monitoring, inspection
of installation of RCP and other drainage structures, and placement of roadway
subgrades, subgrade treatments, asphalt bases, and asphalt surface courses. He
daily documented via diary entries and reports all field inspection activities in his
area.
Project Experience prior to LPA includes:
❑ Beattie Place Roadway Improvements
❑ Columbia Airport Office Park, South Carolina — Roadway and Utility Construction
❑ City of Charlotte, North Carolina —1991 Annexation Water & Sewer Line Extensions
❑ 54" Forest Lake Interceptor — 2.15 mile Gravity Sewer Line
❑ Plantation Pointe Subdivision with 10 miles of 10" Sewer Line
Page 26