Loading...
HomeMy WebLinkAboutW R TOOLE MARKS CHURCH ROAD RECONSTRUCTION OONSULTANT SBRVlOBS ~ AG MARKS OHUROH ROAD REOONSTRUOTION PROJEOT NO: XX-XXX-XX Abie L. Ladson, P.E., CPESC. Director Ea"aeeria. DepartBleat CONSULTANT SERVICES AGREEMENT MARKS CHURCH ROAD RECONSTRUCTION PROJECT NUMBER: XXX-XX-XXXXXX TABLE OF CONTENTS SECTION · REQUEST FOR PROPOSAL . ADDENDUM(S) . AGREEMENT ~ Design Criteria ~ Amount Of Contract ~ Signature Page · SCOPE OF SERVICES ~ Project Schedule ~ Fee Structure/Man-hour Estimate · CONTRACTOR'S DOCUMENTS ~ Certification Statement Local Vendor Preference ~ Conflict of Interest Statement ~ Statement of Non - Discrimination ~ Exception Sheet/RFP Form ~ Contractor /Subcontractor Affidavits & Agreements ~ Non-Collusion Affidavit of Bidder/Offerer ~ Non Collusion Affidavit of Subcontractors ~ Good Faith Efforts(Subcontractor & Supplier Contact Form) ~ LSB Subcontractor/Supplier Utilization Plan ~ Certificates PAGE pI - P4 Pl-P3 1- 4 2 3 4 1- 9 10 1- 24 1- 26 p.2 · GENERAL CONDITIONS GCl -10 ~ Accuracy of Work ~ Assignability ~ Audits & Inspectors ~ Compensation ~ Confidentiality ~ Construction Manager ~ Consultant Coordination ~ Contract Disputes ~ Contract Termination ~ Coordination with the National Geodetic Survey ~ Coordination with Utilities ~ Covenant against Contingent Fees ~ Delivery Notices ~ Drug Free Workplace ~ Employment of County Personnel ~ Insurance ~ Personnel ~ Responsibility for Claims and Liability ~ Review of Work ~ Right to Enter ~ Subcontracting ~ Supervision and Control · APPENDIXES ~ Appendix A - Standard Specifications ~ Appendix B - Survey Specifications AI -A3 Bl - B8 · ATTACHMENT A ~ Firm's Introduction/Prequalification Summary /Experience 1-5 ~ Sub-Consultant Capabilities Summary 6-7 ~ Firm's Client References 8 ~ Firms Personnel 9-27 · Key Personnel Organizational Chart 9 · Resumes 10-27 Augusta, GA Engineering Department REQUEST FOR PROPOSAL MARKS CHURCH ROAD RECONSTRUCTION PROJECT NUMBER: XXX-XX-XXXXXXX Request for Proposals Request for Proposals will be received at this office until Friday, April 24, 2009 at 11 :00 A.M. Design Services for Marks Church Road Reconstruction for Engineering Department RFPs will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: RFP Item 09-101 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. Documents may be examined during regular business hours at the offices of Augusta. GA Procurement Department. All questions must be submitted in writing to the office of the Procurement Department by Tuesday, April 14, 2009 @ 3:00 p.m. by fax at 706-821-2811 or by mail. No RFP will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, this cerlificate 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. Bidders \,^Jill please note that the number of copies requested; all supporting documents including financial statements and references and such other attachments that may be required by the bid invitation are material conditions of the proposal. Any package found incomplete or submitted late shall be rejected by the Procurement Office. Any bidder allegedly contending that he/she has been improperly disqualified from bidding due to an incomplete proposal submission shall have the right to appeal to the appropriate committee of the Augusta commission. 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 Publish: Augusta Chronicle Metro Courier cc: T ameka Allen Abie Ladson Hameed Malik March 19,26,2009 and April 2,9,2009 March 25, 2009 Interim Deputy Administrator Engineering Engineering RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs Page 1 of 4 RFP Item 09-101 Design Services for Marks Church Road Reconstruction Due Date: Friday, April 24, 2009 at 11 :00 A.M. I. PROBLEM STATEMENT: The Augusta-Richmond County Engineering Department is currently requesting design services for Marks Church Road from Wrightsboro Road to Wheeler Road. Marks Church Road is currently a two-lane roadway with road side ditches. The county is proposing to upgrade the existing roadway by constructing three to four traffic lanes, curb and gutter, an enclosed storm drainage system, sidewalks, and the Marks Church Road Bridge. Design work will consist of the design and preparation of preliminary and final construction plans in accordance with Augusta-Richmond County and Georgia Department of Transportation (GDOT) Plan Presentation Guide for addressing drainage roadway issues, sidewalks, curb and gutter, road widening, and street lighting along the corridor. II. SERVICES TO BE RENDERED: The Engineering Department expects the following services to be rendered, but not limited to the following. 1. Soil Explorations. 2. The ability to prepare permit application to the United States Army Corps of Engineer and/or required permits needed to construct the project. 3. Coordination with GDOT in reference to the new configuration of Marks Church Road and Wheeler Road (1-520/1-20 Interchange Construction Project). 4. All Engineering studies such as traffic analysis, drainage design, staging construction plans, etc. 5. Public Meetings. 6. Surveying and Mapping. 7. Preliminary Construction Plans. 8. Right-of-Way Plans 9. Final Construction Plans and Contract Documents. 10. Construction Observation III. EVALUATION CRITERIA: Marks Church Road Reconstruction CRITERIA POINTS 1 )Qualifications of Company 2)Qualifications of Key Professionals that will actually train and mentor the technical staff of the Engineering Department. 3)Work Plan and Overall Service Schedule. 20% 30% 25% 4 )References (include specific individuals with addresses and telephone numbers). 15% 5)proposed Fee (Include breakdown for each task). 10% RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs Page 2 of 4 Submit all required information for any subcontractor(s) that will be used to perform any part of the requested services. Contractor(s) will also be evaluated using the above listed criteria in that order of importance. IV. RESPONSES: The responses to this RFP shall be submitted in sealed envelopes no later than 11 :00 a.m. Friday, April 24. 2009, to: Ms. Geri A. Sams Procurement Director Augusta Richmond County 530 Greene Street, Rm 605 Augusta, GA 30901 You are required to submit one (1) original clipped and six (6) copies bound of your submittal. Clearly mark outside of outer envelope "RFP 09-101 Design Services for Marks Church Road Reconstruction". Please enclose Fee Structure in a separate sealed envelope labeled RFP 09-101. Augusta Richmond County assumes no responsibility for submittals received after the advertised deadline, or at locations other than as specified herein. 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 Tuesday, April 14, 2009 by 3:00 p.m. by fax at 706 821-2811 or by mail. V. FORM AND CONTENTS OF SUBMITTAL Submittal shall utilize letter-size (8 "Yz x 11 inches) or, zee 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 Letter: Include a (one page maximum) cover transmittal letter which clearly states the single contact (principal-in-charge) proposed for this project, the firm (or firms) mailing address(es), telephone and facsimile numbers. Specifically designate the applicant's representative who will serve as lead contact in all communications and who is authorized to negotiate on behalf of the firm or team. Scope of Services: Describe how services will be provided, including a detailed listing and description of tasks and deliverables. Experience and Capacity: Describe background and experience of the firm demonstrating ability to provide required services. References: List references from work performed on other relevant contracts. Personnel: Identity all key professionals to be directly involved in work with resumes and specific applicable experience including subcontractors, if applicable. RFP Submittal: Write the title of the RFP on front of the envelope. Total proposal shall not exceed forty pages. RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs Page 3 of 4 MARKS CHURCH ROAD RECONSTRUCTION PROJECT Page 4 of 4 Augusta,.GA Engineering Department ADDENDUM(S) MARKS CHURCH ROAD RECONSTRUCTION PROJECT NUMBER: XXX-XX-XXXXXXX / / .~"" 1...#.........;7;...'<<....,.#.... /t..4.-.."-4 \-/" ~."...~., . . . oJ (, E' 0 R (J I A ,/ TO" FROM: DATE: SUBJ. RFP ITEM: ,t7k'qytli'/!'//Ie'/l/ C~NHle'/l/ /;~: $~n" ~%//kJ. m~"", All Bidders Phyllis Mills, Quality Assurance Analyst Able Ladson, Engineering Department Geri Sams Procurement Director April 17. 2009 Responses to Vendor Questions 09-101 Design Services for Marks Church Road Reconstruction RFP DATE: Friday. April 24, 2009 at 11:00 A.M. ADDENDUM NO.1 THE FOLLOWING RESPONSES ARE PROVIDED TO VENDOR QUESTIONS: Question: Response Question: Response Question: Response: Question: Response: Question: Response: Question. Response: Question: Response: Question: Response: Qk4 would like to know if this project is funded by the State, Federal or Local government? Assume Federal and State Funds will be utilized for this project. Are aU consultants and subconsultants required to be GOaT Prequallfied? YES. How is this project funded? What level of environmental documentation is required? Follow Federal and State Guidelines. Scope shall meet federal and state funding requirements The RFP states that the plans must be prepared according to the GOaT Plan Presentation Guide, Please confirm that the plans must be produced in CAICE and Microstation format. YES. Plan shall meet GDOT Criteria. City uses Civil-3d and will also require electronic copy for the City use in Civil-3D (latest version). Is this project to be completed according to GOOT Plan Development Process (PDP)? YES. Please confirm the northern limits of the Project. Does it include the Wheeler Road Intersection or will it tie-in to the current GOaT Project Improvements along Mark's Church Road? Assume tie-in to the current GDOT Project Improvements along Mark's Church Road. Is subsurface Utility Location required for this contract? If so, what quality level is expected and must the work be completed by a GOOT prequalified SUE Engineer? Assume YES with quality level high. Work be completed by a GDOT prequalified SUE Engineer. Is the consultant required to utilize a GOaT prequalified geotechnical engineer for soil surveys and bridge foundation investigations? YES. Room 605 . :'30 Cin.'eIH: Street Augusta Georgia 30911 (06) 821-2422 -lax (706) 821.2811 Addendum 1 RFP Item #09-101 Page 1 of 3 ~:~_V1"\\,j;gg&I~m.g[.,gQl Register at www.demandstar.(OmiSlHmherfor automatic bid notification Question: Response: Question: Response: Question: Response: Question Response: Question: Response: Question: Response: Question: Response: Question: Response: Question: Response: Question: Response: Question: Response: Question: Response: What level of Public Involvement is expected? Assume at a minimum three public meetings: prior to development of concept design; at completion of concept design; and at start of construction. Are there any funds expected from agencies other than the City? If so, from whom? Assume Federal and State funding will be used. Scope shall meet federal and state funding requirements. Is there an estimated construction budget to be used in the design for the project and what is it based on? AED does not have a construction budget or construction cost. This would be the responsibility of the consultant once under contract to determine. Does the City have any information available on up or downstream FEMA permits that may need to be considered at the creek crossing? Assume required environmental permits are: (i) USACE 404 individual permit; (Ii) USACE Nationwide permit; (iii) Wet delineation and Jurisdictional determination (iv) State buffer variance; (v) FEMA No Rise Certification; (vi) FEMA LOMR. For pricing, include a separate line item for each permit. Are there any written or verbal property owner complaints in the area concerning localized flooding? If so. are the complaints available for review? AED is not aware of historic flooding in project area. Area in vicinity of creek and adjacent areas are mapped as floodplain. Are there any recent traffic studies for Marks Church Road or at the intersections of Wheeler and Wrightsboro roads that may be used for this project? Assume such information is not available. Will the Engineer be required to design any relocated utilities or just coordinate with utility providers? Designer has to show location of all existing and relocated utilities at design plan. Designer shall design relocated water and sewer utilities. Coordinate private Utilities design with respective utility provider. Will any state or federal funding requiring GEPA or NEPA studies be utilized for this project? Assume YES. For pricing, include a separate line item for each study. What level of construction observation is expected by the owner for the project and will the consultant be compensated for changes in construction length? Consider two tasks. Task 1: Field Engineering (to resolve conflicts and address design issue during construction), manage weekly construction meetings and review contractor requests for change orders. Task 2: project management, dally construction oversight/monitoring and documentation. review and verify pay request, conduct weekly field meetings and prepare documentation; address questions/concerns raised by the Contactor or Utilities companies, attend neighborhood meetings. Assume Construction length 18 months (540 calendar days). Include separate unit price for additional compensation for change in construction length. What are the City's schedule goals/requirements (e,g. project start and completion date)? City expectation is to complete engineering design in 2009 and start construction in 2010. What is the typical section (Le. number of lanes) that should be considered? Will the typical section remain consistent throughout the entire corridor? Minimum three lanes. maximum four lanes. Assume consistent section throughout the entire length. To what design speed should the project be designed? 35 to 45 mph. Addendum 1 RFP It ern #09-101 Page 2 of 3 Question: Response: Question: Response: Question: Response Question: Response Question: Response: Question: Response: Question: Response: Question: Response: Question: Response: What are the City's goals concerning proposed road improvements between Wheeler Road and Jamaica Drive? No specific separate goals for this section. Goal of the project is to enhance drainage, roadway enhancement. and beautification. Landscaping be included in the scope of services (include as a separate task). Were the current construction activities taking place at the end of Marks Church Road and Wheeler Road considered? It seems that is may be necessary to reconstruct a portion of the roadway that is currently being constructed by GDOT. Assume tie-in to the current GDOT Project Improvements along Mark's Church Road. Does the City have GDOT approved traffic volumes for this project? Assume such information is not available. What are the City's goals/requirements concerning lighting improvements? No specific requirements. Develop street lighting plan per latest industry standards. Installation/Ownership responsibility will be decided later. Design per GDOT / IES RP-8 guidance and specifications. What are the City's requirements concerning average illumination levels on the roadway for this project? Design per GDOT / IES RP-8 guidance and specifications. What is the preferred lumina ire type and wattage? Is there a standard pole type and height? Design per GDOT /IES RP-8 guidance and specifications. Mounted height shall be 30 to 35 feet. Pole type will be decided later at design phase. What is the general scope of construction observation services that the City is requesting? Consider two tasks. Task 1: Field Engineering (to resolve conflicts and address design issue during construction), manage weekly construction meetings and review contractor requests for change orders. Task 2: project management, daily construction oversight/monitoring and documentation, review and verify pay request, conduct weekly field meetings and prepare documentation; address questions/concerns raised by the Contactor or Utilities companies, attend neighborhood meetings. Assume Construction length 18 months (540 calendar days). Include separate unit price for additional compensation for change In construction length. Will the contractor be responsible for providing all necessary material testing? YES. Contractor will be responsible for necessary materials testing. What is the estimated year for a notice to proceed for the contractor? City expectation is to complete engineering design in 2009 and start construction in 2010. Please acknowledge addendum in your submittal END ADDENDUM Addendum 1 RFP Item #09-101 Page 3 of 3 Augusta, GA Engineering Depa.rtDlent AGREEMENT MARKS CHURCH ROAD RECONSTRUCI10N PROJECT NUMBER: XXX.XX-XXXXXXX CONSULTANT SERVICES AGREEMENT MARKS CHURCH ROAD RECONSTRUCTION PROJECT BETWEEN AUGUSTA, GA ENGINEERING DEPARTMENT AND W.R. TOOLE ENGINEERS, INC This Agreement is made and entered into this day of _, 2009 by and between Augusta, Georgia, hereinafter called the "CITY" and W.R. Toole Engineers, 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: Design services for Marks Church Road from Wrightsboro Road to Wheeler Road. Consisting of the design and preparation of preliminary and final construction plans in accordance with Augusta-Richmond County and Georgia Department of Transportation Plan Presentation Guide for addressing drainage roadway issues, sidewalks, curb and gutter, road widening, and street lighting along the corridor. 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 design services of the Project (see Scope of Services.) DESIGN CRITERIA The following publications shall be used as the basis for the engineering design services contained herein: Georgia Department of Transportation Standard Manuals and Specifications for the Construction of Roads and Bridges, current editions, and supplements thereto; American Association of State Highway and Transportation Officials (AASHTO) Manuals for Arterial Streets, Rural, Urban, and Interstate Highways, Manual of Uniform Traffic Control Design, Development Documents, The Augusta Utilities Design Standards and Construction Specifications, current edition. The CONSULTANT shall gather from the CITY all available data and information pertinent to the performance of the services for the Project. The CITY shall have the final decision as to what data and information is pertinent The CONSULTANT shall ensure that the data and information meet applicable standards as specified herein. The CONSULTANT shall report in writing any discovery of errors or omissions contained in the data and information furnished by the CITY. The CONSULTANT shall visit and become familiar with the Project site and shall become acquainted with local conditions involved in carrying out this Agreement. The CONSULTANT may request that a representative of the CITY be present during the site visit. The CONSULTANT shall recommend and secure the CITY's written approval of, the manner of project plans presentation and the methods to be used in the plan preparation so that these plans can be best utilized, as determined by the CONSULTANT and approved by the CITY, in the orderly preparation of the detailed construction contract plans, specifications, and contracts. The AED Plans Preparation Guidelines, current edition, shall be utilized in the production of plans for the project. Upon receipt of the CITY's written approval of the manner of the project plan presentation and methods of plan preparation, the CONSULTANT shall proceed with implementation of plan preparation. AED CSA - Marks Church Road Reconstruction Project - August 2009 2 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. as further defined in Appendix D. Augusta Engineering Department (AED) Engineering Services: $580.129.00 AED CSA - Marks Church Road Reconstruction Project - August 2009 3 IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below. Executed on behalf of CONSULTANT RECOMMEND FOR APPROVAL: -W ~'"R .\O:::!Q t/l("ll~ t~C . Consultant Firm Approved: Date: SIll I C1 [ATTTACHED CORPORATE SEAL] A TrEST: c:;;::;-- c:"'"~~''' ':::;"'~~'-ff/';''- ~.~' j " ;.. , j/' ~,',./, '1,"/' ~,,-- '/r5/,//:/ /,// " J r c "".' /. ~ /' i Title: V lc.Ji P~~c.l.ert-t- CITY OF AUGUSTA, GEORGIA cRt 4. e Copenhaver, Mayor ~~s~ \0'/ Approved: Date: [ATrACHED CORPORATE SEAL] AED CSA - Marks Church Road Reconstruction Project - August 2009 4 SCOPE OF SERVICES Augusta, GA Engineering Department MARKS CHURCH ROAD RECONSTRUCTION PROJECT NUMBER: XXX-XX-XXXXXXX MARKS CHURCH ROAD RECONSTRUCTION PROJECT PROJECT SCOPE & ISSUES PROJECT OBJECTIVE W.R. Toole Engineers, Inc. (WRTE) understands that the objective of the Marks Church Road Reconstruction Project is to improve and widen the existing two-lane rural road section to a multiple lane urban road section. Additional infrastructure improvements to this area will include new pedestrian facilities, storm sewer systems, signal upgrades, and utility relocations. PROJECT LIMITS The project area is bounded by Wheeler Road to the north and Wrightsboro Road to the south. Improvements on the north end of the project will tie into the recent GDOT Interchange Improvements. The length of the mainline road totals approximately 4,700 linear feet. Side roads will be included for the following; Beaver Drive, Rae's Wood Drive, Tanglewood Drive, and Jamaica Drive. WRTE will coordinate closely with adjacent projects including the on-going 1-20/1-520 Interchange Project and the Wrightsboro Road Improvements Project. PROJECT AREA - PRIOR KNOWLEDGE WR TE and its sub-consultant team has extensive project experience in the vicinity of the Marks Church Road Corridor. WRTE was the prime consultant for the widening of Jackson Road which is aligned parallel just to the west of Marks Church Road. Jackson Road was a very similar project as it was also a rural two-lane road which was widened to an urban three-lane section and included an improved crossing over Rae's Creek. WRTE was also the prime consultant for several drainage improvements projects in the Tanglewood and Kingston Subdivisions located immediately adjacent to the Marks Church Road Corridor. These projects included analysis of the commercial/retail properties located along Wrightsboro Road which discharge to a storm sewer system along Marks Church Road. WRTE designed improvements to this storm sewer system which include a new regional stormwater detention pond located behind the Georgia Power Substation on Marks Church Road. WRTE also identified storm sewer improvements along Marks Church Road that were identified for future improvement. Cranston Engineering Group also has previous project experience adjacent to the road corridor. CEG has prepared traffic studies for the Augusta Mall expansion including analysis along Wrightsboro Road. RFP #09-101 Marks Church Rd Reconstruction ~ Page - 1 - of9 SCOPE OF PROFESSIONAL SERVICES WRTE understands that this project is to be locally funded. Therefore, consulting services are not required to follow the Georgia Department of Transportation's "Plan Development Process". However, the Consultant Team will prepare project documents according to the Georgia Department of Transportation's "Plan Preparation Guide" (PPG). WRTE is very familiar with the PPG having recently completed local projects for the Georgia Department of Transportation including the Thomson Bypass in McDuffie County and the Gibbs Road/Washington Road intersection improvements in Columbia County. The following is provided as an overview of the anticipated process for the Marks Church Road Project. Phase I - Conceot: WRTE will initiate services with an Initial Concept Team Meeting (ICTM). The design team will attend the meeting as well as representatives of Augusta Engineering Department (AED), Richmond County Commission, the Georgia Department of Transportation, Utility Companies, and other stakeholders. Following the Initial Concept Team Meeting, WRTE will begin preparation of a Draft Concept Report and schematic maps. The schematic maps will be prepared utilizing either existing GIS information or new aerial mapping and photography. Following review of the Draft Concept Report and schematic maps, WR TE will request that Richmond County schedule a Public Information Meeting (PIM). Following the Public comment and review period, the Concept Report will then be finalized and forwarded to AED for review, comment, revisions, and approval. Concurrent with Concept Development, Edwards-Pitman, Inc. will begin environmental studies, the Cranston Engineering Group will prepare a Traffic Study, Photoscience will prepare aerial photography and mapping, and Toole Survey Company will begin surveying and basemapping. Following approval of the Concept Report, Willmer Engineering will initiate services for soil surveys, bridge foundation investigations, wall foundation investigations, and pavement evaluations. Please see below for details on their individual scopes of work. Traffic Study Scope Cranston Engineering Group (CEG) proposes to collect turning movement counts at major intersections within the project area during a typical weekday morning and evening peak period to establish existing volumes in the area. Based on this data, adjusted for future growth, traffic analysis will be performed in order to determine the appropriate cross section of Marks Church Road and the intersection configurations along this roadway that will facilitate flow on opening day of the project and for the future horizon. CEG will coordinate closely with Georgia DOT on projections previously made for the 1-520 interchange at Wheeler Road / Marks Church Road so that the change in traffic patterns associated with this project can be specifically accounted for. This data, as well as other historical volume information will be used to develop daily and peak hour projections along Marks Church Road for the base year and the 20-year horizon. After future volumes are projected, the project team proposes to develop a SYNCHRO 7 traffic model for the project corridor. Separate models will be created for each peak traffic period studied as a part of this project. These models will be used to determine what improvements are necessary along the project corridor to provide acceptable operations to all traffic movements. RFP #09-101 Marks Church Rd Reconstruction ~ Page - 2 - of9 Recommendations for turn lanes, new traffic signals, or traffic signal upgrades will be made as necessary. If a new traffic signal or a phasing change at an existing traffic signal is recommended, the required studies to support these changes will be completed under this task. Phase II - Database Preparation (Aerial Mappine: & Survey): Ground Survey Proiect Limits TSC will prepare a topographic map with the following limits: · The intersection ofWrightsboro Road including the north and south sides of the Road and 300' in either direction along Wrightsboro Road. This information will include driveways and improvements on both sides of Wrightsboro Road. The information will be sufficient for planning the new intersection tie in. · A 200' corridor centered on the existing roadway along Marks Church Road from Wrightsboro Road to the tie in with the current GDOT project improvements. · 300' along Beaver Drive from Marks Church Road from face of house to face of house. · 300' along Tanglewood Drive from face of house to face of house. · 300' along Jamaica Drive from face of house to face of house. · 500' into the newly constructed GDOT improvements on Marks Church Road. · The project length totals approximately 5,700 linear feet including side roads. Property Entry Notification: TSC will produce an excel sheet with a list of property owners and addresses for the property owner notification letters. The property notification / entry letter will be provided by TSC and will be mailed at least 2 weeks prior to initiating field services on private property. Horizontal / Vertical Control: Horizontal and vertical control will be referenced to the Georgia State Plane Coordinate System NAD83 (2007) (Grid North - East Zone). A minimum of two second order horizontal and vertical NGS monuments will be used to establish the control. In the event that NGS horizontal control points are not available, TSC will execute a static burn per GDOT specifications to establish project control. Five Trimble 5700 GPS units will be used along with Trimble Geomatics software to produce sub- centimeter accuracy control points. A project scale factor will be developed from the resulting adjusted data. A control report will be produced with the supporting documentation. A minimum of four Benchmarks will be established for the project. Horizontal and vertical accuracy will meet the minimum required technical standards established by the Georgia State Board governing our profession. Aerial Target Control: TSC will established photo control points for aerial photography and mapping. Aerial Photography & Mapping: Photoscience will obtain new color aerial photography of the Marks Church Road site at an approximate negative scale of 1 "=250' scale. A six hundred foot (600') wide corridor is assumed. Planimetric features will be shown at a 1 "=50' scale as they are discernible from the aerial photography. A Digital Terrain Model (DTM) sufficient to produce one (1) foot contours will be RFP #09-101 Marks Church Rd Reconstruction <5' Page - 3 - of9 produced. In addition to the mapping files, Photo science will generate a 0.25' pixel seamless digital color orthophotography. All data will be delivered in accordance to GDOT specifications. Property line Surveys: Existing right-of-way and property line information will be compiled from deeds, plats, tax maps, available mapping and property comers found on site. The property line information will be "chained" in Caice and also provided in Microstation for drafting purposes. Topographic Survey: The Topographic Survey provided by the aerial mapping company will be enhanced in the obscured areas within the project corridor. The 200' corridor centered on the existing roadway will be produced from 50' cross sections suitable for aI' contour map. The 200' corridor in the aerial Caice file will be removed and replaced with the field run data and reintegrated into the remainder of the aerial mapping. (A Caice file will be provided to TSC by the aerial mapping firm.) All improvements within the project area will be located and updated in Caice and Microstation to reflect current conditions. Utility Location: Utility location will include above ground surface features (i.e.: power poles, sanitary and storm sewers). Sanitary and storm sewer pipe invert elevations will be located where accessible. CSRA Underground Utility Locate will be contracted to spray locate underground utilities in the project area. TSC will locate the spray marks and incorporate them into the base map. Underground utility location services will be provided according to Quality Level "D" standards. Quality Level D: Quality Level D provides the most basic level of information. Quality Level D involves collecting data from existing utility records and visible surface features along with "spray locate" paint marks on traceable utilities. Records may include as-built drawings, distribution and service maps, existing geographic information system databases, and construction plans. Hydrology Survey: Cross sections will be taken along Rae's Creek at Bobby Jones Expressway and 500' downstream from Marks Church Road, extending perpendicular from the creek in both directions to the 100' Year Flood Plane elevation. A detailed survey will be included within the 200' corridor centered on Marks Church Road. Wetlands Mapping: TSC will locate any wetlands within the project corridor and include them on the basemap. Specific Survey Issues: · All building structures and other improvements within the corridor will be located. · Individual trees will not be located. Wood lines will be shown. Phase III - Preliminarv Plans: WR TE will prepare preliminary plans according to the Plan Presentation Guide. Road design will be completed with CAICE and drafting will be completed with Microstation. Plans will include cover sheets, general notes, typical sections, staking plans, construction plans, road profiles, driveway ~ RFP #09-101 Marks Church Rd Reconstruction Page - 4 - of9 profiles, drainage maps, drainage profiles, staging plans, signing and marking plans, utility plans, road cross-sections, erosion control plans, and special plans such as sediment basins and storm water detention plans as necessary. Cranston Engineering Group will be tasked with preparing preliminary bridge plans and signal plans. WR TE will also provide typical services associated with road design such a hydrology and hydraulic studies in support of the drainage design. These calculations will be completed with GDOT approved software. We will also provide earthwork calculations and summaries of quantities. Construction cost estimates will be prepared utilizing DETEST (the current GDOT approved software for detailed cost estimates). WRTE is sensitive to storm water issues in Richmond County. This project is located in a drainage basin of Rae's Creek. Our hydrology calculations will detail existing flow rates versus proposed flow rates and include recommendations for storm water management. WRTE is also sensitive to erosion control measures and best management practices. All professional engineers at WRTE are also certified NPDES Level II Plan Preparers. WR TE will prepare for and attend one Public Information Meeting during preliminary plan preparation. We will also attend the Preliminary Field Plan Review (PFPR) and prepare responses to the PFPR Report. Bridges and Retaining Wall Structures The Marks Church Road Widening Project will include the replacement of the bridge over Rae's Creek and possibly the construction of one retaining wall. The existing bridge consists of a slab supported by end abutment walls. The abutment walls are currently undercut and temporary steel beams have been placed under each span end to add additional support. The steel beams are supported on vertical timber members. Based on our initial observations at the site, widening the bridge will not be an economical alternative. The bridge is currently posted for a maximum truck axle load between 10 and 16 tons based on the type of truck. The design of the structures for the project will strictly conform to the Georgia Department of Transportation Plan Development Process (PDP). During the conceptual phase of the project, we will provide input as to the type of bridge replacement and type of retaining wall that may be required. Alternatives will be considered and a single alternative recommendation will be made based on meeting the overall project objectives. We would anticipate that the bridge will be replaced with a single span 17-inch deep box beam section over a maximum span of 40 feet. During the preliminary plans phase, we will provide the preliminary bridge layout and preliminary retaining wall envelope drawings. These drawings will be included with the Preliminary Field Plan Review (PFPR) package and be discussed during the PFPR. After receiving comments from the City of Augusta and Georgia Department of Transportation, we will complete the final bridge and retaining wall plans. The final structural plans will be submitted in the Final Field Plan Review (FFPR) package. Following the FFPR, we will incorporate all comments by the Georgia Department of Transportation and submit the final contract structural drawings for the project. During the Construction Phase of the project, we propose to review the structural shop drawings for the bridge and the retaining wall and conduct periodic site observations. RFP #09-101 Marks Church Rd Reconstruction <5' Page - 5 - of9 Bridge Hydraulics The project team proposes to complete the bridge hydraulic study for this roadway crossing in conformance with the requirements of the Georgia Department of Transportation and the Federal Emergency Management Agency. Rae's Creek is a FEMA regulated floodway and the base flood elevations have been determined for this stream. Since the stream is a FEMA regulated floodway a no rise certification will be required for this bridge crossing. The flood flows will be determined by first determining the drainage area of the stream at the proposed bridge crossing. USGS Quadrangle Topographic Maps will be used to determine the watershed boundaries of Rae's Creek at this crossing. The USGS publication "Flood-Frequency Relations for Urban Streams in Georgia" will then be used to determine the various storm discharges which will be modeled through the proposed bridge opening. This publication developed regression equations to be used in various regions of the state to develop the flood flows. The amount of flow is directly proportional to the drainage area of the stream as noted in the publication. Water surface profiles will be developed using the latest version of HEC-RAS Software which has been developed by the United State Army Corps of Engineers. Members of the project team have attended training courses in the use of this software which were taught by the National Highway Institute. Use of this software will allow the project team to model various flood flows and scenarios in a timely manner. As required by GDOT and FEMA the unrestricted flow conditions will be modeled in HEC-RAS. These are the conditions which would be present without the existing roadway and bridge in place. In addition, to establish a base condition the existing flow conditions will be modeled as well. The existing flow conditions will be calibrated to any existing flow information which will be made available to the project team as there are some structures downstream which will affect the water surface elevations through this project area. Following the modeling of the base conditions, two alternatives will be modeled in HEC-RAS to be incorporated into the construction plans. These alternatives will include the construction of a new bridge, and the construction of a box culvert to pass the flood flows. Each of these alternatives will be modeled and the change in the water surface profile from the base conditions both upstream and downstream of the crossing will be determined. Since this is a FEMA regulated floodway, the study will determine the best alternative which will cause a no-rise situation in the water surface profile. In addition, a Bridge Scour analysis will be performed for the crossing in accordance to the methods listed in Hydraulic Engineering Circular No. 18 published by the Federal Highway Administration. Several members of the project team have attended training courses taught by instructors from the National Highway Institute on bridge scour. This course teaches engineers the theories behind the bridge scour calculations as well as the application of the equations in order to determine the scour prism which will be present at the bridge during heavy flooding events. Both the 100-year flood and the SOO-year flood will be modeled in HEC-RAS and the results will be utilized in the bridge scour analysis. General Contraction Scour, local pier scour, and abutment scour will all be determined and the scour prism will be plotted and provided to the bridge engineers to aid in the design of the bridge substructure. A Level 1 Qualitative Analysis will also be performed in accordance with the procedures listed in Hydraulic Engineering Circular No 20 to evaluate the stability of the stream channel and the possibility of channel migration over the lifespan of the proposed bridge or culvert. Should this analysis find that stream channel migration is likely then further engineering studies may be needed. RFP #09-101 Marks Church Rd Reconstruction ~ Page - 6 - of9 Traffic Signal Modification Scope Cranston Engineering Group will prepare traffic signal plans for proposed traffic signal modifications to the existing Marks Church Road / Wrightsboro Road traffic signal. No new traffic signals are anticipated along the Marks Church Road corridor. Phase IV - RIW Plans: WRTE will initiate preparation of right-of-way plans upon AED's approval of preliminary plans and approval of the environmental document. We will prepare standard R/W plans in a GDOT required format and include the requested bearings and distances for Richmond County to prepare legal descriptions. WRTE will submit R/W Plans to AED for review and comment. WRTE will revise R/W Plans as necessary. There are approximately fifty (50) parcels located along the project corridor. Our preliminary design will be accomplished in an attempt to minimize additional R/W. However, based on the desire to widen the road from two lanes to three/four lanes and considering construction staging for a new creek crossing, we do anticipate significant impacts and displacements to both sides of the road corridor. TSC will provide field staking services for the proposed right-of-way and easements. Field staking will be completed one time based on approved right-of-way plans. WRTE assumes that all right-of-way cost estimates and property acquisition tasks will be completed by Richmond County. Phase V - Final Plans: WRTE will prepare Final Plans according to the Plan Presentation Guide. We will attend a Final Field Plan Review (FFPR) and respond to the FFPR Report review comments. Following acceptance of the FFPR Report responses we will finalize all deliverables and submit plans to be utilized for letting. WR TE understands that Richmond County will provide all front end bid documents and will be responsible for providing plans to contractors during advertising and letting. WR TE will assist Richmond County during advertising, letting, and award. We will attend a pre-bid meeting and provide answers to technical questions to be included in addendums. Phase VI - Construction Observation: WRTE has an established construction observation program that can be adjusted to accommodate AED's needs. As a local consultant, WRTE is committed to providing the necessary resources to immediately address issues that arise during construction. Based on the County's needs, we have estimated one site visit per week for the duration of construction work (estimated at eighteen months). A total of78 visits have been assumed. RFP #09-101 Marks Church Rd Reconstruction <Ii' Page - 7 - of9 Geotechnical Investie:ations (As reauired) Willmer Engineering, Inc. (WE) will perform the following geotechnical services as they are determined to be necessary. Existing pavement evaluations and soil surveys are typically accomplished during the preliminary plan phase and bridge foundation investigations and wall foundation investigations are typically accomplished during final plan phase. All work will be performed in general accordance with GDOT guidelines. Existing Pavement Evaluations WE will evaluate the existing pavement structure in four (4) locations along Marks Church Road. Four (4) pavement cores will be taken to estimate pavement and base layer thickness. Dynamic cone penetrometer tests will be performed in the subgrade soils to estimate in-situ CBR values. Soil Surveys (SS) WE assumes that approximately 50% of roadway will be in cut or at-grade and 50% of roadway will be in fill. WE assumes an average boring depth of eight (8) feet in cut areas and five (5) feet in fill areas. Borings will be spaced three hundred feet (300') apart in cut areas and five hundred feet (500') apart in fill areas. A total of fifteen (15) borings with a total drilling footage of 105 feet is anticipated. Sampling and GDOT 810-Series laboratory testing will be performed at a reduced frequency of one sample every other drilling station. Retaining Wall Foundation Investigations (WFI) WE assumes approximately 400 linear feet (400') of retaining wall locations. WE assumes to drill four (4) standard penetration test (SPT) borings for the wall locations. The boring will average fifteen feet (15') below existing ground surface for a total drilling footage of sixty feet (60'). Bridge Foundation Investigations (BFI) WE will perform BFI's for a new single span bridge (two bents). WE proposes to drill two (2) standard penetration test (SPT) borings. The borings will be drilled to an average depth of 50 feet below existing ground surface. Environmental Studies: Edwards-Pitman Environmental, Inc. (EPE!) will be responsible for providing environmental services on the project. EPEI understands that the project will be locally funded and proposes to provide the following services: o Conduct field surveys to identify ecological resources (wetlands). o Prepare a PCN to utilize a Nationwide permit and submit the PCN to the Corps of Engineers for review and approval. RFP #09-101 Marks Church Rd Reconstruction ~ Page - 8 - of9 Additional Environmental Services: Should state funding be utilized for the project then EPEI will be required to provide additional services for the preparation of a Georgia Environmental Policy Act (GEP A) document. EPEI assumes that GDOT will require a GEP A Type B document and the following additional services would be provided: o Conduct background research and review existing printed materials to identify known locations of ecological or cultural resources in the project area. o Conduct field surveys to identify ecological resources (protected species habitat) and historic resources potentially eligible for listing in the National Register of Historic Places. o Prepare special studies and a GEP A Type B document according to GDOT standards. o EPEI assumes that no aquatic surveys are necessary. Optional Services (Retainine: Wall Desie:n): WR TE has noted that the services and the associated fees for retaining wall design and geotechnical retaining wall foundation investigation may not be required. By careful design and selection of a preferred alternative, we will attempt to avoid the need for retaining walls. RFP #09-101 Marks Church Rd Reconstruction <!j;) Page - 9 - of9 ~ CIS E E ::::l rn CI) CI) LL U .E i ... .. co .. 0 c 0: 'c, .c c ~ W " .. .c "'0 en 0 0 a ~ l- e;; 0: ~ CD co ~ a :::!! c C ~ .. C> ,S! C c E III .. ~ ~ a .. 0 ::l .~ I .;, 'I: E :e u III .l! i l;l ... 0 III I: 0 .. 0 I: .. .. III :; .. .. a:: !lI- D.. 0 i ... ~ a:: > III IL f ,., I: .. c 0: ~ .. ... I: ~ .. III 0_ 0 0 .. ;: I: 'fjiii .. .. E .. 0 .;..; .c a III I: I: 0 .. 2 ,., .. u ... III .. .. e :~ a:: _:s;: E ~ .. ;; u '" l:: ;; III .. "[ I: .l! .;; f I: .. ~ ~ 0 .. I: '" I: 8~ 0 D.. 0 0 w Q,. 1i! ii: .. III . co ... .. .. .., .c Q,. Page 1 of24 ... ... ... ... <> <> <> <> <> <> <> <> on 0 on ,...: ;;; '" '" . 00 "'- "'- ci '" eo ... ... ... ... <> <> <> <> <> <> <> <> 0 0 0 .r <Xl eo <> '" r- OJ) 00 ... '" ... ... ... ... <> <> <> <> <> <> <> "! on ,0 on . '" '" '" Cl ... <> <> '" C ... '" M ... ';: ... '" .. " ~ ... ... ... ... .c <> <> <> ;: I:? OJ) <> OJ) ai ai N ~ =-" ... <> <> .c c ... '" '" ... o 0 ... ai 11 E ...c ~~ ... ... ... ... t5 ~ <> <> <> <> Q) c <> <> <> <> "e- =- 0 0 0 0 0 r- eo N '" a- U OJ) '" "'- ... ... ... ... <> 0 0 ~ '" 0 '" .r .,; ,.: on '" .., '" '" CO '" r- ai N ri .,; ... ~ ... ... ... ... N 0 0 C> C> N .., ~. '" "iii VI o C- O ~' a.. Gl Gl LL ..; .5 f .. .. c '61 c w .. "S~ :~ ~~ Q) E.2! "t: m a-Cl ~ c " E ... o a; > " Q a " " c o o c o 'E .. ... f lL " .. .. ... J! .. Q N ~ c " E " " o Q ~ c " E c 2 'S: c w .. c .. ii: ~ .. c :~ ~ lL .., ... Page 20/24 fti 1/1 o Co ~ c.. CD CD LL. en c '2 .. " ~ ~ ~ ::::I" ~ C 00 ~ E ...~ ~ii2 u~ .. <= 'e- is [LO U .5 .. E &: Page 3 of24 'ii UI o CI. o ... a.. CD CD LI. Cl C ';: Gl 'C ~ s::. ~ :::l'C s::. C U 0 l! E ..s::. :!!!~ 'lJ.?:- Q) C 'e- 5 a.u <.i .E f Gl Gl C 'c, C W Q) sf? I- c .:::l a;~ 3:~ C .~ UI CD C >. ,Cll U ~ c"C -:;8 ea::: CD~ . C' - ._~ s:: CSlCll .~ :: w ::;, i UI _ C o 0 00 I- CD 0:: E ~E Q) ,~ .$ a:~ .e Cll E :;:; UI W - UI o o ~ Ie ::;, o :I: ITT TI[ I- , l- I- '% C ., '0 'c: -5 '" I- '" '" C '0 C W '" '" C '0 C W .. o 'c: '" en '" '" ., C ., :;: o '" '[ , a. Iii Q. '0 C 'C a. '" " I!! ::l o J: ]i o I- 010 ~ ~ c o ii m c ., :e.g 010 80 ,~ ~ '" ::l Een &0 .,u lijO ~ ~ "'.., "[ ~ : a.~ I- ~ JtL ~ o "jiiT~ "I:: .~ '" c <:n~ .., <( o N ~I- Iii Q. '0 C 'C a. I!! ::l o J: ]i o I- 010 ~N "E '" E c ::l "~ 8 ~']j .. c o '" 8 ~ oil e ~~ ~~[~ f6 0 ; ~ ~ '" .., '2 ~ a.tl: E -10 11-= 'I:: .~ '" c <:3"i; ~ c ., '0 'c: -5 '" I- '" '" c '0 c W a; '" c '0 c W o 'c: '" en '" '" ., c ., :;: o '" 'e- o. Iii Q. '0 C 'C a. I!! ::l o J: ]i o I- c o ~ c ~' o o 'u 'oil "E '" E '" '" ., c :M m lit ~ o '" 'e- a. ,~ ,0 '" o co 0".... o N N o N 000000000 OvNNvNNVN co 000000000 O'llt"'-VNvNNN ~ ~OO~~~~~~ ~ :::! 000000000 '''It 0)11) 00..... 00 1tJ......" N '" '" 'c: ., Q. E o '" u c ~~ ;; Q) ::;)en ,e;- .~ .[ ~~ .!: ~ "E ., o Q. o e! !.l a.- VI (t) ffi ~ a a: ::::l -stj g~ g"cn s=::E ~ ~~ ~8ci ~ -cl::: oct) en ~Q iS~~ ~ 0 i 5.s! ~ ~:5 ~ ~(I)e.~e~~a..E S ~5a..oa...!!e~.g ~ "6iS>Q)Q)o..u-oCl) 5 c:Q)~~~g'~CI)C ~ .~~.5.5'61'a,~~ ~ ~e~~~~~.~~ .2 a::!.l~~~~~e;;; o>.:>.mcum<<lmw::) 2 ~ ~ .5 .5 .5 .5.5 . ~ ~ ~ ~ .~ .~ .~ .~ .~ .~ ~ 6 ~~~~~~~~'x u a::::e:::a..a..a..a..a.a..w ~ ~ ~ e e ~ e e e e m m m m m m m m m m '~i):ii~~~~~~~~~ ; 0..'>': a.. a.. a.. a.. a.. a.. a.. a. a.. ~.... ,I- .. o ,00 N ~ ~ I ~ 000 ~~.... I 0....0 ~ .... I- I o .. ~~:i: '" 10 E :;; w ~ o ~ g: ~ o LL '5 ts':~~~ ~ 'a; "'- E: 1i3 E e 8 .8" ~ g ~ :euO 'f9 ~g:~ Q) ....- LL ~ Cl .go..o e e ~ "ffi [ ; [~ ~ e e-c- a.. Q.<(C ~~ ~~ ~~ co ~ .... NO ....:::! c o '" c .!! '" 'iJ '" _:0 :;:.a a:: en ~.g ~ ~ ~~ gi c '" - 0 ~e .0.., ::l >. a.J: Page 4 of24 Cl C 'c Gl ." :1: .c I:! ::l." .c c (.) 0 11= ...c ~ii! U~ Q) C 'e' 5 Q.U "iii VI o c. o .. D. Gl Gl u.. .! C'CI E ;;:; VI W .... VI o o oll f :::::l o J: ~j VI Gl C ~ . ~ g"C -:;~ eo::: !~ I€ .~ c 3: r:::!l! C w:::::l .~ ;: VI W _ C Gl en "8 8 ~ ~ ~ ~ 0: 7 ::: 't: ~~~~ c.i .E Q) .~ .gl a:~ ~ o 13]1 ";:: .~ Q) " u .e Ji ~ 00 00'" " '" .0 ." .<:: u Q) I- 00 00.... Iii Q) " .6> " w Iii Q) .~ flffi " W 6 ." Q) en 000 ........'" L.. / Q) '" '" " '" ::;: u Q) 'e- 0. :fii o .... .. c. .0 " ." 0. ~ :i~:N o J: .. "0 I- " o ~ " ~ ~ en.~ g 5.~ cu u is: .~ 0:: ,:~>-~e 5i~}-g ~ '5 .~ C,,) O>..!. Q) ~ ~-ao:~ :~ ~ ~ 0 '~ma:ca .e- @"~ ~ ; a.. a. a:: 1: .1 IJ.I - o '" .... rm.. ~- '" t I ~ Eru .lll en '" " ." '" c. i!! 0. 1--- 6 -1il 13-= "I:: .!a Q) " u .e Ji " '" .0 ." -5 Q) I- Q) Q) " .6> " w .... . Q) Q) " .6> " w 6 ." Q) en Iii '" '" " '" ::;: u Q) "e- o. I!! ::t o J: .. "0 I- " o E .. 'S a- u c( :>. .. :t 2 .<:: '" ~ I -- w o 13]1 ." .. Q) '2 U .e Ji 0000 NCO<crN " '" .0 ." .<:: u Q) I- ~~~~~ Iii Q) " .6> " w -~ 000 ........'" III 0000 """NNN ~~e~~ tt~~~~ Iii Q) " .6> " w ~ o ." Q.l '" en Q) g' " " '" ::;: o 0 .... '" u Q) "e- o. .. c. .0 " ." 0. I!! ::t o J: S o I- ~ -;l 0000 NC?t--. .,~ .. .. " g :B B Jl S !*S += en uf ~ .~ .~ ~ ~ ~ [eo: ~ o E a.. R (/) ~ ~ 8~.~~CI) ~!2mer.:: tsa.. 0 a.. a: ~f~fl1 ';:~.5~]i Q) 0 e! 'C Q) 1ilO::CCC ~.~.~.~~ a "ffi m 'iij g. 8~if~a: "E Q) E Q) '" '" " '" ::;: ,,<'0 Q) , '0' C: 0000 en..........'" .b .. " o U " Q) '" .lll en .. C. ::t ~ '" ::;: :>. " '" c. .E ~ ~ u ~ ~ :5~CI)5 u ., " E ~O:B,g ~~~~ :~*~ ~~~~ g- g' ~ 5 'iij 'S,"2>> m o ctJ QJ r.:: wCi5Ci5U: Q) lU Q) ~ .~ .r:::! .!:::! to ~ ~ ~ ~ u:u:u:a: ~ o '" o .... ~~~~ c:o~~~ ~... ~ ~ NI~ en ff en ~ ~ .~ ct E .:;; '" i--f ~ ~ ~ :iiiII ~ s &i u ~ ~ iii' :::l "I:: ~ fa ~ ~~ ~g: :u-a ~ o u.. c. 5i '5 ~~E~~~ ~.;~B:!!g 8'8"~,~[15 "'C:euo~U .!!"'0::2o.~ ]ja..Ra..Uiui'iij ~..2ttgj5 Q)CI)Ua. .~m~~~a; ~@":g'~.~~ LLo.c(o::o::" ..:. . o .... o '" ~ o .... Page 5 of24 iij III o Q. e a.. II) II) u.. 0'1 0:: 'c ... ." :;: .c: l:! =-." .c: 0:: o 0 III E ....c: .. ... '" .- :E~ t5~ Ql 0:: '05 Q:o .; .5 ... c: l€ III ... c:.:!: :!! W::::l '51 CD ~ .fi 'is 0 ...", 0 0 '09 t- II) ~o::o:! E . -7 .";: ~~3ta.. Ql Ql E_ ct~ Page 60f24 Cranston Engineering Group, P. C. ENGINEERS PLANNERS SURVEYORS PROJECT NAME: CLIENT: DATE PREPARED: Marks Church Road Widening. W. R. Toole Engineers, Inc. April 23,2009 I 2009-0108 I PRINTED 23-Apr-09 MAN-HOUR FEES PC PM ET $185.00 PRINCIPLE IN CHARGE PROJECT MANAGER ENGINEERING TECHNICIAN RETAINING WALL DESIGN $ 125.00 $ 70.00 ITEM HOURS BY PROFESSIONAL No. TASK LIST PC PM ET AMOUNT 1 Prepare Retaining Wall Concepts 2 4 8 $ 1,430.00 2 Prepare Preliminary Retaining Wall Envelope Drawings 2 4 12 $ 1,710.00 3 BFI/Retaining Wall Coordination/Review 2 $ 250.00 4 Respond to PFPR Report 2 2 $ 620.00 5 Prepare Final Retaining Wall Plans 4 8 12 $ 2,580.00 6 Respond to FFPR Report 2 $ 250.00 7 Prepare Final Contract Bridge Plans and Submit 2 4 $ 530.00 8 Project Management 2 $ 370.00 9 Construction Phase Services 4 4 8 $ 1,800.00 TOTAL 12 28 36 ESTIMATED GRAND TOTAL $ 9,540.00 Page 70f24 Cranston Engineering Group, P. C. ENGINEERS PLANNERS SURVEYORS PROJECT NAME: Marks Church Road Widening CLIENT: W. R. Toole Ehgineers, Inc. DATE PREPARED: April 23,2009 I 2009-0108 I PRINTED 23-Apr-09 PRINCIPLE IN CHARGE PROJECT MANAGER ENGINEERING TECHNICIAN MAN-HOUR FEES PC PM ET $185.00 $125.00 $ 70.00 BRIDGE DESIGN ITEM HOURS BY PROFESSIONAL No. TASK LIST PC PM ET AMOUNT 1 Attend Initial Concept Meeting 4 4 $ 1,240.00 2 Bridge Information Collection 2 4 8 $ 1,430.00 3 Prepare Bridge Concepts 4 8 16 $ 2,860.00 4 Prepare Bridge Preliminary Layout Drawings 8 24 40 $ 7,280.00 5 BFI Coordination/Review 2 4 $ 870.00 6 Attend PFPR 8 $ 1,000.00 7 Respond to PFPR Report 2 4 $ 870.00 8 Prepare Final Bridge Plans 16 40 80 $ 13,560.00 9 Attend FFPR 8 $ 1,000.00 10 Respond to FFPR Report 2 4 $ 870.00 11 Prepare Final Contract Bridge Plans and Submit 8 16 24 $ 5,160.00 12 Project Management 16 $ 2,960.00 13 Construction Phase Services 16 24 36 $ 8,480.00 TOTAL 80 148 168 ESTIMATED GRAND TOTAL $ 47,580.00 Page 8 of24 Cranston Engineering Group,. P. C. ENGINEERS PLANNERS SURVEYORS PROJECT NAME: CLIENT: DATE PREPARED: Marks Church Widening City of Augusta April 22,2009 2009-0108 I PRINTED 23-Apr-G9 PRINCIPLE IN CHARGE PROJECT MANAGER ENGINEERING TECHNICIAN MAN-HOUR FEES PC PM ET $185.00 $125.00 $ 70.00 TRAFFIC ENGINEERING 1 Traffic Data (assume 5 intersections) 2 Coordination with GDOT on Interchange 3 Coordinating with Wrightsboro Road study 4 Traffic Volume Projections 5 Capacity Analysis 6 Signal Warrant Analyses 7 Documentation 8 Quality Control 9 Project Management HOURS BY PROFESSIONAL PC PM ET AMOUNT $2,000 16 $ 2,000.00 8 $ 1,000.00 32 $ 4,000.00 16 $ 2,000.00 8 $ 1,000.00 56 $ 7,000.00 12 $ 2,220.00 16 $ 2,960.00 TOTAL 28 136 0 ITEM No. TASK LIST ESTIMATED GRAND TOTAL $ 24,180.00 Page 9 0124 Cranston Engineering Group, P. C. ENGINEERS PLANNERS SURVEYORS PROJECT NAME: CLIENT: Mark's Church Road Widening City of Augusta, Georgia DATE PREPARED: April 23, 2009 PRINTED 23-Apr-09 MAN-HOUR FEES PM ET PRINCIPLE IN CHARGE PROJECT MANAGER ENGINEERING TECHNICIAN PC $185.00 $ 125.00 $ 70.00 BRIDGE HYDRAULICS/BRIDGE SCOUR ITEM HOURS BY PROFESSIONAL No. TASK LIST PC PM ET AMOUNT 1 Field Visits and Documentation 2 6 $ 1,120.00 2 Determination of Flood Flow Rates 1 8 $ 1,185.00 3 Inputting Existing Conditions Geometric Data 2 32 $ 4,370.00 4 HECRAS Modeling Existing Conditions 1 10 $ 1,435.00 5 Geometry Modification for Box Culvert Option 1 6 $ 935.00 6 Modeling of Box Culvert Option 1 10 $ 1,435.00 7 Geometry Modification for New Bridge Option 1 6 $ 935.00 8 Modeling of New Bridge Option 1 10 $ 1,435.00 9 Determination of No-Rise Bridge Opening 1 8 $ 1,185.00 10 Level 1 Analysis - Stream Channel Migration 2 6 $ 1,120.00 11 Bridge Scour Analysis and Plotting Scour Prism 4 32 $ 4,740.00 12 Preparation of Hydraulics Report 4 40 $ 5,740.00 13 Project Management 8 $ 1,480.00 TOTAL 29 174 0 ESTIMATED GRAND TOTAL $ 27,115.00 Page 10 of24 ~ 0') 0" 0_ "71:: oM 0')0 ~o oE ~~ fl:~ ....a.oa:::a::: Qj i...: E ~~ tEuz. .,Q)::lQ)C ~ 'e- ~ .~ 5 Cla.a.a.U ~~~~~~~~~~~~~~~~~~~~l~~ ~~~G~~~~g~~g~~~~~8gggg ~~~~_~~~6~M6N~6M66666g ,...., ~~~o~~~o ~~ ~o ~ ~ ~_~~_M~~ONNON~~M~OOOO~ OOOOOOOOOO.OOOQOOOOOO 0 ooccccoooooco~oooooo 0 00000000000000000000 0 ooooc_o_oooo_ooo~oocoo ~ oooooo~o_oo_.o~oooooo III .!! CII E :;::; III W ~ :l o :E: t: CII ~ c: o :;::; CII ~ CII Q. I!! a. Q) III CII .a CII - CII Cl \C, 0 0 0 .......(',\~_;;;:JO:>OOOOOOO'-" "" c "" "" o~~~~~~~o~ooco~ooooco 07~~7Sg~O~oocoOOOOCOO ~NOO~~~~ONN_~O~~OOOO ~OOON-~~OONOCOO~OOCO Q) III CII .c: a. .2 .'J.) <:( <I) 0 0 'E <: ~ '" .J:i .>( cr. <.) '0; IJ..i ;.>- ] ~ <I) ~ <: ~, 1:; 0 <I) <.) 0- cr. ;::l 'J) c:: <.) ;.- ~ 0 ~ <I) "8 t <I) r:/"l U ~ '" ""Cl 0-' >- <: Of .... .f <I) c q 0 V5 <l.) ;::l "?';' '=' c: <I) .... ~ r:/"l .~ ~ O! Q ~ 0 t: <I) ~ co u c 0 'J t <.) "'" .5 ;::l o<l 0 0 .... r./) .- ;::l 0 c ~ co c' ~ ~ 1:;~ ;-.i ;.- ;::l 8 i~ 0 V1 "B tit ~ ...., '=' 0.( 0 c '" - 0 ~ "'" 0 !:'< .... Of ';,; U ~ ..... U Q ::: co :::; .~ 0 U "" Of 3 c ::. .3 N '€ B 3 ~ ;::l -d OJ <> Q <> .~ ;d 'C V1 0 -7' +:l "'" '3 <I) ";;: .... .~ 0 <> ""' '/0 <> ;.- -~ <C <I) <> OJ ..c; o '=' a: ..... u t-< IJ..i ..... > v ""' co t-< -< ::r: -.; u (.J ?-. ~ ~ ......-INf'i/-q-t/i,......r:--ooo-,S -N('"f",7'rJ'-Ct-ccQ'\,C ---............................-......N c 00 c c o N N o N N o N N o ,...., ,...., N "<T ~ q t-< Page 11 of24 0') 0'"0 8"lt ~:5 NM oE 00 a..c: !:::! ~ u..~ '<t a. 00::0:: Qi .. E ~~ tEo~ 2 .~.E .~ 3 <<1,,-_,,-0 oa.a.a.u ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 - - '<t '<t 0 0 0 0 0 0 0 0 0 0 :!; 0 0 0 0 0 0 0 0 0 0 :!; 000_0000000000000000 0 oooooo~oooccc~oooooo 0 oooooooooooco~oooooo 0 oooooo-o~oo_o-oooooo 0 0_00000000__0-000000 0 III Gl - l\l E .. III W ... ~ o :I: l!: l\l :E r:: o .. l! l\l Do l!! .r oooooooooo~oo~oooooo oooc_ooooo~ooooooooo oooooooooo~ooooooooo oocooooooo~ooooooooc 000000000000000000000 Gl III l\l .c: a. tJ'; - .g '" " .':,) ~ ~ '" <l) .~ p;) <.) cid ::: ..l:i ~ 'x ~ 2: <.) ;.; "ro 1:::3 0) 0:: "0 " '" C c g .l:: '" " '" '" '" 0) t) :::: ~ " ;,. <Zl ~ 0 ~ e s '" " :s;; u -::;; ;.. ~ ::: " C ;;; C V1 <l) '-< '" .2 '" .-f " [; V1 '" '-< " t"l ;> <Zl .., .5 til Cl E u c ::; u ;,. t) ::: '"<:l cid 0 C 0 '-< VJ '-< 0 s '" 16 u til .l:: E c~ :::l ;-I :::: ":! ~ ~ u '" 0 if) ~ 0 .S '" '---. Cl E ~ "0 U .... gj '" 0 u '" '-< :::l ~ ~ Cl ~ '" ~ "E ~ Q v -::;; bI :::l a ~ ,~ .;:! € ~ EO ~ u Cl .~ >-: '" .;:; <Zl t ";:l '"<:l E: " ;.:.- '-< '" .;;:. ..s u c... .c 5 '" <l) 0 '" 0 <( " " <l) f-< WJ ...., ;> c c... a:l f-< < i$ U ~..-\ U U ~ ::<: U _N~~~_~OO~O=~~~~~~~~~ o '<t o '<t o '<t ~ - 00 '" til ;;; f-< Page 12 of24 Page 1 of 3 BRIDGE FOUNDATION INVESTIGATION COST ESTIMATE SUMMARY WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-BFI (Submitted: April 21,2009) CATEGORY COST Personnel Field & Lab $8,586 $4,702 PROJECT TOTAL $13,288 Assumptions/Project Information: 1. The scope of work for this project consists of performing a Bridge Foundation Investigation (BFI) for the proposed Marks Church Road over Raes Creek bridge replacement in the City of Augusta, Augusta-Richmond County, Georgia. We understand that the existing single span bridge is planned to be replaced with a single span (Le., two bents) bridge. The bridge will be about 70 to 80 feet in length. No other design information is available. 2. The BFI will be performed in general accordance with GDOT guidelines. We propose to drill two (2) standard penetration test (SPT) borings. The borings will be drilled to an average depth of 50 feet below the existing ground surface. 3. Based on a review of Google Maps of the project site, we anticipate that the borings can be drilled without any need for dozer-clearing. However, hand clearing with a chainsaw will likely be needed in some areas. One hour of hand clearing is included in our scope of work. 4. We anticipate that the borings will be drilled off the existing roadway shoulders. No traffic control with flagmen is included in our scope of work. 5. This cost estimate assumes that all field work can be accomplished within normal business hours. An average drilling production rate of 75 feet per day is used in our cost estimate. 6. We assume that the proposed bridge bents will be staked to reference our boring locations. 7. No additional mob/demob trips are included for engineer and field crew to account for any inclement weather that may shut down field work. 8. We assume that the work for this project will be performed in 2009. We reserve the right to adjust this cost estimate to reflect prevailing costs during project execution. 9. We understand that supplemental agreements will be established when the estimated units, unit rates, and/or planning assumptions used to prepare this cost estimate do not represent the actual field performance conditions. 10. Schedule: We estimate that it will take about eight weeks to complete the BFI work for this project. Proposed bridge drawingl and survey stakes at the bridge bent locations will be required prior to the beginning of our field work. 11. This cost estimate was prepared for w.R. Toole Engineers by Paul Zhang, PE on April 21, 2009, and reviewed by James L. Willmer, PE. Will mer Engineering Confidential 4/21/2009 P09-169B Marks Curch Road Reconstruction - BFI Page 13 of24 Page 2 of 3 PERSONNEL HOUR ESTIMATE WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department. Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-BFI TASK PRINCIPAL SENIOR PROJECT FIELD WORK CADD CLERICAL TASK NO. DESCRIPTION ENGINEER ENGINEER ENGINEER COORDINATOR TECHNICIAN TOTALS I GENERAL IA SITE VISIT 0 IB PROJECT MANAGEMENT, INVOICING, SCHEDULING & COORDINATING SUBCONTRACTOR ACTIVITIES 2 IC PROJECT TEAM MEETINGS & CONSULTATION 5 0 II FIELD & OFFICE IIA UTILITY LOCATE & GAINING SITE ACCESS / PROPERTY OWNER CONTACT liB BORING LAYOUT (FIELD) IIC SOIL LOGGING/CLASSIFICATION & DRILL CREW SUPERVISION/PAVEMENT EVAL. 12 liD GROUNDWATER READINGS 0 liE INSTALLATION OF EROSION CONTROL and/or LIMITED SITE RESTORATION 0 II F BORING BACKFILL 0 IIG TRAVEL TO & FROM SITE for PERSONNEL 6 IIH SAMPLE TRANSPORT TO LABORATORY (unless concurrent with weekly travel to & from site) 0 III LABORATORY ASSIGNMENT & BORING RECORD REVIEW 3 IIJ BORING RECORD & PLAN PREPARATION 6 K ENGINEERING ANALYSIS & DESIGN 13 L UNSUITABLE MATERIAL INVESTIGATION 0 M REPORT PREPARATION 17 N DRAFT REPORT PUBLISHING 3 0 REPORT REVISIONS 5 P COMPILE FINAL REPORT 3 Q QAlQC 1 PERSONNEL TOTALS 78 TOTAL HOURS PERSONNEL CLASSIFICATION PRINCIPAL ENGINEER SENIOR ENGINEER PROJECT ENGINEER FIELD WORK COORDINATOR CADD TECHNICIAN CLERICAL MATERIALS & TRAVEL R"E"P"ROb(j'ci'i'C5N"""COSTS (Estimated) PERSONNEL PER DIEM MILEAGE mmmmm.............m~Y.1:lc=.9tol~lJl,. T ANTS DRILLING SUBCONTRACTOR SURVEYOR TRAFFIC CONTROL TOTAL OTHER DIRECT COSTS ESTIMATED TOTAL COST (EXCLUDING FIELD & LAB) Willmer Engineering Confidential 4/21/2009 P09-169B Marks Curch Road Reconstru~gQF!l4 of24 Page 3 013 DRILUNG AND LABORATORY COST ESTIMATE WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-BFI mmm" COST $500 ITEM MOBILIZATION, PER RIG AbbificYNALMOSEOVER 50-MILE RADIUS wDRiI..LCREWPERDIEM;twOMANcREW sfANDARDPENEfRAfloNTEsfSORiNG(6: 50') CORING MACHINE MOBILIZATION PIEZOMETERiMONiTORiNGVVELL wCOREORRofARVDRILUNGSETOP wwww.......wwww..............NQ..ROck..CORiNG (Z cores @ Y It per core) ... ... .......ww wwwwwwwwwwfEMPORAiWCASiillG .wa1ifsERiESSAGSAMPI..ESeach SOIC..SUPPORT..SAMPLES eaCtiW ONsOifAsI..EMATERiAI....iNVESTIGAi"ION ... .....100\.... ww . lJI'JDISTURElE[)~I:lELEl'(:rlJ~~~~IIAF'LIOS ..eilCii. DIFFICULT MOVING hour DRILL CREW STANDBY/DELAY/SITE REHAB hour wDRiCl..iNGfRROUGRCONCRETE;PER.CORE ................eachw wwwwwwwwWATERRAOUNGhour www..w....................AsPRAl..TPAVEMEiIIT..cORiNG . each ww.. . w w ...wwpAfCRiillGiNCONCREfE . . ww weach .......... .wwwwpAfcRiNGTNAsPHALT ... . weachw DYNAMIC CONE PENETROMETER TEST hour ._.__________.._mmmm......._mmm................................................ TOTAL DRILLING COSTS $3,062 ITEM COST $0 wwww$456 $0 wwww$6 wij;f66b $0 www$6wW ...................wwwwij;6 810.01 TESTING ww .www............ USCSTESfs CBR, SOIL SUPPORT .... www..!RiAXiACsREARfcD/Ppj wwwwcoillsoClbATION CORROSIVlTY SERIES NAi"DRACMoiSfDREcoillfENT . .. W .wORGANICCONTENf TOTAL LABORATORY COSTS $1,450 ITEM UNIT TRAVEL DOZER FOR: CLEARING TO SORING LOCATIONS wwwwwRAiIIDCI..EARi.NG.WifRcRAiill:SAw EROSION CONTROL (Materials & Trenchin .wlOgyipment) LIMITED SITE RESTORATION in CLEARED/DISTURBED AREAS TRAFFIC CONTROL TOTAL OTHER DIRECT COSTS w~ay hour lineal foot materiillscoSls @ actual da $190 TOTAL ESTIMATED FIELD AND LABORATORY cosn; $4,702 Willmer Engineering Confidential 4/21/2009 POS-169B Marks Curch Road Reconstr~FJ 50/24 Page 1 of 3 EXISTING PAVEMENT EVALUATION COST ESTIMATE SUMMARY WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-EPA (Submitted: April 21, 2009) CATEGORY COST Personnel Field & Lab $7,088 $2,311 PROJECT TOTAL $9,399 Assumptions/Project Information: 1. The scope of work for this project consists of performing Existing Pavement Evaluation along Marks Church Road from Wrightsboro Road to the new Wheeler Road intersection in the City of Augusta, Augusta-Richmond County, Georgia. We understand that the north limit of proposed reconstruction project ends at the recently completed urban section of Marks Church Road. The total length of the project is approximately 1 mile. The project section of Marks Church Road is planned to be widened from a two-lane to a three/four-lane roadway. We anticipate that the widening will be on both side of the road. Other improvements will include sidewalks, curb and gutter, drainage improvements, full-depth pavement replacement, and pavement overlay. 2. Existing Pavement Evaluation will be performed in general accordance with GOaT guidelines for the entire project length. We estimate four pavement cores. Pavement and base layer thickness will be determined at each location. Dynamic cone penetrometer tests will be performed in the subgrade soils at each pavement core location to estimate in-situ CBR values. We will need traffic data (GOaT format) from the City for use in pavement design. 3. We anticipate that lane closure with flagmen will be required to perform the pavement coring and evaluation. One day of traffic control with flagmen is included in our scope of work. 4. This cost estimate assumes that all field work can be accomplished within normal business hours. 5. We assume that 1 OO-foot spaced roadway centerline stakes will be available to reference our core locations. 6. No additional mob/demob trips are included for engineer and field crew to account for any inclement weather that may shut down field work. 7. We assume that the work for this project will be performed in 2009. We reserve the right to adjust this cost estimate to reflect prevailing costs during project execution. 8. We understand that supplemental agreements will be established when the estimated units, unit rates, and/or planning assumptions used to prepare this cost estimate do not represent the actual field performance conditions. 9. Schedule: We estimate that it will take about six to eight weeks to complete the pavement evaluation work for this project. Roadway plans and survey stakes along project centerline will be required prior to the beginning of our field work. 10. This cost estimate was prepared for w.R. Toole Engineers by Paul Zhang, PE on April 21, 2009, and reviewed by James L. Willmer, PE. Willmer Engineering Confidential 4/21/2009 P09-169B Marks Curch Road Reconstruction - Existing Pavement Eval Page 16 of24 Page 2 of 3 PERSONNEL HOUR ESTIMATE WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department. Augusta-Richmond County. Georgia Willmer Proposal No. P09-169B-EPA TASK PRINCIPAL SENIOR PROJECT FIELD WORK CADD CLERICAL TASK NO. DESCRIPTION ENGINEER ENGINEER ENGINEER COORDINATOR TECHNICIAN TOTALS I GENERAL IA SITE VISIT 2 IB PROJECT MANAGEMENT, INVOICING, SCHEDULING & COORDINATING SUBCONTRACTOR ACTIVITIES IC PROJECT TEAM MEETINGS & CONSULTATION 3 0 II FIELD & OFFICE IIA UTILITY LOCATE & GAINING SITE ACCESS / PROPERTY OWNER CONTACT liB CORING LAYOUT (FIELD) IIC SOIL LOGGING/CLASSIFICATION & DRILL CREW SUPERVISION/PAVEMENT EVAL. 4 liD GROUNDWATER READINGS 0 liE INSTALLATION OF EROSION CONTROL and/or LIMITED SITE RESTORATION 0 II F BORING BACKFILL 0 IIG TRAVEL TO & FROM SITE for PERSONNEL 11 IIH SAMPLE TRANSPORT TO LABORATORY (unless concurrent with weekly travel to & from site) 0 III LABORATORY ASSIGNMENT & BORING RECORD REVIEW 0 J CORING RECORD & PLAN PREPARATION 4 K ENGINEERING ANALYSIS & DESIGN 10 L UNSUITABLE MATERIAL INVESTIGATION 0 M REPORT PREPARATION 16 N DRAFT REPORT PUBLISHING 3 0 REPORT REVISIONS 5 P COMPILE FINAL REPORT 3 Q QAlQC 1 PERSONNEL TOTALS 65 TOTAL HOURS PERSONNEL CLASSIFICATION PRINCIPAL ENGINEER SENIOR ENGINEER PROJECT ENGINEER FIELD WORK COORDINATOR CADD TECHNICIAN CLERICAL MATERIALS & TRAVEL REPRODUCTION COSTS (Estimated) PERSONNEL PER DIEM MILEAGE SUBCONSULTANTS DRiLLI.NGSUBCONTRACTOR..... SURVEYOR TRAFFIC CONTROL TOTAL OTHER DIRECT COSTS ESTIMATED TOTAL COST EXCLUDING FIELD & LAB) Willmer Engineering Confidential 4/21/2009 P09-169B Marks Curch Road Reconstruction - Existing Pave~af 7 of 24 Page 3 of 3 DRILLING AND LABORATORY COST ESTIMATE WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-EPA AMtX10JtAirAWW"" $1,211 ITEM UNIT MOBILIZATION, PER RIG each AbbifioNAL..i'iiiOBEOVERSO::i'iiiiLERAoiUsmiTiiiem m DRILL CREW PER DIEM, TWO MAN CREW day AOGERBORiNGS ... foot ........................................................................................................... . CORING MACHINE MOBILlZATIONmj()~ PiEZOMEfERlrViONifORINGViiE[L foot CORE OR RofARYORiLUNG sEtOp each . ... ... ...mmmmmNQROCKCORiNG m (Zcores@lYftper core) foot mm.m mm m ............. ... TEMPORARY CASiNGfoiii afOSERIESBAGsAi.iPLES .eacti SOiCSOPPORTSAi'iiip[ES . each . sPtSAMpLEsiiiiisiiifSurveyCul Sections i conjunction w/ Auger Borings l.iNbISTORBEbmsHE1I3VfOBESAMP[ES ......._m.._mmmm............................................................... DIFFICULT MOVING DRILL CREW STANDBY/DELAY/SITE REHAB bRiLlINGtHRol.iGRCONCRETE,PERCORE mmmmmmmmmWATERHAOUNG ....mAsPHAL T pAVEMENT CORING mmpAfCHiNGiNCONCREfE mmm mmmmmmmmpAfCRiNGTNASpHAL T DYNAMIC CONE PENETROMETER TEST . ........................................................................................ TOTAL DRILLING COSTS ITEM COST 810.01 TESTING mmmm . ml.iSCSfESfs CBR, soil. SUPPORT mmmmmmmmmmfRIAXiA[SHEARiC01Pp) .mmmmmm .... CONSOlIbAfioN m CORROSIVlTY SERIES ........ ........................NAfl.iRAL..i'iiioisfORECONfENT ... ......mmm........mmmmmmm.... ORGANIC..coNTENf TOTAL LABORATORY COSTS * L% $0 ITEM UNIT mile COST mm $0 $0 $0 TRAVEL bOZERFOR CLEARiNG TO SORING LOCATIONS . HANbcLEARiNGWitHCHAiN=sAW. EROSION CONTROl (Materials & Trenchin mmm ... EquiPment) LIMITED SITE RESTORATION in CLEARED/DISTURBED AREAS TRAFFIC CONTROL TOTAL OTHER DIRECT COSTS $0 $0 $1,100 $1,100 am TOTAL ESTIMATED FIELD AND LABORATORY COSTS mm&W% w-- $2.311 Willmer Engineering Confidential 412112009 POS-169B Marks Curch Road Reconstruction m Existing pavelleagal18 of 24 Page 1 of 3 SOIL SURVEY COST ESTIMATE SUMMARY WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-SS (Submitted: April 21,2009) CATEGORY COST Personnel Field & Lab $9,891 $6,382 ~-.-?'P'~'^'==' -mpPPPPP.=_mmmm.v.'._"m _p_p___n,,_,_,pp .=m.=N WmPPPPm .n~~__._'W ppppp.=__'_' PROJECT TOTAL $16.273 Assumptions/Project Information: 1. The scope of work for this project consists of performing Soil Survey along Marks Church Road from Wrightsboro Road to the new Wheeler Road intersection in the City of Augusta, Augusta-Richmond County, Georgia. We understand that the north limit of proposed reconstruction project ends at the recently completed urban section of Marks Church Road. The total length of the project is approximately 1 mile. The project section of Marks Church Road is planned to be widened from a two-lane to a three/four-lane roadway. We anticipate that the widening will be on both side of the road. Other improvements will include sidewalks, curb and gutter, drainage improvements, full-depth pavement replacement, and pavement overlay. 2. Soil Survey will be performed in general accordance with GOOT guidelines. No roadway plans, profiles or cross sections are available at the time of this proposal. We assume that about 50% of the roadway will be in cut or at-grade and 50% in fill. We assume an average boring depth of 8 feet in cut or at-grade areas and 5 feet in fill areas. Soil Survey borings will be spaced 300 feet apart in cut or at-grade sections and 500 feet apart in fill sections. Considering the likely consistent subsurface conditions along the project alignment, only one boring will be drilled at each drilling station. We estimate a total of 15 borings with a total drilling footage of 105 feet for the entire project length. Sampling and GOOT 81 O-series laboratory testing will be performed at a reduced frequency of one sample every other drilling station (Le., one half of the standard GOOT frequency). 3. Based on a review of Google Maps of the project site, we anticipate that the borings can be drilled without any need for dozer-clearing. However, hand clearing with a chainsaw will likely be needed in some areas. Two hours of hand clearing is included in our scope of work. 4. We anticipate that the borings will be drilled off the existing roadway shoulders. No traffic control with flagmen is included in our scope of work. 5. This cost estimate assumes that all field work can be accomplished within normal business hours. An average drilling production rate of 75 feet per day is used in our cost estimate. 6. We assume that 100-foot spaced roadway centerline stakes will be available to reference our boring locations. 7. No additional mob/demob trips are included for engineer and field crew to account for any inclement weather that may shut down field work. 8. We assume that the work for this project will be performed in 2009. We reserve the right to adjust this cost estimate to reflect prevailing costs during project execution. 9. We understand that supplemental agreements will be established when the estimated units, unit rates, and/or planning assumptions used to prepare this cost estimate do not represent the actual field performance conditions. 10. Schedule: We estimate that it will take about ten weeks to complete the Soil Survey work for this project. Plans, profiles, cross sections and survey stakes along project centerline will be required prior to the beginning of our field work. 11. This cost estimate was prepared for w.R. Toole Engineers by Paul Zhang, PE on April 21, 2009, and reviewed by James L. Willmer, PE. Willmer Engineering Confidential 4/21/2009 P09-169B Marks Curch Road Reconstruction - Soil Survey Page 19 of24 Page 2 of 3 PERSONNEL HOUR ESTIMATE WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-SS TASK PRINCIPAL SENIOR PROJECT FIELD WORK CADD CLERICAL TASK NO. DESCRIPTION ENGINEER ENGINEER ENGINEER COORDINATOR TECHNICIAN TOTALS I GENERAL IA SITE VISIT 2 IB PROJECT MANAGEMENT, INVOICING, SCHEDULING & COORDINATING SUBCONTRACTOR ACTIVITIES 2 IC PROJECT TEAM MEETINGS & CONSULTATION 5 0 II FIELD & OFFICE IIA UTILITY LOCATE & GAINING SITE ACCESS / PROPERTY OWNER CONTACT 2 liB BORING LAYOUT (FIELD) 2 IIC SOIL LOGGING/CLASSIFICATION & DRILL CREW SUPERVISION/PAVEMENT EVAL. 12 liD GROUNDWATER READINGS 0 liE INSTALLATION OF EROSION CONTROL and/or LIMITED SITE RESTORATION 0 IIF BORING BACKFILL 0 IIG TRAVEL TO & FROM SITE for PERSONNEL 11 II H SAMPLE TRANSPORT TO LABORATORY (unless concurrent with weekly travel to & from site) 0 III LABORATORY ASSIGNMENT & BORING RECORD REVIEW 3 J BORING RECORD & PLAN PREPARATION 8 K ENGINEERING ANALYSIS & DESIGN 12 L UNSUITABLE MATERIAL INVESTIGATION 0 M REPORT PREPARATION 21 N DRAFT REPORT PUBLISHING 3 0 REPORT REVISIONS 5 P COMPILE FINAL REPORT 3 Q QA/QC 1 PERSONNEL TOTALS 92 PERSONNEL CLASSIFICATION PRINCIPAL ENGINEER SENIOR ENGINEER PROJECT ENGINEER FIELD WORK COORDINATOR CADD TECHNICIAN CLERICAL TOTAL HOURS MATERIALS & TRAVEL R'E'p'Roblici'ioN"'cos'Ts"'(Esti'ili'a:ted)" PERSONNEL PER DIEM MILEAGE SUBCONSULTANTS DRiLi::iNGSUEiCONTRACfoR'" SURVEYOR TRAFFIC CONTROL TOTAL OTHER DIRECT COSTS ESTIMATED TOTAL COST EXCLUDING FIELD & LAB) Willmer Engineering Confidential 4/21/2009 P09-1698 Marks Curch Road Reconstruction" sr/rPagee'iO of 24 Page 3 013 DRIlliNG AND LABORATORY COST ESTIMATE WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Will mer Proposal No. P09-169B-SS ITEM UNIT each miiemm .mday.. mtoot mm mj().~m.. foot mmeachm COST .m .....m~~QQmmmm $300 $472 ITEM MOBILIZATION, PER RIG mAbbifIONAlMOBEOVERSQ::MiCE..RAbiiJs m.......bRI[CCREWPERDIEM:tWOMAN..CREW.. m ...................AiJt3ERBORINGS , , , ...............m.................................................._.._.. CORING MACHINE MOBILIZATION mi>iEZOMEfERiMoNifORINGWEC[ CORE OR RofARVDRfLUNGSEfui> m............ ................................. ...............mNcfROckcORiNt3 ... (Z cores@ VII per core) m mm................m................................... fEMPORAAVcAsiNG il10SERIESsAGSAMpLES soiCSiJPPORf. SAMPLES spf S.A.MpLES (toiSoifSl.lrveyCl.lISeciioiiiiT conjunction w/ AugerBorings . iJNbistDRBEbSHELsvfuBE SAMPLES .............................................mmm................. ..... DIFFICULT MOVING DRILL CREW STANDBYIDELAY/SITE REHAB .....DRILLiNt3.fHROiJGH..coNcREfE;PER.CORE WAfERHAiJUNG mASPHALfpAVEMENfCORiNG .. mm PAfcHiNGiN CONCREfE PAfcRiNt3TNAsPHACf m.... .....D)'N.AIVIICG(lt-.lEPi::t-.liOT'3CllllliOTiO'3..Ti::ST ...............1001 each meach mmmmmmmm.JOm.. . $0 . .. ..... Som $0 mmm.mmm...Som $280 mmm.m.mm~Qm $0 TOTAL DRILLING COSTS $2,582 %ffiiK iA ~ COST 810.01 TESTING .mmmmmmmmmmmm..........USCS..fESfs .. CSR,soiCsiJi>i>ORf mmmm............m................mmmfBfAXIAL~F~Ai3(g(jjf"fi) ... CONSOLIDATION CORROSIVITY SERIES mmmm .............mmm..NAfiJRACMOisfuRECoNfENf ... mmmmmmmmmORGANiccONfENf $0 mm$500 ............. ... ..mm m$Omm $0 $0 mmmmmmm$120m $0 TOTAL LABORATORY COSTS $3,420 - ITEM UNIT mile COST $0 $0 $380 TRAVEL DoiER.FOR.cLEAAING.foSORING . LOCATIONS day .RANDC[EARiNGWiTHCHAiN~sAW .mmhol.lim EROSION CONTROL (Materials & Trenchin . EquiplTI"nt) LIMITED SITE RESTORATION in CLEARED/DISTURBED AREAS TRAFFIC CONTROL TOTAL OTHER DIRECT COSTS $0 $0 $0 $380 ~W& = 0 TOTAL ESTIMATED FIELD AND LABORATORY COST!; $6,382 Willmer Engineering Confidential 4/21/2009 POS-169B Marks Curch Road Reconstruction -ertll~W11 of 24 Page 1 of 3 RETAINING WALL FOUNDATION INVESTIGATION COST ESTIMATE SUMMARY WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-WFI (Submitted: April 21, 2009) CATEGORY COST Personnel Field & Lab $6,253 $1,536 PROJECT TOTAL $7,789 Assumptions/Project Information: 1. The scope of work for this project consists of performing Wall Foundation Investigations (WFI) for a potential retaining wall(s) along Marks Church Road in the City of Augusta, Augusta-Richmond County, Georgia. The number, exact location, and heights of the potential wall(s) are not available at this time. We understand that the total length of the wall(s) will be approximately 400 linear feet and will be located on the west side of the road near Tanglewood Drive. The maximum height is assumed to be 10 feet. The expected wall types are either gravity or cantilever wall. No other design information is available at this time. 2. WFI will be performed in general accordance with GOaT guidelines. We estimate to drill four (4) standard penetration test (SPT) borings for the wall(s). The borings will be drilled to an average depth of 15 feet below the existing ground surface. We estimate a total of four SPT borings with a total drilling footage of 60 feet. 3. Based on a review of Google Maps of the project site, we anticipate that the borings can be drilled without any need for dozer-clearing. However, hand clearing with a chainsaw will likely be needed in some areas. One hour of hand clearing is included in our scope of work. 4. We anticipate that the borings will be drilled off the existing roadway shoulders. No traffic control with flagmen is included in our scope of work. 5. This cost estimate assumes that all field work can be accomplished within normal business hours. An average drilling production rate of 75 feet per day is used in our cost estimate. 6. We assume that 100-foot spaced roadway centerline stakes will be available to reference our boring locations. 7. We assume that the WFI work will be performed at the same time of the proposed BFI work. No additional mob/demob trips are included for engineer and field crew for the WFI or to account for any inclement weather that may shut down field work. 8. We assume that the work for this project will be performed in 2009. We reserve the right to adjust this cost estimate to reflect prevailing costs during project execution. 9. We understand that supplemental agreements will be established when the estimated units, unit rates, and/or planning assumptions used to prepare this cost estimate do not represent the actual field performance conditions. 10. Schedule: We estimate that it will take about six weeks to complete the WFI work for this project. Proposed wall plans and envelopes and survey stakes at the wall locations will be required prior to the beginning of our field work. 11. This cost estimate was prepared for W.R. Toole Engineers by Paul Zhang, PE on April 21, 2009, and reviewed by James L. Willmer, PE. Will mer Engineering Confidential 4/21/2009 POS-169B Marks Curch Road Reconstruction - WFI Page 22 of24 Page 2 of 3 PERSONNEL HOUR ESTIMATE WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-WFI TASK PRINCIPAL SENIOR PROJECT FIELD WORK CADD CLERICAL TASK NO. DESCRIPTION ENGINEER ENGINEER ENGINEER COORDINATOR TECHNICIAN TOTALS I GENERAL IA SITE VISIT 0 IB PROJECT MANAGEMENT, INVOICING, SCHEDULING & COORDINATING SUBCONTRACTOR ACTIVITIES IC PROJECT TEAM MEETINGS & CONSULTATION 5 0 II FIELD & OFFICE IIA UTILITY LOCATE & GAINING SITE ACCESS / PROPERTY OWNER CONTACT liB BORING LAYOUT (FIELD) IIC SOIL LOGGING/CLASSIFICATION & DRILL CREW SUPERVISION/PAVEMENT EVAL. 8 110 GROUNDWATER READINGS 0 liE INSTALLATION OF EROSION CONTROL and/or LIMITED SITE RESTORATION 0 IIF BORING BACKFILL 0 IIG TRAVEL TO & FROM SITE for PERSONNEL 0 IIH SAMPLE TRANSPORT TO LABORATORY (unless concurrent with weekly travel to & from site) 0 III LABORATORY ASSIGNMENT & BORING RECORD REVIEW 3 J BORING RECORD & PLAN PREPARATION 4 K ENGINEERING ANALYSIS & DESIGN 8 L UNSUITABLE MATERIAL INVESTIGATION 0 M REPORT PREPARATION 17 N DRAFT REPORT PUBLISHING 3 0 REPORT REVISIONS 5 P COMPILE FINAL REPORT 3 Q QAlQC 0 PERSONNEL TOTALS 59 PERSONNEL CLASSIFICATION PRINCIPAL ENGINEER SENIOR ENGINEER PROJECT ENGINEER FIELD WORK COORDINATOR CADD TECHNICIAN CLERICAL TOTAL HOURS MATERIALS & TRAVEL i'fE'P'R'oo'lj'ci'ioN' COSTS (Estimated) PERSONNEL PER DIEM MILEAGE SUBCONSULTANTS ............................................... . DRILLING SUBCONTRACTOR SURVEYOR TRAFFIC CONTROL TOTAL OTHER DIRECT COSTS ESTIMATED TOTAL COST EXCLUDING FIELD & LAB) Willmer Engineering Confidential 4/21/2009 POll-169B Mar1<s Curch Road Reconslru~~~ 0124 Page 3 013 DRILLING AND LABORATORY COST ESTIMATE WORKSHEET Marks Church Road Reconstruction City of Augusta Engineering Department, Augusta-Richmond County, Georgia Willmer Proposal No. P09-169B-WFI 810.01 TESTING USCS TESTS m. ..mcsR;soiCs(JPPORT .m..........TRiAi<iAt.:..SHEAA(CUiPPj m.....coNsoCioATioN . CORRoslVliYSERiES NATiJRACMOisTURE CONTENT mmoRGANiccoiliTENT each each hour hour each mm m .mhour each each mmmeiich hour ITEM MOBILIZATION, PER RIG ADDITIONAL MOBEOVER50:MILE RADIUS m......DRiCCCREVVPERDiEM;fWoMANcREW m .. STANDAROPEiliETRATIOiliTESTSORING (0- 50') CORING MACHINE MOBILIZATION piEZOMETERiMONITORING..INELL CORE..ORROTARYDRILCING..SETUP ...mm_..m".................. .............................. .m.m81O SERIES BAG SAMP SOiCS(JPPORTSAMPl.ES ..........sPfSAMpCES(forSoil.Survey.CufSeCtlons i conjunction wi Auger Borings ..........................UNl5i$fU~~gl5$B~~~YflJ~~$AM~CES .. DIFFICULT MOVING DRILL CREW STANDBYIDELAY/SITE REHAB ORICUiliG.THROUGHCOiliCRETE,PERCORE mWATERHAUUiliG AspHACTPAVEMENTCORING . pATCHING IN CONCRETE .. pAfCHINGTNAspHACT mm OYNAMICCONEPENETROMETERTEST TOTAL DRILLING COSTS $896 ITEM UNIT each each each meach each each meach TOTAL LABORATORY COSTS r.i~ mwAiffiW-" $450 ITEM COST ~Om TRAVEL mmmmmmmmmbOZERFORCl.EAAiNGTbSORING LOCATIONS mmmmmHANDCl.EARI.NGVViTHCHAiN:sAW EROSION CONTROC(Maieiiais & Trenchin mmmmmmmmEquiPIl1E!l1lJ LIMITED SITE RESTORATION in CLEAREDIDISTURBED AREAS m..... mm..m....................mm...........TR:AFFICCONTR:OC TOTAL OTHER DIRECT COSTS $0 $0 $190 TOTAL ESTIMATED FIELD AND LABORATORY COSTS $1,536 Willmer Engineering Confidential 4/21/2009 P09-1698 Marks Curch Road Recon~~ 'Oil of24 Augusta, GA Engineering Department CONTRACTOR'S DOCUMENTS MARKS CHURCH ROAD RECONSTRUCTION PROJECT NUMBER: XXX-XX-XXXXXXX Certification Statement Local Vendor Preference I certify that my company meets all of the following qualifications to be eligible for the local vendor preference: (1) That my company has a fixed office or distribution point located in and having a street address within Augusta for at least six (6) months immediately prior to the issuance of the request for competitive bids or request for proposals by Augusta; and (2) That my company holds any business license required by the Augusta Richmond County Code for at least 6 months (3) That my company employs at least one (1) full time employee, or two (2) part time employees whose primary residence is in Augusta, or if the business has no employees, the business shall be at least fifty percent (50%) owned by one or more persons whose primary residence is in Augusta. (4) Attached is a copy of my Augusta Business License. Company Name: W. R. Toole EnQineers. Inc. Address: 1005 Broad Street. Suite 200. Auqusta. Georqia 30901 Business License Number 2009#014778 Phone Number: 706-722-4114 ., ::2 ...cI Sworn to before me this 0< v day of Up.J,/ Fax Numbe, 70~2-62~~ Signature:t<J- _ - ~ ,2009 Owner's Name: William R. Toole. P.E.. AICP Notary PUbl~C o~ the State of GeOt.. My co~mission 'lxpires 11/17/09 Notary Public s,gnatur~[:5j . 4. u~clJn~rinted Name: Elizabeth A. Schachtner II VENDOR DO NOT COMWLETE ~ To be completed by Authorized City Representative from Augusta Richmond County Procurement Department: Vendor Certified: Date: Authorized Signature To be approved as a local bidder and receive preference on an eligible local project, this certificate and a copy of your local business license must be submitted with your bonafide RFP package. RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs AED Page 1 of 26 CONFLICT OF INTEREST: It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: (a) the employee or official or any member of the employee's or official's immediate 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.C.G.A. 45-10-22 and 45-10-24, or the transaction is excepted from said restrictions by a.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 is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or financial interest in a disclosed blind 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) W. R. Toole Enoineers. Inc. contained in the bid specifications. have read and understand the information Vendor Name: W. R. Toole Enqineers. Inc. Address: 1005 Broad Street. Suite 200 City & State: Auqusta. Georoia Phone #: (706) 722-4114 Signature~~~~ Fax # (706) 722-6219 Date: Lt';>d' oq Bid Item Number and Name: RFP #09-101. Desiqn Services for Marks Church Road Reconstruction This form MUST be submitted with RFP package. NO Exception(s) will be granted RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs AED Page 2 of 26 STATEMENT OF NON-DISCRIMINATION The undersigned understands that it is the policy of Augusta-Richmond 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 participation of local small 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 Local 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 herein shall 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 shall 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 I.imited to cancellation of the contract, termination of the contract, suspension and debarment from further contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. ~~~ Vice President Title of Attesting Party cL lrJk;J. ~~ Nota~gnature Subscribed and sworn ~efore me this cl;;"o day of n1' , 2009 Elizabeth Schachtner Notary Public SEAL My commission expires: 11.1'7.09 This form MUST be submitted with RFP package. NO Exception(s) will be granted RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs AED Page 3 of 26 AED Page 4 of 26 EXCEPTION SHEET If the commodity (ies) and/or services proposed in the response to this bid is in anyway different from that contained in this proposal or bid, the bidder is responsible to clearly identify by specification section number, all such differences in the space provided below. Otherwise, it will be assumed that bidder(s) offer is in total compliance with all aspects of the proposal or bid. Below are the exceptions to the stated specifications: 4.02~.oq 4:!r:;:4' ~ Date W. R. Toole Enaineers. Inc. Company Vice President Title RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs RFP FORM City of Augusta Procurement Department 530 Greene Street Suite 605 Augusta, Georgia 30901 Business Location (Check One) -2L-Augusta Richmond County ATTN: Procurement Director _Other (Please Attach Copy) Name of Bidder: W. R. Toole EnQineers. Inc. Street Address: 1005 Broad Street. Suite 200 City, State, Zip Code: Auqusta. Georqia 30901 Phone: (706) 722-4114 Fax: (706) 722-6219 Email: ehammarlund@wrtoole.com Do You Have A Business License In The State of Georgia? (Check One) Yes: X No: Licensed By What City/County Auqusta - Richmond County Business License #: 2009#014778 Fed Tax Id #: 58-1567147 Indicate Legal Form of Ownership Of Bidder (Statistical Purposes Only): Check On:~Corporate _Partnership _Individual _Other (Specify): Acknowledgement of Adden~k and Initial the appropriate box: Addenda 1 04/17/09 Initi Addenda 5 Initial Addenda 2 Initial Addenda 6 Initial Addenda 3 Addenda 4 Initial Addenda 7 Addenda 8 Initial Initial 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 MyHE ATTACHED COPY OF RFP SPECIFICATIONS: Signature: ~ Date: '-I.,?~.Dg This form MUST be submitted with RFP package. NO Exception(s) will be granted RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs AED Page 5 of 26 Bid/RFP/RFQ # 09-101 CONTRACTOR AFFIDAVIT AND AGREEMENT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O.C.G.A. 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.GA 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-1-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. CWIL1791 E-Verify* User Identification Number Please Check One 500 or More_ 100 or More_ 100 or less X Number of Employees W. R. Toole Enoineers. Inc. Company Name ~~-;;:e B : ze Officer or A nt . (Contractor Signature) Lj.22.09 Date Vice President Title of Authorized Officer or Agent of Contractor ./ Vendor with 100 employees or more - must have an E-Verify* User Identification Number Erik Hammarlund. PE Printed Name of Authorized Officer or Agent ./ Vendor with less than 100 employees - check 100 or less box, Fill out the form and return with your submittal. (Georgia law requires an E-Verify* User Identification Number on or after July 1, 2009). SUBSCRIBED AND SWORN BEFORE ME ON THIS .2:Z day ofA-p ~ ,2009 (~6J[A .~~ruv- Nota Public My Commission exp){es: . II. Jr;. 0, (SEAL) MUST BE RETURNED WITH YOUR SUBMITTAL RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs AED Page 6 of 26 Bid/RFP/RFQ # 09 -1 0 1 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10- 91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with W. R. Toole Engineers on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating In a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99- 603], in accordance with the applicability provisions and deadlines established in O. C, G. A 13-10-91. JFOR7597 E-Verify k User Identification Number Cranston Engineering Grou I P.C. Company Name Please Check One 500 or More 100 or more 100 or less X Number of Employees Date 4 - 2 0 - 09 ". Vendor with 100 employees or more - must have an E-Verify . User Identification Number James B. Cranford Printed Name of Authorized Officer or Agent (, BSCRIBED AND SWORN F ME ON THIS ~] Gf DAY OF ~ '" Vendor with less than 100 employees - check 1 00 or less box, fill out the form and return with your submittal. (Georgia Law requires you fo have an E-Verify'User Identification Number on or after July 1. 2009,) , 2009.- MUST BE RETURNED WITH YOUR SUBMITTAL it there are no subcormacttng opportunities, please fiB out the torm (NIA. sign date and notanze). RFP 09-101 Design Services Marks Church Rd_ Reconstruction Specs AED Page 7 of 26 Bid/RFP/RFQ # D9 - \ 0 \ SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10- 91, stating affirmatively that the individual, firm, or ~oration which is engaged in the physical performance of services under a contract with (0 ~ oel..!'.""' ~G.l:tJEC'LS" on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L 99- 603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. Lf"S5 f\.\~ (00 c2VlPLD'i6E3" E-Verify · User Identification Number [~~f>S" ~4,j ['tVVil.o,Jft\ttvr'f>rt.~<. CnT Name _ PL BY: Authorized o~r or Agent (Contractor Signature) Please Check One 500 or More 100 or more 100 or less ..,/ Number of Employees Date: ~ v~ f'~S'..!:j)e.Jr- Title of Authorized Officer or Agent of Contractor ~()e~ w. FbTMA,J Printed Name of Authorized Officer or Agent ",' Vendor with 100 employees or more - must have an E-Verify . User Identification Number SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ""20 DAY OF j\"f'{ ~ ~ ,200~ ~ ~ {L~.:~) ;)~.~.; otary u IC ::';)'" ,t :',c, ",'~ ,: ;; '.d"'" W,",,- My Commission Expires:g'r!:':{~","1 ( iii ,,~.'~t.~ l,. -..f.!,. U ,; Vendor with less than 100 employees - check 100 or less box, fill out the form and retum with your submittal. (Georgia Law requires you to have an E-Verify'User Identification Number on or after July 1,2009.) (Seal) MUST BE RETURNED WITH YOUR SUBMITTAL if there <He no subcontracting opportunities. please fill out the form (NiA sign date and notanz:e) RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs AED Page 8 of 26 AED Page 9 oj 26 BidfRFP/RFQ # SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.GA 13-10- 91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with W. R. Tool Endneerin~ on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program" [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorlzatjon program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99- 603}, in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. 52704 f1ease Check One 500 or More _ 100 or more_ 100 or less Number of Employees E-Verify" User Identification Number Gresham. Smith and Partners C.ompany Name lL .~ .C'c~U)LlW-- ~~ BY: Authorized Officer or Agent (Contractor Signature) Director of Human Resources TitieofAuthorizecrOfficer or Agent of Contractor Carolyn Kitts Printed Name of Authorized Officer or Agent Date: April 22, 2009 ../ Vendor wilh 100 employees or more.. musl have an E-Verify' User Identification Number .,/ VendQr with less than 100 employees - check 100 or less box. fill oullhe form and return Wilh your submittal. (Georgia law requires you to have an E-Verify.User Identification Number on or after July 1.2009.) ,200* Public ommissi9n Expires: //jJ'fLO '/ ~\i\\llill/ill/lll. ~\\'b\<.\E M. It 111,.z (Sea l) ~ ~~...........;1~~ ~ ..' STATE .... ~ ~ .. . ~ ~.. OF .. ~ ~ f TENNESSEE ~ ~ ~ ~ NOTARY : ~ ~ .... PUBLIC ...~ ~ ~ .a ... co@.. ~ ~/, *l11rk.:......... ~~ 'III/ ~"UN \\\" 111/1I1/1I1l1\"'" . MUST BE RETURNED WITH YOUR SUBMITTAL if there ~re no 5uhcontmcting opportunities, please fill out liH:! form (NiA sign, (jate and f)otarize), RFP 09-101 DesignServicas Marks Church Rd. Reconstruction Specs Bid/RFP/RFQ # 09 -101 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10- 91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with W. R. Toole Engineers on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99- 603J, in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91 . 125018 E-Verify * User Identification Number Photo Science Company Name ~~ Please Check One 500 or More 100 or more ~ 100 or less Number of Employees ~.. ------ /C-~ Date: April 22, 2009 BY: Authorized Officer or Agent (Contractor Signature) Financial Manager Title of Authorized Officer or Agent of Contractor " Vendor with 100 employees or more - must have an E-Verify * User Identification Number Derric~_A. Ritchie Printed Name of Authorized Officer or Agent ./ Vendor with less than 100 employees - check 100 or less box, fill out the form and return with your submittal. (Georgia Law requires you to have an E-Verify*User Identification Number on or after July 1, 2009.) SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF A CI ( Seal) 11 UHH'e are 110 MUST BE RETURNED WITH YOUR SUBMITTAL fill out the form (N/A, date and notarize) RFP 09-101 Design Services Marks Church Rd Reconstruction Specs AED Page 10 of 26 BidlRFPIRFQ # SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10- 91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Wl %oJe E~o;e.ev:s/:r:J1C., on behalf of Augusta Richmond County Board of Commissioners has registered witH and IS partIcIpating In a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99- 603], in accordance with the applicability provisions and deadlines established in O. C.G. A 13-10-91. Please Check One . / 500 or More _ 100 or more _ 100 or less ~. Number of Employees E-Verify * User Identification Number So -DEe.J?_ / TAIL. 'u rG~i..~. . _i/~ BY: Authorized Officer or Agent r ( Contractor Signature) 0c.e (Jr-es/'deJ1! . .._ Title of Authorized Officer or Agent of Contractor {!/1 /{ ~ l-r s L. tV et{ fh eJ('h e-a d Printed Name of Authorized Officer or Agent Date...1lr<< 2-'1 UJOCf ../ Vendor wIth 100 employees or more - Hlust have an E-Verify * User Identification Number SUBSCRIBED AND SWORN BEF3~ ME ~~~~~ THill, .~ .200 q --r2--- -ft(!-~-.------ [0Wttj, ~ Mam.____. Notary Publi My C.Ar::rission Expires: Vu . :3 J J.oI d. I "' Vendor with less than 100 employees -- check 100 or less box. fill out the form and retum with your submittal. (Georgia Law requires you to have an E-Verify*User Identification Number on or after July 1, 2009) (Seal) \\\\ UIIIII1I11111 ~...\ p..N II It II,~ " _I _ " ~ -0~ ..........,0 .". ! ~ ....~ONw'~...\r% ::: ;..:. :' . '" '4 ". -4 ~ .. ......... ~ . ~ ... = :-0 '-\: = = : 0 OF :r : = % \ ~~:J 74"1": $ ~ A_.... / \~.: ~ ~yo ...!!GI~....' 0 $ .". r ....... 0- ~ '-"'" "'1Ry p\j'?> \\", "'" \\\ '11'"11I"'\\ MUST BE RETURNED WITH YOUR SUBMITTAL If there are no subcontracting opportunities. please fill ouf the form (N/A sign date and notarize} RFP 09.101 Design Services Marks Church Rd. Reconstruction Specs AED Page 11 of 26 AED Page 12 of 26 BidlRFP/RFQ #~=lQ1._._~ SUBCONTRACTOR AFFIDAVIT By executing thiS affidavit, the under signed subcontractor verifies its compliance with () C. GA 1310 91 stating affHITl3tively trlat the individual. firm, or corporation which is engaged in the physical perforrnance of services under a contract with._W.(L~::JbQI"_~QLi':}Gm.._ on behalf of Augusta Richmond County Board of Cornrnissioners has registered with and is participating in a federal work authorization program" [any of the electronic verification of work authorization programs operated by the United States Department 01 Homeland Security or any equivalent federal work authOrization program operated by the United States Department of Horneland Security to venfy Inforrnation of newly tmed employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P L 99- 603J, In accordance with Hle applicability proViSlorlS and deadlines established in 0 C. G A 13~ 1 0-91 V)- 'L 'b 2-4-13 '3 Please Check One SDD or f",1ore 100 or morE., 100 or less V Number of Employees EVerify. User Identification Number (2~~~ Na~~V~ln~&>mpcw~ lIne. ~~ RY I;ulhcwzed Of~r ()I ,4.q~i)t (ContrHctcH SlqnH!ur Date ftpr\L1j~u~ 'fyeStLtGot Trtle of Autt10rlzed Officer or I\gent cf Contractor ./ \'-(~nci()1 \!v'iH; 100 ernpfoyees or fnore lru:~l have- ar'l r.' ",'vf~nh;_A User Iderl1!fl:,:dtnHl I--Jt t:i ll;t~l ~(:l,rn^. 1Ool{.,uu___ hinted N~;;)(~~f AClthonzcd Officer or !\gent ,. 'J"ndol \lillh less than 100 employees d,(Tk 100 or less box. fill out lh, fonn and return \!dL you: sutHfllllal (Georgia Law requlles you helVe an EVonly'User Identification Numlji" or afler Juty 1 20091 SUBSCf~iBED AND SWOI~.N [3E. F ORE ME ON THIS TrW_..... . ~mm_ DA.Y OF t\VQ 20UCj N at. Public My ComnHssion Expires nct:\'Q ~.&Q} 'b- ( Scall MUST BE RETURNED WITH YOUR SUBMITT At It ther(l are no opporiunities fill out the form (NIA dale and notarize) f':;~:P [1'-:--:~~iqt1 rvi;.j(~.S BidfRFPfR,FQ . 09-101 SUBCONTRACTOR AFFIDAVIT By e)(eeullng: this affidavit, Ihe undersigned Sllbconlraclor verifies ils rornpliance ..mth O.C:G.A. 13~10. 91, statingaffirmafively that the individual, n~h Or Gorppration Which is engaged in lhe physical perf~e of services u hder a eontract with ow .J3..:Ioole .Ot"l OOhalf of AI)gU$ta Richmond CQunly Board of Commissi~ has r~is[ered with and is participating in a federal 'fNOrk aulhorizatioo program" [any of fhe e[ectroniG veITfication of work authotUatAon programs operated by. thE United States Dep.al1ment 0( Homeland Security Of .any. equivalent federal work 8L1lhoriz:ation program operated by ~ Unit~ Slates Department .of Homeland Security fpo verify information or nevAy hired employees, pursuant to the Jmmigration Reform and Confrol Act. or 1966 (lReA), P,L. 99- 003}, intlcoordaoce\\rfth the applicabiUty provisions and deadlines estabfished In O. C. G. A13~1O*91. e'VMlfyJt'Us.er ktantlf~tiOO Num~r Wilhner Engineering IN c Company Name ~rtt~ PC- BY: AuthOrized Q ..IcM or Agent I . (C~roc.:tor Signa1L1fe) Please Check On~ 50G Of Mor& _ 100 or more _ 100 or IeM"Z_ Number ol EmplOiJ~Bs Dale~ A pril20, 2009 ~'"7'J?J:eSideIll;and..E.rirlcipaJ .Go1lSllltant Tlt1& c4 AUn'!crared OrflCef or.A..gern of Corrtrar:::~Ct' Doris I. Vtillrner, PE Printed N:ame, Qf Authanzeli Officl:!f' or AgE;int ,/ VendOf"witb 100 BmpIDyeSS or more - mllSt ha~ itlfJ E~VOfi(y .. l.J:$~ Id~rJt""...alm NlJmblo1 SUSSCRI B.ED A.ND SV\l'ORN BE:i~L~ N~ary Pubwc My Commission E;.rpires: December 23, 2009 .,{ Vam:lor with fe1;.s than 1 GO emptoye.&a - checlk 100 Of !/it" t;.c.l.;, ,.,. QIJI fl'le kitm .Md te.llUI'n ~h y'OUf WbmittaL {Georgia law requireS )'ClU to h,~ gtrl :e~V~"Ol$ef 1(,f:oI'liK~IOJ:l Nu~ (In {)tattM N'i 1,2009.) 20cB ~ '- {~I). ~\\,"'"I""III~ '!to"'" ,." A. ~ ~/~ ~ ,Jjv.......,.~~~ ~_v..~~... ~ ~ 1;Y .~Q""-_. -.r #.i.f~. ~ ~ ::: :y. Q" ~ ."....- ~ ::Q:':~ DEe ~""r~ = :~ .. - ~*: 23 :*E I ~ \, 2009 JJ~': i ~. :;:: ~ ~o"..~co t:>~.....f'! ~? .,.~.... .~'...~" ~ '/////7 Fly pu Ct.\\\,,,, ~JIII/J 11I1\\\\ MUST BE RerURNED W1TH YOUR SUBMITTAl If ~r~ ~~. no !,ubc(mtrilc:ttng QPp(;lrtunmtkil;, pleil~fnl o~t tMfQrm(t~V,i\, ~ifafl, dill(ti ~md !l(;ltariH), ~FP' Q9..101 O~~:.ti Mti~$. ~ Rr,1. ~~ Spea AED Page I] of2 AED Page 14 of 26 In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF BIDDER/OFFERER I, Erik Hammarlund, PE certify that this bid or proposal is made without 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. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e), W. R. Toole Enqineers, Inc. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of W. R. Toole Enqineers. Inc. is bona fide, and that 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. ~d< Vice President Title of Attesting Party dayof ApJ ,2009. / 1...O-f (Affix Corporate Seal here, if a corporation) County: Notary Public: Elizabeth A. Schachtner CO~Cc l \. I'? 09 SEAL Commission Expires Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittal RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs (f~.~. /~ -..../ ~_/-r oJ (~ E. 0 R (i .I A In accordance with the Laws of Georgia. the following affidavit IS reqUired by all vendors ~~. NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, James B. Cranford certify that this bid or proposal is made without pnor 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 I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder Affiant further states that pursuant to O.C.GA Section 36-91-21 (d) and (e), Cranston Enqineerinq Group, P. C. has not. by itself or with others, directly or Indirectly. prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or Induced another to withdraw a bid or offer for the work. Engineering Consulting Affiant further states that the said offer of Services IS bona fide, and that 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 ma I hall be at a higher price r ~ efore me thisctO \ day of n I., ~J~~ ~ . 200.1 (Affix Corporate Seal here, if a corporation) () SEAL " Failure to properly execute the above affidaVit must be considered grounds for rejectmg vendor submittals , h~, no subcontracting opportunities please fH! out the form iN/A. sign. date and notarize} 1 RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs AED Page 15 of 26 AED Page 16 of 26 ~/L~ G /~--:1'>' ~-cL' R G J A In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, ~O.J{..r;::'(~ ~). ~AJ certify that this bid or proposal is made without 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. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. ~ffiant furthe\\states tha~rsuant to O.C.GA Section 36-91-21 (d) and (e), f::.p,.JJA/<JJr - ~TMhJ bI~~""~A~ ~c:.... has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competitidn in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. - Affiant further states that the said offer of [o1lJMJ)~ - @:'fY-\~ l:'~V1'J4:>Jil\.c~1)tb~de, and that 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 f ni ed to any other bi der, that the material shall be at a higher price, \ Signature of Attesting Party V~ PJl~s-r.D=rJ1 Title of Attesting Party Sworn to and subscribed before me this2-.0 . day of -F\.'('1f ~ ~ Q~ LU~l0 Notary Signature ,2ooi. Notary Public: ~\o()Y"o V"\ KiJI.;,\h'!>U","- coun;y: j)lk~ d,,^( . ." ;' Commission Expires ~~V\. t\v<) (Affix Corporate Seal here, if a corporation) ,-,',:',' It( SEAL Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittals H Hlt;'f{' "ire no subcontracting opportunities please fil! out the form (N'A, sign date and notarize) RFP 09.101 Design Services Marks Church Rd Reconstruction Specs ,4.~ .- ~ . . . - . . . . . . .....~ ".- . ..... .. /-- -' ~ tL-. ,;.- .",~,,::.~., ....}.. .. ...- \a-./ -~... . ;' '~"~H'_ :~.' .~u .G>~:~.'.;:6\>1{5'" .- '::.j,.:"~A .,t:" . ...... Jn accordance wilhth~ I;"aws Qf.(?~orgia,tbe follqwii1-g.afflda\lit is r~quired by ail vendors NON-COLLUSION AFFIDAVIT OF SUB.CONT~.ACTOR t It.l'v\~. .ce-r.t.ij)i tb.~t thl$. bid or proposal r~. made without prior O-r;liet$~arfding, .agree en! ,coririecti:onwlth any cO~pOratlbn, firm ef per$qn svb~ittln-g.a .bid f6r :U1e. same w~;II:~;J$b()rorservic . (0 . done or thesupplias.. materials or..eq.u.lpr:nent to be furnished.and. is:il1 all re.5P.6Cfs fi,lit a!1d with<Juf collusiCl'l.oTc fraud_ I understand coIlu~lv~ bidding. ,~: ~, vrol~tJQi1 of state ano fE!(ierallaw and .can resq~ iJ.'r .{In&p',. pr:ls~ .sentences :and oM! dam'ages: award$.. I agree 10 abide: by all .condiliQI1S of this: bid tit propo!?~I.a/ld (:~rtify. that I am aulho/'ized to sign this hid or propos~l;forlhe l:iiddet. Aff\$tltrurther st~te.sthat.p.ursuantlo O.C:GA Section,36~91.-2il (d). arid (8), ,. Gc-~~.<;o..,1.V. SM"{..~ ~.;...J. r':~ f\.~r has hot, by, itself-or.Wlt!) others. c;Ur!!i.r;:i1y' orindkecuy. pr~\I'et:tt~; or ~.t .el1Jpted f(;) prev~ril, competition in -Such :bid.dh19: or propolia!s. by "my- tr!~!;lr.~ ..~h~t$oey.er. ;Afflcint fi,lI:tbar;~~t~t~ai (s)~E3 ha.s nfJtprevented or.endeavored to preYetit:~:nyone.:frorri.inaking a bid Qr l';lffer:ori.tl1.e. prcije.ct py any means wl)atever, nor has Affiant oaused or inducedanotl)er" to. withdraw ~bid oT offer for. the work:.: '. . Affl~ntf!JrthElr st~t~ tha,t tl1~:~?[~ .pff~r 01- V ~~e, and thr:it 110. oM has. ~(>M .to ~~fsiJpp'Ii~~~i}Q;~tt~mpted l8; gel s" ch person .or:company fo-fiJmlsli-t!:le .m~te'rfi'lls to .thebidoer bnly,0( Ipumls.hed.tQ~ny.o!lier qld~Ejr;, th~t theiTiat~rlal shall be.ar.ahlgtier. p(lce~ r - ~.p .Sign'a~ure .o.fAttestl!19:Party. \I: ~IC P,,-<:..<>7 Title of: Ii.:ttestlng'party __daYOf~ . . 200f) ~ (Affik Cor orale S'eaJ:here; jf a ~tPoratfonj >.\\":':"t,~ . LARONOA J. COYLE '> 1~\~...2~~ ,. =*(:0'...;\..' NotF8orYrsPyutbhllcC, Georgi. Jlft t ~.:."'':-l I OUnfy \~:f'(;iG'~'(' My CornmlUlon Exp", I 'II" \\' A r1l29. 201 'i __,! SEAL NolaryPU"~ J. to~_ C.on'", l.urS~-th , commisSionEXPlre5:~.L~ FciillJreto properly exacute.th.e above affldaVlt.CJlust be rion~l~t;l~d grqUnos for ~jebtingyeodQ"r-'$tlbrnit~ls iHhere a~ r.c ~->tlhC$tJira~ti~g og'paftuflUi(7$, ptei.t$B fUl. outth~ t~rm tN/A $ISl"!, -erat~ :and notartt~l. ? , r r ~ i AED Page 17 of 2~ RfP 09-101 Design Services Marks ChurCh Rd. RecanstruoU0n $pe..."S , ; j I I ! K I I >> :\' " ;: ~ I i ~ ~ ~ :! ~ ;; .f ~ . ~ ~. . . F. :t ~ .Ii ji ;I ~ .. f" ~ I ~ I ~1 ~~ .. f i r. , $ ~. li ~ f :Ii ~ i' ]' :r ~ ] ~ ~ .1f :~ f t Ii ~ i / / \...-.-/-~-'L--L-- o ~~~- R G A In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I. Derr i ck A. Ri t chi e certify that this bid or proposal is made without 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. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the biddeL Affiant further states that pursuant to O.CGA Section 36-91-21 (d) and (e), Photo Science has not, by itself or with others, directly or indirectly. prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of Photo Science is bona fide, and that 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. ~~ /c-6 Signature of Attesting Party Financial Manager Title of Attesting Party fitS;;;;srr~]]iw(5 Notary Signature April , 200~. (Affix Corporate Seal here, if a corporation) Notary Public: Rebecca _J. Starr County: Fayette ~entucky-,_____ Commission Expires: October 23-1____2011 SEAL Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittals if there are no subcontracting fill out the form (N/A, datG and RFP 09-101 Design Services Marks Church Rd_ Reconstruction Specs AED Page 18 of 26 AED Page 19 of 26 ~ L!?I.:L . - ~/~~; C; E 0 R (j I A /' In accordance with the Laws of Georgia. the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, tlta V'/~ L, tJ ea tit ~ eacf v: I? certify that this bid or proposal is made without prior understanding, agreement or conne6tion 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. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant furthe~tates hat pur uant to O.CGA Section 36-91-21 (d) and (e), _~.;:;:jJ2- EE ::LAIc:. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of S D -DEEfJ / TAlc- is bona fide. and that no one has gone to any supplier and attempted to get such person or comp'any to furnish tile materials to the bidder only, or if furnis ed to any other bid er. that the material s I be at a higher price. Signature of Attestin~arty V;ce ~ve~/'deJ1T Title of Attesting Party ()I')J Sworn to and subscribed before me this ~,::...._ day of ~~~~ Notary Signature ~L _ __, 200g (Affix Corporate Seal here, if a corporation) Notary Public: I'1Jl 'I - ~ H PH ,a.y county:__Ctut ~ ~_1cu-IL oc.l. ~f Ji)1.J ," ~ ------,--- Commission Expires: \\\\\ 1I11111111111 ,,\ ..I H I, I" ", _I , (:>.1" V. ^ //" ".....--- ...... """,c."; ~ v..... ...."'Y'? $ ~ ",_"ONW..c.:","1' ~ S I...:. :'~~' ....'-1 ". ~ 'S = : 0 ~SEAlC = : 0 OF J: : = ; :', J /t).l '71.fJ./': 2 ... 't-- 't>...- -; '.. /t:J \ l .,' ~ Failure to properly execute the above affidaVit must be consl~~grq~Mft~J.1'~!.t,ttg vendor submittals if there an, no sllbcontracting opportunities please fll! out t!1'~JC)lffiiifJ~~~~date and notarize). 1(1 \\\ IIIPlillI\\\\\ RFP 09-101 Design Services Marks Church Rd. Reconstruction Specs /U7< <<yo H in ill/urdiJilU' with the Laws of Georqii-l, the klllowtrlq affidavit IS Jerllllred by ;:;11 vPllc!ors "--.,.- " '[/4-. 1 z:~-- c; ,\ NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1:\X)\e.....____ certify that this bid or proposal tS made Without pnor understi'lndlng, agr,ement or connection wilt) any corporation, ftrm or person submitting a bid fOl the same work labor or service to be done or the supplies, materials or eqUipment to be furnished and is in all respects fall and Without colltJslon or It aud I understand collUSive bidding IS a Violation of state and federal law and can lesult In fines, prison sentences and civil damages awards I agree to abide by all condlltons of this bid or proposal and cerNy that I am authomed to Sign n)is bid or proposal for the bidder NIlant further states that pursuant to O.C.G,A, Section 36.91-21 (d) and (e), rOOlt~ye~UJ(J CaY~flO..f\\JIJ()L,_-: has not. by Itse!f or With others. directly 01 mdlrectly. prevented or atternpled~) pn:Jent cornpetttlor"Jin such blcidinr:J or proposals by any means vvhatsoever. Affiant funher states that (s)he I.ias not prevented or endeavored to prevent anyone from makini,] a bid or offer on the proJPct by any means whall~v(>! nor has AfLant caused or Induced ,mother to Withdraw a bid or offer for It!e work Affldnt furHler states that Hie Selld offer Of~12.?_i_3~~._5o is !:Jona fide CiT) Uia! no one has 90ne te; any supplier ami attempted to get suer) person or company to furnish lh~ rlldterials to the tHcWer or ~>'~~:::'~:':':'~:::i~~:~~=~~' ~':' ah,ghe~ (~t3tdtOt Title of A1!esting Party Sworn 0 and sutlsclI!)ed befole me HHS .__~_. day of frPnL_-- ........ ;;-:009. "'(-'!' '1'." Pi' hi" ~.... .' ~ ",' J' H"'.'_~ Cuunt y __.to\lA.:m bic,: COlllnl!SSIOn Expires Oot-. lOi 2.0 \ b (AffiX Corporate Seal here It a corporation) SEAL F :Jdurc: to prnpeny t~:l(ec!!l(~ the nttove affIdaVit nHJst t.)e considt":red qrol.Jnds t~')r rH!t~cJin(~,-,'endf)f Sllblnittals if there are no subcontracting opporlunities please fill out the form (N/A. sign d~te and notarize). r';FF ':01 D~}~;!:;i!~ !dat~..',,'- (~~l:.J"I;rj F<d F~e'...;i)j',structiC'1; S~O!C~i,:~ AED Page 20 of 26 A J!'l a~d:..riO!l wllh ~he: 1.3W$ QI. Ge~ lho f(l'!lOWing ~It is required by _ ....0001'$ , NON-COlLUSION AFFIDAVIT OF SUBCONTRACTOR I~ Dolls LWillnte!.~E ., . iCettify thaI thiS bid 01" ptOPO$~ is ~!ie 'W'itbout jlli<:Jr IJndershJllding. agreel'Oeil' or connection wilhan~f corporation. fvm O€ pefsoo 5ubrni.Wng a bid for the same \wrk. tabor or sarnce I.c bllli !:kina (l( Ute SUpptiM, mal(irJ,aIt; or aqulpment to b~ furnish(!Jd and is in all res.peds. fair and wlU\01JIt colkJsion or fnaud, I u~r~.tand c~lusl'lle bidding is a viotatioo of sta.e and! redera.ll3W :and can re:sull in fin~$, prison $(:!r\t~r'lCe.S .and Civil d.am~l!i awarlis. I agree to .abitf.rl b)r all eOrtdilioM d tt1i$ bid or proposa.IBM c~ that I am authorized 10 $!go 1his bokI Oif proposal for the bidder. Affienl.fiJrtN:l... ....~~!~~ '~al J.l9J.. rsuent.o O..........C.OA SeCf....i.O.11 36~.1-21.{d.)and r~). W1llmer~el'll"{lnc. . !las not. by ilselt Of with others. directly or mrnrecUy, prevented Qr allem~ed to prevent COlTlpeUOOn irt $oIJCh biddi~ (If propos.at$ by any means whatseoever.Alfliarvl fUr1MF sial" ItIa<J {s}l,'le "asoo! ptfWemed or enduyored to pt\\l'llent anyone from making ill bid Of Orret on the project hy any ~an$ whatever, hOc hag AfflljM Ciausstf or iitldutad atlO1tlM to wrlhdraw a bid or <Offer for 1M work, 'I.~p . $46,749.00 .... _ 1..._ Affie.nt rlJ1t.~ s_ates tmot _he sal" offer of. ........... . .. . ........ ..... ......... ...... ....1$ bOfla fi...a, and,..~ nQ ooe lo.tIS gona to an)'~pplPflr' aM al!&mp1tlid 10 gM suth-Pir~~Of eii~nyto ftJmT~h I~ mah!"M'ials to th~ bfdMr' onlly, Of if rt,l!'~hed f.o l1J1lY olh'er biddEi't, ~hat the m~!erf.tlll;ihiilll be $t $lhigher prit;;~. dJ~1. }r~..f~ $ignatLWEt 0.1 AUa.s.1in9 Party I President and Principal Consultant Tille ofAttestJng Party ~~~~~~ Nclary Sfgllillure . d;ayo(~P~ 9 ,200_, {A.ffix Corpor:ate Sea. here, it a corporation} Notary F'ubLlc: Rebecca A. Hassell Com~y: ,,_ G~tl.... . .., December 23 2009 CommiSSIOn Expires: ....... ..... · S,EA!. . afrldavil musl be considered g.t~ for fe:jerct~ ~r s.ubmitt.els ~FF'"Oll-'!iOl ~ s.er~ ~6cn~ RI1 R~!l1rtlCtlooAjjjld'Qge 21 of26 ~ ~ C) o 0:: Q. >- !:: Z ;::) I- 0:: o ::E Q. 0:: Q. 0 o u- en I- en ~ W I- ZenZ WI-O ;::)0::(.) 1000:: .Ju-w .Jfu::i <J:R: ~I-~ en<i:en .Ju-~ <Co:: (J00 001- .JC)(.) >- ~ I- I- Z Z ;::) 0 o (.) (J al C ~ Z en o ~ J: (J ~ ~ en ;::) C) ;::) < ~ co (/) (/) a> u a> C (/) co (/) - a> a> ..e (/) ro C ~ -0 -0 co a> (/) :J U lQ c: o U - o .l!l :i Ul (I) a:: o o.Z Os:: mo en:;:; ..JlQ ... Uw a:: .- <~ a:: 15 Q) B L.. a. .!Q ..e - = ('. lQ Ul E Ul en (I) _s:: lQ'- u Ul o j ..Jm 0) .S; -0 L.. CO 0) a> L.. -0 a> 15 CO - C o t) a> L.. a> ~ ~ 0-0 ;:.l!! -.- o u (1)= eLo oen u en - CO ..e - (/) L.. .~ a. a. :J (/) L.. o (/) L.. o - u CO L.. - C o U .0 :J (/) ro en ::i Q. LL. 0:: .S; Cl C :OJ CO a. '0 t CO Q. ~ Z (/) a> >- 0) .C 0) -CO 'c C C '- ~.- 5,2.~ ~ i:i5&~C: . O:J Uc<:l_CI) :t:a>ro-o CO 0)> C L..-o> CO I- 'i:: ...J co Q. LL. 0:: .S; 0) C :;::; CO a. "1:5 t CO ll. ::f z (/) a> >- -0 s:: o Ul ~ E Ul ('0 0 ..c:: ~ (I) Z .~ .- Ul ... (/) (/) a::gjs::oa> a> sm.~lll>- >- gjo..J~ aU j < CIi"... E (I) lQ,c zE ... j (l)Z =(1) eLs:: eLo j..c:: ~o. 0-0 -s:: U lQ E Ul -Ul s:: (I) o ... U-o ,c-o ~< ..... t: Q) t: o Q. e ~ I.;: ~ 'tl i:ii t: o '- .... t: ~ .... 'C( ... .!!! Q. eL j -en 01: (I) 0 Eu lQ E z_ s:: o U ,c j en ...... _oeo alO>eo ~gl.O U)<(";'" .~ <9 gj = .,.... wco_ l.Oenc.o N::lO .... 0)"'" "::l~ <( Cl C 'i:: a> a> C '6> a. C :J WO L.. cC,9 o - (/) C CO o ...... .....gl.O alO"'" alM"'" ~<("'i U)<9N ~ .~ co_ eo en co o ::l0 M Cll"-- :J~ <( 0) C '>, >. a> C c: CO :Ja. (1)E a> 0 CSU o I- Q. LL. 0:: .S; 0) C :OJ CO a. '0 t CO Q. <( Z o Z ll. LL. 0:: ,S; 0) ,S; ro a. '0 t CO ll. ~ Z o Z >. .- Q) .s; 00) ~ 1:CI):g5c~0) a> c CO :;::; g g>.S; Eo rou_a. a>:;::;c<:l-oQ)oa. > CO >.c:::..e CO CO .2 Q) :J en ll. ~ Q.roe:o.!:-c<:l > :J LL. .~ Woo Cii <( o Z "C 0 co '<I" o M a:: 00> al Meo -1.0 roO .{g co 'c, 9 c~o~ co..... Q)o> ~ '5 <9 _ 2U)ro"~ a.. "E t::. N ro I"-- ;; ~ <( cS C 0) C 'i:: a> a> C '6> C UJ L.. a> E ~ o Z "C COM 00> a::OM _0'<1" .- M eo ~<(~ 1-<9'<1" I: . ~ .!!1 ~_ -ge~ o~t::. ......0 '<tZ ...... cS C a> u C a> '0 (/) o - o ..c Q. ll. LL. 0:: .S; 0) C :;::; CO a. '0 t CO ll. ::f z o Z ~ - 0) :Jc a>'i:: u Q) ro a> 't: .S; :JO) (/) C .oW :J 00 o Z Q. LL. 0:: ,S; 0) ,S; ro a. '0 t CO Q. ~ Z o Z ro Cc a> a> E E C :J o U .!:: 0 ~O UJ o Z oS '5 CI) co "C ...... >. 0 co~gl.{) ro :g'<l" O......MO 3: oeo a::al O..lo: M'<I" co.....<(coc... 0) (I)'5<9...!- "'CO<(M ,- U) . co al 0 <9 M E .CC'?wN .M CO......O~Q) ro- ~ 0) 0,C'? ..c:: cO '-' 1:0 (.) L..,.... "C._I"--S:: >-,.... offi>-'- E- co 0 :s: 00 o 0 I"-- N ..... cS C a. a> a> o I o 00 C cS co.!: E....: ..... co .- - Q. C I a> ~ E L.. C co 0 ~ .!:: "C > UJc W ll. LL. 0:: ,S; 0) C :;::; ro a. '(3 t ro ll. <( z o Z 0) C :;::; ..c 0) ::i >. ro ~ ..e .2> I o Z >- co '<I" ;: 0 .;0::: 01.0 Co 01.0 a.. M,.... 0<(0 ;: 0 fn I Q)'<t,-,'<I" .- Q) . 1.0 il; '5 ~~ 7ilU)~~ .....J ro ,.... 1.0 ..c::_ N E- M <( N c<:l ~ E ~ 00 a> E-E CO CO ..ell. (/) a> L.. <.9 ...... o ...... I 0) o :it -0 CO C .9 15 :J L.. en C o (.) Q) 0:: -0 ro o 0:: ..c (.) L.. :J ..e U CIl ..:.:: L.. ro ~ L. .E (/) ~o- .~ (j a> ~ ~ ~ '(ij Q) o Qj E ro Z 15 Q) Qj 'e ro ll. 0 .CIl 1: a> C o a. o 0: l:: a> -0 :'Q CO - C L.. :J - Gl .... -0 C ro Gl - roco -oC\l .C\1 c'=t- O)~ .- C\I (/)co <t,- >< z~ Gl '- ~ 0 l!2..~(,Q .....,;> 0 ro-'=t- -lC"CC\I U Gl I ro_..... Q..:JC\I Q..uco lJ...Gl(Q' a::~o :SGlt::. .~ ~ iti "0 (/).!:2 a>:Jlf: ~EO E: E I -g....C CI).Ei:: <I> Gl <I> .Q..e<!> ...- CI)(/)<I> ::l ,!!! ~ ::E~O C5: E -E ' .20~ .!Q ~.... ~og 0).... C 5 nO ro " .... CI) -s::: Oc .0 ..::; u CI) ..Q<I> :J ::3 (/)0 o C Gl .... co Q) .... Gl ..c - := L.. :J ro C Cl i:i5 AED Page 22 of 26 fJJCO ~N 0.- en 0 cco oN :;::; Q.) gO) .::,co ~a.. o u Q) n:: "0 n:: .c ~ :J .c o fJJ "'" Co ~ fJJ (ll .~ Q) en c OJ 'Vi Q) o o ~ en o D... U- n:: t5 Q) B L- Q. Q) ..c - c "C Q), (/) :J Q) .0 ~ .8 [2 ui L- Q) C) :;::; L- 0 Q) 0:: ~ 0.. .2 ~ oj c Z -0 :J ;::) U I-Z c 0:::3 ui 00.. L- o..z .~ 0..0 a. 0_ 0. en I- :J en~ CIl -- w- (/) z::! L- 0 -I- 15 en~ ;::)0:: ro L- lOw C ..J::i 0 .Jo.. (.) .0 <0.. :J ~~ CIl en~ III III .Jo:: Q) <Co C 01- 'in 0(.) ::::s .J~ 10 >-1- (ij I-Z Zo E ;::)(.) en Om (ij o~ 0 eel) 0 zm .J O~ "C ~ Q) ... J: Q) - 0 ,!!! ~ 0) < Q) 0:: I- 0 en ;::) 0:: C) <C ;::) ro <C -, (/) ::i ..... t: Q) t: 0 Q. e ~ I.;: ~ '- CQ t: 0 ~ t: ~ .... 'C( iii 0 1-- ....s:: ~ ~ o ::l 0 0 eo 0 ~~ '<:t C\! ~ C:"O 0> 0> CD'- ...... um ... CD 0. 0 0 0 0 ~o~ to oi ... CD ... ...... ...... lQ ::l 0 00 00_ =iii;: cO 8> (") 0 L() ...... Ul ~ CD on; o.zC 0s::S:: m 0.2 <( <( en .- - ...Jcuf! -- -- ... .- z z uU;~ a::.- )( <I: tllW CD "0 a::s:: lQ Ul Ul (I) ('0 0 .~ 51 ~ (/) CIl ::l s:: 0 Q) Q) m~Ul >- >- U'- CD a::..J)- <I: CD OJ ,c . .S; OJ 0 - c C ;"0 ~'ro a '>, ... CD C)~ .- Q) o E .- Q) (/) c: (1)0::Q) ;:0 - 0 :J -t: .~c<:l= CI) o CD ~Q)ro -c CD 0. ~ ro OJ~ c 0 L.."C ro u I- .- ...J L.. en co ~ s:: lQ Ul ...... ...... Ul ....0 eo _glO CD ... al 0> eo ... CD alO...... "O,c ~gl.O alM"'- "OE U)<(";'" ~<("'i ~j .~ CD ~ (/)<9N CDZ ~ -~ E CD = -,.... lQ s:: wro_ eo~(O zo IOwCO >.c N::lO OjO s::o. '<t Ol"'" M ~t:: lQ ::l- ~ <C <( E 0 u >. c ... OJ ro .!!! c 0. Q. 'i:: E Q) Q. Q) 0 j c U -en .- 0. OJ 0';: OJ:J CD 0 C 0 c Eu WL.. '>, Rl lQ cC,9 Q) z.l:l c: s:: 0 0 en :J u c 00 ,c co Q) j L.. CI) 0 (5 0 ~ '<:t ...... ...... '<:t I N N r- eo o ,.... lI:: t5 ro - c o U c o U :J L. - CIl C o (.) Q) 0:: "C ro ~ .I:- (.) L. :J ..c: U CIl ..:.:: L. ro ~ L. .E CIl Q) (.) .~ ~ CI) \'( c~ '(ij Q) o Q) E ro Z - (.) Q) '0' L. ll. cS c - c .... :J ..... Q) L.. .,~ ~ "C C co Q) - coco "CC\I .C\1 c'=t- O)~ .- C\I III co <i.>< -ttl ZlJ... Q) '- -0 <I> .;:: <0 Dl~o ttl-'=t- -lC"CC\I U Q) I ttl.......... Q..::::s"-' Q..oco lJ...Q)(Q' 0:::)(0 Q),.... :SQ),- 's; ~ " ;:.. - Q) "0 1Il.~ Q)::::slE ~EO E: E I .Q...~ ::3 O-b' CI).... s::: <I> Q) <I> .Q..c:<!> "'-Q) U)(/)s::: :::'.!!! c:: :::E~~ E:5> l..; 1:: . .20~ Cl)c.. '- c...... ~o~ 0)- c 5 nU CO '. L. CI) - s::: Oc: .0 ..::; o CI) ~<I> :J :::l (/)0 o C Q) .... ro Q) ... Q) ..c: - ~ lj~ :g,'Q en cl"-- oN ~~ 2 ro we... c 8 Q) n:: -0 n:: .c o 5 .c o Ul ~ Rl ~ Ul Q) U '~ Q) en c: OJ 'Vi Q) o o ..... en o a.. u. a: Q) L.. :J ro c OJ en AED Page 23 of 26 Q) ..... co o THIS CERTIFICATE IS TO BE POSTED I:'i A CONSPICUOrS PLACE I~ THE BVSI:'iESS HEREIN DESCRIBED. BUSINESS CERTIFICATE AUGUSTA ACCOUNT 2009#014493 ISSCE DATE 01/27/2009 CERTIFICATE ISSUED IN NA:\IE OF CRANSTON ENGINEERING GROUP PC Thursday, December 31, 2009 Yearly 2009 THIS CERTIFICATE EXPIRES SIC CODE BUSI:'oiESS ,,;:~ CATEGORY "."-",,, '~~+B(jSI:'oi-E~:tf(;E SERVICE , ,l",~t:.0f!;.';i~' "'- . _. ._n.' ~~Hr-- CERTIFICATErAD SS IN RMATION,i.;~ If ..'?-,,~- ,'i~~" ':" ~ i::, -lo(!'4-., A tR .1.,' CRANSTON ROBERTSON & WHITEHURS G:tq-r.;:~ "~n ..;;;!.-t:c-r';;:j;,:~:;. _ ";~~"{'.r.(ir.\ 452 ELLIS ST'- ;,.;;,.. -':;"~':::::.:!'"-;:;""-'- ",.~-,:':",,_.., "-".;;:.'1<-:,, ..~ AUGUSTA, GA 30901 / ./""".",." c...",':'''''''~-<l ~:'"".,I::"" ,rF"-",. ~ ".'."'...........r_,,~._.,.....,...;.-" 1\IAIL1:'iG ADDRESS INFOR:\IA TIO:X -f/ ,.,..~~. ~.r 01/0112009-12/31/2009 54133 ENGI:-<EER SEV CRANSTON ENGINEERING GROUP PC POBOX 2546 AUGUSTA, GA 30903 THE L1CE;-';SE A:\D I:XSPECTIO:X DEP ARTME:'oiT SHALL HAVE THE RIG HT TO SUSPE~D ANY CERTIFICATE IF THE BUSI:'oiESS VIOLATES ANY LAW OR ORDI:XANCE OF THE UNITED STA TES, THE STATE OF GEORGIA, OR RICIHIO\D COV:'oiTY. COpy 117792 AED Page 24 of 26 Q r..l co :::;l U rJl r..l ~ Z ~ ~ (JJ :::c (1';' ~ z ..... rJl ;.:J co r..l .... f:: z ..... r..l U <: ...J ~ (I'; ;;;J o ;:J u ..... ~ ~ o u <: ~ ~ Ii<J f- '.1:1 o ::.. Ii<J CO P r-o '.1:1 .... Ii<J f- -< U ~ ~ ~ U '.1:1 .... ..... f.= ~ = = N "' ir, e o !!5 -- '" o ~ ~ N ...l l.lJ ~ o u u .... '.1:1 -< rJl t;rJ @ Cl:, .... ~ ~ ~ M ;< ...: I<IJ' l'<') rJ1 j;J;il I- ~ P f- J:l <: e ..... V '" "t: .... ~ ". ~ ~ '" ~ = ;.. ;,;...~ P <G ~ -= U ~ -< ~ .= - f- .. f- l.lJ l- ~ < Ii<J V z t: ~ ...... r.rJ s.... ;:J ~ CO ~ V ::. o I<IJ ~ ao. ~ U f2 '" Z 2f. N 8 ~ ~ ~ ~ 0 oo._I<IJU g ::: s: oz, N '-' ii1 ~ ;;: Ii<J IJ;.), l.lJ ~ ~" f- l- " ce.- Z <: ... - ;3~::;::V'l o ;;.J !:::: ::1 uf;;~o U '.1:1_' l.lJ 0 <: . \,) f-' z z\ I.... o ' - ~ , ~ 3,. ~.~ o OO~F< ....l ~ ~ '.1:1 !-< W r;n ~ ~ i"l ::l ::: ~ fi: f- tJ) Cl: ;;;J ~ l.lJ CO <..., U <"1 oc o r.... ;;;('8 ;.a- . ..JOO;?: 0::3::::: 800 >-8~ :::;;7.:;> ...NO <~~ a:l~v = !:;:l.lJ Z G::C: 00 _f- ""':;: ~ 1:;., Cl: E- ::: . !::;;o~~ ~~f-~a')~ r:l.lJ~<:=~ i,"~ :::~~O ~:<...;;..!::..; =:;....-ZZ..;;l ","'~-<;:J~ z...1'" ~ ...J...1FH3""'o c::l<:-'r-.="", Z~~-<t~ < -',....J- ~ t"' -< 0 0 "'0' tJlZc::l!::"'"", .".l.lJ,,,,;.'\.:.l ~". ..... ro.:. '-' l- Vl.lJ~~~z<> _ioIrJll.lJ:'f.l-l--, ...J';;;lZ~rJlZ ~~VJiii~I.:.lW ::C:l.lJO;;;lCl:=O f-oc::lf-coOl-U Z o r: < ;; ~ o ?- Z .. r.rJ rJl l.lJ Cl: Q Q -< ~ Z :5 :2 ;;; u 3 d u v 3 g GjU-lf-<:: ... ....J VJ., ~8~S :I1f-'~;'::; U-l:>-o'" ..J~""g 8<~::> f- :0 rl'~ -< ...' :> \C \0 .... .... ....J < it: t3 1i" o AED Page 25 of 26 THIS CERTIFICATE IS TO BE POSTED IN A CONSPICUOUS PLACE IN THE BUSINESS HEREIN DESCRIBED, BUSINESS CERTIFICA TE AUGUSTA 2009 THIS CERTIFICATE EXPIRES ACCOUNT 2009#014778 ISSUE DATE 01/14/2009 CERTIFICATE ISSUED IN NAME OF W.R. TOOLS ENGINEERS INC SIC CODE 54131 ARCH SERV BUSINESS LOCA]JQ.N ]005 BROAD ~ CERTlFICA W R TOOLE ENGINEERING INC 1CL..- MAILING ADDRESS INFORMATION W R TOOLE ENGINEERS INC ,WILLIAM TOOLE. 1005 BROAD ST AUGUSTA, GA 30901 THE LICENSE AND INSPECTION DEPARTMENT SHALL HAVE THE RIGHT TO SUSPEND ANY CERTIFICATE IF THE BUSINESS VIOLATES ANY LAW OR ORDINANCE OF THE UNITED STATES. THE STATE OF GEORGIA, OR RICHMOND COUNTY, ORIGINAL 116205 AED Page 26 of 26 Augusta, GA EJ1Rineering ~t GENERAl, CONDITIONS MARKS CHURCH ROAD RECONSTRUCTION PROJECT NUMBER: XXX-XX...xxxxx.n AED CSA - Mark Church Road Reconstruction Project - August 2009 CONSULTANT SERVICES AGREEMENT MARKS CHURCH ROAD RECONSTRUCTION PROJECT NUMBER: XXX-XX-XXXXXX GENERAL CONDITIONS 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 CONSUL TANT 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. ASSIGNABILITY The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the CITY, AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary, the CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agreement, It shall also permit the CITY and/or representative of the audit, examine and make copies, excerpts or transcripts from such records of personnel, conditions employment and other data relating to all matters covered by this Agreement, Gel The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable time during the period of the Agreement, and for three years from the date of final payment under the Agreement, for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%, The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. 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, 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 (100%) 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, Ge2 AED CSA - Mark Church Road Reconstruction Project - August 2009 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, 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 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, 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, 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, GC3 AED CSA - Mark Church Road Reconstruction Project - August 2009 AED CSA - Mark Church Road Reconstruction Project - August 2009 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, The Construction Manager will expedite any necessary decisions affecting the performance of the CONSULTANT's Agreement, but the CONSULTANT shall not make use of the Construction Manager's services on trivial or minor matters normally to be decided by the CONSULTANT. If the project includes work for Augusta Utilities, an AU Liaison Engineer will act in the same capaCITY as the AED Construction Manager does for the roadway design work. Both the AU Liaison Engineer and the AED Construction Manager shall be copied on all correspondence including documented phone conversations and minutes of meetings, The CONSULTANT shall coordinate directly with the AU Liaison Engineer on matters directly related to water and sewer work. 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, 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. GC4 AED CSA - Mark Church Road Reconstruction Project - August 2009 CONTRACT TERMINATION Pursuant to Q,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. 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, 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, 1200 Equitable Building; Atlanta, Georgia 30303, Telephone: 404-656-5527, FAX: 404-656- 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. GC5 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, 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 CONSUL TANT, 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, 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 Engineering Division - Construction Section, 522 Green 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, GC6 AED CSA - Mark Church Road Reconstruction Project - August 2009 DRUG FREE WORK PLACE CONSULTANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace, For purposes of the policy, "workplace" is defined as CITY owned or leased property, vehicles, and project or client site, Any violation of the prohibitions may result indiscipline and/or immediate discharge, CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statue conviction for workplace violations, CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate, EMPLOYMENT OF COUNTY'S PERSONNEL The CITY has incurred considerable expense for advertising, recrmtmg, 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 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 ($100,000,00) Dollars for injuries, including those resulting in death to anyone person, and in an amount of not less than Three Hundred Thousand ($300,000,00) Dollars on account of anyone 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 ($100,000,00) 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, GC7 AED CSA - Mark Church Road Reconstruction Project - August 2009 E, Professional Liability Insurance in an amount that correlates to the amount of this agreement and nature of the project, 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, 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, GC8 AED CSA - Mark Church Road Reconstruction Project - August 2009 AED CSA - Mark Church Road Reconstruction Project - August 2009 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 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, 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, SUBCONTRACTING The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor, The CITY will not approve any subcontractor for work covered by this Agreement that has not been recommended for approval the Construction Manager. All subcontracts in the amount $5,000 or more shall include, where possible, the provisions set forth in this Agreement, GC9 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, GCIO AED CSA - Mark Church Road Reconstruction Project - August 2009 Augusta, GA Engineering Department APPENDIXES MARKS CHURCH ROAD RECONSTRUCTION PROJECT NUMBER: XXX-XX-XXXXXXX APPENDIX A STANDARD SPECIFICATIONS CRITERIA The Consultant shall become familiar with the latest, as determined by the AED, the American Association of State Highway and Transportation Officials' Design Manuals for Arterial Streets. Rural. Urban. and Interstate Highways. including those standards adopted by the AASHTO and approved by the Secretary of Commerce, as provided by Title 23, United States Code, Section 109 (b), with the City's and Georgia D.O.T, Standards, Procedures, Plans, Specifications and Methods, with Federal Highway Administration procedures relating to plan review and approval, and shall produce plans in accordance therewith, DESIGN SPECIFICATIONS Design for bridges and other structures shall be in accordance with the American Association of State Highway and Transportation Officials', hereinafter referred to as "AASHTO," Design Specifications of 1992; AASHTO Standard Specifications for Horizontal Curved Highway Bridges; AASHTO Standard Specifications for Structure Supports for Highway Signs. Luminairs and Traffic Signals, current edition; and AASHTO Guide for Selecting, Locating and Designing Traffic Barriers, current edition. Traffic engineering shall be performed in accordance with procedures outlined in the Highway Capacity Manual, Current Edition. The lighting design shall be in accordance with the AASHTO publication, An Informational Guide for Roadway Lighting current edition, and the Standard Specifications for Road and Bridge Construction, 1983 edition, as modified by Supplemental Specifications and Special Provisions, current editions. On facilities where driveways are included, the Consultant shall become familiar with the Georgia D,O.T, regulations and procedures and shall produce plans for upgrading driveway control. CONSTRUCTION SPECIFICATIONS The plans shall be in accordance with the Georgia D,O.T.'s Standard Specifications for Construction of Roads and Bridges, as amended, The Consultant shall have access to the Georgia Standard Construction and Materials Specifications for use throughout the Project. PLAN SIZES Preliminary plans for roadways, bridges, and walls may be pencil drawings on paper having outside dimensions of24" by 36" with 1-1/2" margin on the left and 1/2" margin elsewhere. All final construction plans, shall be black ink drawings on 3 mil thick mylar with matte finish on both sides, of reproducible quality, having the same dimensions as the preliminary plans, AED CSA - Wilkinson Garden Area Roadway Drainage Improvements - Mar 09 Al CONSTRUCTION PLAN REQUIREMENTS Detailed requirements for the construction plans shall meet the criteria set forth in the Augusta Public Works and Engineering Department Plan Preparation Guidelines. The plans shall be fully dimensioned; all elevations necessary for construction shall be shown similar to the GDOT's normal practice, They shall include a fully dimensioned geometric layout to permit staking in the field without additional computation by the survey party, Utility locations and methods of attachment shall be shown, Utilities to be carried on bridges will be established by the AED, In steel construction, the sizes and overall dimensions of members, their exact locations, the number and arrangement of fasteners, fastener spacing, welds and other details necessary in preparation of shop detail drawing shall be shown, In concrete construction, the location of all reinforcement shall be shown and the plans shall include complete schedules of straight and bent bars with bending details, The Consultant shall check all details and dimensions shown on the plans before they are submitted to the AED for review, Roadway plan sheets shall have the existing topography on the back of the sheet to permit manual revisions to the front of the drawing, using a screening process producing 85 lines per inch with 50% light. Existing topography may be plotted in ink if this gives a screening effect acceptable to the AED. Topography shall remain fully legible when plans are reduced in size, but shall be less prominent and readily distinguishable from proposed work. Profile sheets shall have the existing ground line plotted in ink on the sheet. Utility plan sheets may be the same material as the roadway plans, COMPUTATIONS All design computations and computer printouts shall be neatly recorded on 8-1/2" by 11" sheets, fully titled, numbered, dated, signed by the designer and checker and indexed, Two copies of these computations, and the computer input and output, fully checked and appropriately bound, shall be submitted to the AED with the plans for approval. A complete tabulation of the drainage analysis along with the calculations used to determine the size of drainage structures shall be submitted to the AED with the construction plans for approval. DELIVERABLES The tracings and all other documents prepared under this Agreement shall then be submitted to the AED, AED or AU, whose property they shall remain, without limitations as to their future use, All tracing cloth, mylar paper, and other materials required for the preparation of the plans, supplemental specifications, special provisions and computations shall be furnished by the Consultant. AED CSA - Wilkinson Garden Area Roadway Drainage Improvements - Mar 09 A2 The Consultant shall submit to the AED, in electronic ACAD and Microsoft version, one copy of all computer files depicting graphics, database details and design for the drainage improvements, and road design data, created as a result of the design process. The Consultant shall include appropriate level schedules, documentation, and assistance to the AED to read, interpret, and effectively utilize the computer files, The Consultant may be required to provide project drawings and files at any time as requested by the AED. The drawings and files (hard or electronic) requested by the AED shall be within the Scope of Work as defined herein. Graphics files shall be provided in AutoCAD, DXF, or Intergraph (IGDS) format. If the project includes AU work, the Consultant shall provide drawings in accordance with the utilities chapter of the AED Plan Preparation Guidelines, NUMBER OF COPIES OF SUPPORTING DATA REQUIRED Except as otherwise provided herein, the Consultant shall submit all documents, reports, special proVISIOns, sketches, design notes, and all other required or necessary support data to the AED in duplicate. PROGESS REPORT AND SCHEDULE The Consultant shall report to the AED on suitable forms approved by the AED the status of work and schedule on the 25th day of each month during the life of the Agreement. PROFESSIONAL ENGINEER APPROVAL All construction plans and documents designed, detailed, and furnished by the Consultant for the AED shall bear a valid Professional Engineer Stamp. All plans submitted to the AED for review shall have been checked by the Consultant prior to submission. ECONOMICAL DESIGN The Consultant shall make every effort to provide the most economical design. The Consultant shall consider construction problems and sequencing in the design, The Consultant shall meet and discuss economic considerations and construction staging with the AED prior to final design. AED CSA - Wilkinson Garden Area Roadway Drainage Improvements - Mar 09 A3 APPENDIX B SURVEY SPECIFICATIONS Introduction I. Project Control A. Vertical B. Horizontal Control Traverse C. Project Control Monuments II. Database A. Method B. Accuracy C. Scope III. Right-of-Way Surveys A. Research B. Field procedures C. Resolution IV. Right-of-Way Staking V. Consultant Safety Requirements AED Consultant Service Agreement RFP- Marks Church Rd Reconstruction INTRODUCTION The tasks and specifications outlined in this appendix should be considered general in scope, The Consultant is responsible for all data necessary to design, obtain required right-of-ways and easements and construct the project in accordance with the Design Manuals for Arterial Streets. Rural. Urban. and Interstate Highways, The Consultant shall be responsible for all special surveys needed to prepare permit applications to the Army Corps of Engineers, Georgia Department of Transportation, pipelines, power companies, railroads and or any other company, agency, etc, I. Project Control A. Vertical Control 1. Origin - All vertical control shall be based on the North American Vertical Datum (1988) having a second order or better N,G,S" Augusta or Georgia D,O,T. monument(s) as its origin, 2. Instruments - All level instruments shall have a manufactured accuracy of 0.01 foot per mile or better, Peg tests shall be performed daily for all instruments, Adjustments shall be made as needed, 3. Accuracy - All level lines shall meet or exceed Third Order accuracy standards, 4, Bench Marks - Bench marks shall be established a minimum of every 1,000 feet throughout the project. Additional bench marks shall be established at proposed structural locations, Bench marks should be of a durable material such as concrete monuments, 40 penny or greater spikes driven in 10" or larger trees or on a permanent structure, Locations shall be in areas that will not be disturbed during construction, Bench marks shall be described and located by offset and construction centerline station and shown on the construction plans, All Bench marks shall be a turning point in the level loop, 5, Notes - Field notes shall be recorded in a standard conventional or digital format, All bench mark elevations shown on the construction plans shall reflect an adjustment of the level lines between control monuments, Consultant shall prepare a free hand sketch of the level line routes, B-2 B. Horizontal Control Traverse 1. Origin - all horizontal control shall be based on Georgia State Plane Coordinates (1983) having a Second Order or better N.G,S" Georgia D,O.T, or Augusta monument(s) as its origin, 2. Instruments - All theodolites and or total stations used for horizontal control shall have a least unit of measurement of I" for horizontal and vertical circles, Distances shall be measured with electronic distance meters with a manufactured accuracy to meet or exceed Second Order - Level Two specifications. The Consultant shall provide a list of instruments and specifications along with field procedures to be used on the project for the City's approval. A baseline check shall be performed on each instrument before the start of any work. 3, Accuracy - All control traverses shall be closed traverses between monuments as specified in I.B.1. and will meet or exceed Third-order, class I standards as specified in the publication entitled; "Standards and Specifications for Geodetic Control Networks," as published by the Federal Geodetic Control Committee. 4, Monuments - all traverse points shall consist of an 18" or longer by 1/2" or larger reinforcement rod driven flush with the ground at a location that will not be disturbed during construction, Traverse points shall be set intervisible through out the project, Traverse number and distance to the edge of pavement shall be painted on the pavement at each traverse point location, 5, Notes - Field notes may be recorded in either a standard conventional or electronic field book format, Traverse point coordinates shown on the construction and right-of-way plans shall reflect an adjustment using either the "Least Squares" or the "Compass Rule" adjustment. C. Project Control Monuments - Consultant shall coordinate with the City Information Technology Department to determine if Project Control Monuments are available on specific projects, If the Consultant is to provide Project Control Monuments the specifications are as follows: 1. Locations - Project control monuments shall be established by the Consultant in intervisible pairs no further than 1 mile apart. 2, Instruments - Instruments required are the same as I.A.2, and I.B.2, B-3 AED Consultant Service Agreement RFP- Marks Church Rd Reconstruction AED Consultant Service Agreement RFP- Marks Church Rd Reconstruction 3, Origin - Same requirements as LAI. and LB.I. 4- Accuracy - Project Control Monuments shall be turning points in level lines and set up points in traverses and part of a closed loop between monuments as specified in LAI. and LB.I. a, Vertical - Level lines for project control monuments shall not exceed an error of 0,04 ft, x the square root of the number of miles. b, Horizontal - Traverses for project control monuments shall have an accuracy of 1 foot in 20,000 feet or better, 5, Monuments - Monuments shall be of a permanent nature and set well beyond the limits of construction in locations mutually agreed by the Consultant and the City, Monument material specifications must have prior approval by the City. 6, Notes - Same specifications as LAS, and LB.S, II. Database The Consultant shall be responsible for obtaining all cross sections, profiles, locations of planimetrics, culture, drainage, structures, utilities, etc, that facilitate the design, acquisition of right-of-ways and easements, and construction of the project, A Method - the Consultant shall coordinate with the City to determine the best, most economical method of obtaining database for the specific project. 1. Photogrammetric Mapping - The Consultant may utilize aerial mapping that meets the City's specifications to prepare base mapping. The Consultant shall be responsible for enhancement and/or correction of all aerial mapping. All obscure areas must be field verified. 2, Field Survey - The Consultant may use field survey to prepare base mapping by either radial or base line methods, 3, Digital Terrain Model (D,T,M.) - D,T.M. may be used to derive cross sections, profiles, contours and etc, The D,T,M, may be derived by photogrammetric compilation or field survey, The accuracy required for cross section and profiles derived from D,T.M. is the same as for base line methods, B-4 AED Consultant Service Agreement RFP- Marks Church Rd Reconstruction B. Accuracy 1. Horizontal - Planimetrics shall be located from horizontal control and/or base line and shall have the following tolerances: a, Trees, culture, ditches, etc. - 1 foot, b, Roadways, drives, utilities, structures, fences, improvements, etc, - 1/2 foot, c, Houses or other structures within 10 feet of construction limits, bridges, railroads, etc, - 0,10 foot, 2, Vertical- Tolerances shall be as follows: a, Cross sections and profiles - 0,2' along pavement and 0.5' along ground, b, Contours - 0.5" c, Three point roadway profiles, structures, inverts, bridges and utilities - 0.05" C. Scope - Scope of database survey shall include but IS not the limited to the following: 1. Features - Features shown on maps meeting national standards as outlined in the "Reference Guide Outline" published by the U.S, Department of Transportation shall include but are not limited to the following: a, Planimetrics such as roadways, drives, houses, buildings, walls, curbs, parking lots, structures, and etc, b, Utilities such as valves, poles, boxes, man holes, vaults, meters, lines, towers, all surface evident utility facilities, and septic drain fields or other sewage related facilities, c, Drainage such as structures, ditches, weirs, lakes, channels, steams, etc, d, Culture such as woods, pasture, shrubbery and etc. 2, Limits - Limits shall include all areas of construction including but not limited to all side street ties, driveway ties, channel improvements, drainage B-5 AED Consultant Service Agreement RFP- Marks Church Rd Reconstruction outfalls, utility relocation, structures close to construction limits, detours, railroad detours, ramps, etc, 3, Special Surveys - Consultant shall be responsible for any special surveys required to acquire right-of-way or easements, to obtain permits, to construct the project or to relocate utilities, Special surveys shall include, but are not limited to the following: a. Staging such as road detours, railroad detours, temporary ties and etc, b. Permit surveys such as wetland delineation, stream sections for flood analysis, utility company permits, railroad permits, Georgia Department of Transportation permits and etc, c. Drainage surveys to include: 1. Location, top of structure and invert elevations of all existing drainage structures and storm sewers, Complete cross sections to include adequate approach and outfall elevations beyond toe of slope to accurately locate and define ditches, streams and drainage courses, 2, Size and material of all existing box culverts, drainage structures, and storm sewers within the project influence area, d, VVater/Sewer 1. Research of all AU records such as as-builts on microfiche, record drawings, counter maps, other APVV roadway plans for past projects or current projects near the project being researched, Existing water/sewer or combination easements shall be researched in the City record room and the APVV right-of-way plans and/or records, 2. Location and size of all valves, lines, vaults, fire hydrants, meters, and other appurtenances, 3, Sewer line locations and sizes, manhole tops and invert elevations, sewer line materials, and lateral/tap as-built locations, e, Structure Surveys 1. Detail surveys of bridges, railroads, etc. B-6 AED Consultant Service Agreement RFP- Marks Church Rd Reconstruction III. Right-of-Way Surveys A. Research - The Consultant shall research and obtain all deeds, plats, easements, agreements, etc, for each parcel which may be impacted by the project, The Consultant shall, upon the City's request, update the research on any parcels that have been subdivided or changed ownership after the initial search, The Consultant shall make every effort to correctly establish the existing rights-of-way and property lines by searching property records, and coordinating with the PW&E, Tax Assessor's Office, Planning Commission and the Georgia D.O,T. B. Field Procedures - All property corners, walls, fences, hedges, right-of-way monuments, roadway centerlines, etc, used for the determination of property lines and or existing right-of-way shall be obtained from the horizontal control traverse (1.B.) and will have a positional accuracy of 0.10, C. Resolution - A Georgia Registered Land Surveyor shall directly supervise the resolution of all existing right-of-way and property lines, If there are discrepancies in descriptions or boundary evidence of 2 feet or greater, the Consultant shall report such discrepancies to the City. The Consultant shall coordinate with the City if additional boundary information is needed such as back property corners, etc, IV. Right-of-Way Staking Upon written Notice to Proceed, the Consultant shall stake the existing right-of-way, the proposed right-of-way, and all required easements after the right-of-way plans have been approved. All existing and required rights-of-way and required easements will be staked intervisible at no further than 100 foot intervals, 1/2" or greater 18" or longer rebars will be placed at the intersection of the required right-of-way and property lines, existing right- of-way lines and breaks in the required right-of-way. All stakes will be labeled on the front as to type of right-of-way and or easement and the station number, offset and point number on the back. The Consultant shall be prepared to restake up to 20% of the rights- of-way and/or easements as directed by the City, V. Consultant Safety Requirements A. Requirement of Signs - The Consultant shall furnish at its own expense and use signs which comply with the standards that are currently being used by the Georgia Department of Transportation's crews. It shall be the duty of the Consultant, when working within a right-of-way of a street or highway, to see that all warning signs are properly placed before work B-7 AED Consultant Service Agreement RFP- Marks Church Rd Reconstruction begins, Signs are to be placed in such manner that there will be no doubt in the minds of the traveling public as to what the Consultant wants motorists to do, Signs are to be moved along as work progresses and must never be left on the road when the men are not working, This refers to periods when the men are having meals or rest or at the end of the work day, B. Keeping Parked Equipment Clear - All equipment shall be parked clear of the travel lane and shall comply with all traffic regulations. Chains or tapes shall be unreeled on the ground clear of traffic but in no event thrown out or dragged so that the wind might carry them into contact with electrical wires or passing vehicles, nor shall a steel tape be thrown or left where traffic will pass over it, Work on Traveled Portion of Road - When the work requires personnel to be on the traveled portion of the road, they shall wear the prescribed safety clothing as instructed by the City, Instruments shall be put together or taken apart clear of the traffic lanes so as to avoid danger from traffic, When necessary to set up surveying instruments in the traffic lane or take cross sections in traffic, advance warning flags and signs shall first be placed approximately 400 feet from each side of the job location. Flagmen shall also be used to safeguard operations and shall comply with the standards as set out in the Georgia Department of Transportation manual. All survey equipment shall be removed as soon as it has served its purpose. C. No Waiver of Liability - The Consultant shall conduct its operation in such a manner that no undue hazard will result, Compliance with any safety requirement or procedure and/or policy described in this manual shall in no way act as a waiver on any of the terms of liability of the Consultant. B-8 Augusta, GA Engineering Depal'tJIleat ATTACHMENTS MARKS CHURCH ROAD RECONSTRUcnON PROJECT NUMBER: XXX-XX-XXXXXXX TEAM INTRODUCTION / PREQUALIFICA TION SUMMARY W.R. Toole Engineers has assembled a team of qualified professionals for this contract. All team members have developed excellent reputations with the Georgia Department of Transportation, have completed numerous transportation projects within Georgia, and actively pursue the highest level of quality in services provided. Acting as the prime consultant,WRTE will provide the majority of services including project management, all highway/roadway design, and quality assurance/quality control tasks. Team members Cranston Engineering Group, PC will complete traffic related studies, signal design, and provide structural engineering for bridge and retaining wall design, Edwards-Pitman, Inc. will provide environmental studies and Willmer Engineering will provide geotechnical engineering for soil surveys, bridge foundation investigations, pavement evaluations, and wall foundation investigations. So-Deep will provide subsurface utility engineering services, Photoscience will prepare aerial photography and mapping, Gresham, Smith roadway lighting, and Toole Surveying Company will provide land surveying. This combination of team members and experience will allow us to accommodate any design scenario. w'R, Willmer Photoscience Toole So-Deep Gresham, Edwards- Cranston Toole 6,OI(a) 5,01 Surveying 5,08 Smith & Pitman Engineering Engineers 6.01(b) 5,02 Company Partners 1.06(a) Group, PC 1.02 6.02 5.03 5,01 1.01 1.06(b) 1.06(a) 3,01 6,03 5,04 5,02 1.02 1.06(c) 1.09 3,02 6.04a 5,05 5.03 1.05 1.06(d) 1.10 3,03 6,04b 5,06 1.06(a) 1.06(e) 3,01 3,04 6,05 5,07 1.09 1.06(f) 3.02 3,12 1.10 1.06(g) 3,03 3.13 1.12 3.04 9.01 3,01 3,06 3,02 3.07 3,03 3,12 3.04 3.13 3,05 4.01 3.06 3,07 4,04 3.08 5,01 3,09 5.02 3,11 5,03 3,12 5,07 3,13 9.01 3,15 4.01 4.02 4,04 8.01 9,01 *Individual copies of the consultant's pre-qualification sheets will be provided upon request. RFP #09-101 Marks Church Rd Reconstruction Page 1 of 27 THOMSON EAST BYPASS (EDS-545(3) / P.I. #262400) w. R. TOOLE ENGINEERS, INC. PROJECT EXPERIENCE RFP #09-101 Marks Church Rd Reconstruction Project Owner: Georgia Department of Transportation Project Contact: Rick Reasons, P,E, Telephone: 404-463-3832 Proiect Description: Construction of a divided four (4) lane highway along east perimeter of the City of Thomson, McDuffie County, Georgia. The highway classification is rural principal arterial. Responsibilities include review of existing concept, preparation of concept validation, cross-sections and plan layout, preparation of preliminary design plans, hydrology and hydraulic calculations, fmal design, and right-of-way plans. The project includes environmental permitting, utility relocation, new intersection design, signalization, and design of commercial and residential access, Construction Cost: $45,000,000,00 JACKSON ROAD Project Owner: Augusta-Richmond County Project Contact: Abie Ladson, PE Telephone: (706) 796-5041 Project Description: Roadway widening and improvement project including reconstruction of an urban roadway section with rural shoulders to an urban roadway with curb and gutter and drainage system, Included in the project was the extension of a double 72 inch culvert for the Rae's Creek Road Crossing, the design and installation of catch basins and longitudinal/cross drain pipe system for roadway drainage, and hydrology/hydraulic analysis of the watershed. Construction Cost: $2,400,000.00 WINDSOR SPRING ROAD PHASE I & II Project Owner: Augusta-Richmond County Project Contact: Abie Ladson, PE Telephone: (706) 796-5041 Project Description: The project consists of the widening and reconstruction of a two-lane roadway section with a combination of roadside shoulders, longitudinal ditches, and asphalt curbing. The new roadway cross-section includes a five-lane interchange configuration at the intersection of Windsor Spring Road with U.S. Highway 25 (Peach Orchard Road), a three-lane road section accessing an elementary school, and a three-lane section at the intersection of Old Louisville Road. The proposed roadway will also include the addition of concrete curb and gutter with an integrated storm sewer system, Interchange and roadway realignments coordinated with the Georgia Department of Transportation and signalization changes coordinated through the Augusta Traffic Engineering Department. Construction Cost: $3,200,000.00 Page 2 of 27 RFP #09-101 Marks Church Rd Reconstruction BUNGALOW ROAD Project Owner: Augusta-Richmond County Project Contact: Abie Ladson, PE Telephone: (706) 796-5041 Project Description: The project consists of improving the existing two-lane rural roadway section with road side ditches to a widened two-lane roadway section with left turn bays to accommodate intersection improvements. A piped storm water system was also designed to eliminate the hazardous roadside ditches, Pedestrian access was provided along both sides ofthe road through new sidewalks with an emphasis on access to an elementary school. Construction Cost: $1,900,000,00 WHISNANT ROAD IMPROVEMENTS Project Owner: Augusta-Richmond County Project Contact: Abie Ladson, PE Telephone: (706) 796-5041 Project Description: The project consisted of widening and paving an existing single-lane rural dirt road. Project included new alignment, intersection reconfiguration, design of commercial and residential access. Project responsibilities included preparation of concept, concept plans, cross- sections and hydrology & hydraulic calculations. Construction Cost: $332,000,00 HAUCHMAN HILL ROAD IMPROVEMENTS Project Owner: Augusta-Richmond County Project Contact: Abie Ladson, PE Telephone: (706) 796-5041 Project Description: The project consists of widening and paving an existing single-lane rural dirt road, The project included new road alignment and the design of residential access, Project responsibilities include preparation of concept, concept plans, conceptual cross-sections and hydrology calculations. Construction Cost: $112,000,00 Page 3 of 27 STATE ROUTE 44 WIDENING (Jones/Putnam Counties) (STP-002-4(26) / PI No. 231620) Project Owner: Georgia Department of Transportation Project Contact: Foster Grimes Telephone: (478) 552-4643 Proiect Description: Provided project management and all engineering tasks according to the Georgia Department of Transportation Plan Development Process. Project elements included eleven (11) miles of widening and/or new four-lane divided highway and five (5) miles of two- lane side road alignments. Specific project phases included Concept Validation, Database Preparation, Preliminary Plans, Right-of-way Plans and Final Plans, Specific engineering tasks included establishing aerial mapping, horizontal/vertical road alignments, cross-section development, staging, erosion control, traffic studies, hydrologic and hydraulic studies, signalized intersections, bridge design, and geotechnical studies. Construction Cost: $62,000,000.00 SR 115 / LONG BRANCH ROAD (Long County) PI #132209 Project Owner: Georgia Department of Transportation Project Contact: Robert Reid Telephone: 404-656-5397 Proiect Description: Provided project management and engineering tasks according to the Georgia Department of Transportation Plan Development Process. Project elements included five (5) miles of widening and/or new four-lane divided highway and two (2) miles of two-lane side road alignments, Specific project phases included Concept Validation, Database Preparation, and Environmental. Specific engineering tasks included establishing aerial mapping, horizontal/vertical road alignments, cross- section development, staging, traffic studies, and hydrologic and hydraulic studies. Construction Cost: $22,000,000.00 BELAIR HILLS SUBDIVISION ROAD AND DRAINAGE IMPROVEMENTS PROJECT RFP #09-101 Marks Church Rd Reconstruction Project Owner: Augusta-Richmond County Project Contact: Abie Ladson, PE Telephone: (706) 796-5041 Project Description: Construction management and engineering design services for a 330-acre existing residential development in Richmond County, Georgia. The project area is experiencing extensive erosion and roadway overtopping due to the lack of an integrated storm sewer system, Project requirements include a hydrologic and hydraulic evaluation of the project area, design of an integrated storm sewer system, roadway development, sanitary sewer system extension and environmental permitting through the V.S, Army Corps of Engineers for wetland and stream buffer issues. Specific design activities include establishing basin hydrology and storm water runoff parameters, storm sewer system design, coordination of utility relocations and development of Best Management Practices for water quality assurance, Construction phase services include periodic compliance inspections, pay application review, and field engineering. WRTE leads a weekly construction meeting to facilitate Owner - Contractor correspondence, address current construction issues, and review budget and schedule snapshots. Construction Cost: $6,549,090.64 Page 4 of 27 AUGUSTA-RICHMOND COUNTY DRAINAGE IMPROVEMENT PROJECTS PHASE I & II Project Owner: Augusta-Richmond County Board of Commission Project Contact: Mr. Abie Ladson, P,E., Telephone: (706) 796-5040 Project Description: Engineering design offifieen (15) miscellaneous drainage projects within Richmond County, Georgia. Design services included hydrologic/hydraulic studies, wetland permitting, preparation of construction documents and quantity takeoffs, Construction Cost: Phase I: $870,400,00 Phase II: $914,000,00 VASSAR DRIVE AND OBERLIN ROAD STREAMBANK STABILIZATION RFP #09-101 Marks Church Rd Reconstruction Project Owner: Richmond County Board of Commissioners Project Contact: Mr, Abie Ladson, PE Telephone: (706) 796-5040 Project Description: Provided project management and engineering design services for a stream bank stabilization project upstream and downstream of an existing road culvert. Project requirements included analysis of existing systems, design of new system improvements, and preparation of construction documents. Project elements included a new concrete channel constructed downstream of the road culvert and a combination of rip-rap and gabion walls installed upstream of the road culvert. Construction Cost: $350,000.00 HYDE / ARAGON PARK NEIGHBORHOOD Project Owner: Augusta-Richmond Co Board of Commission Project Contact: Mr. Abie Ladson, PE Telephone: (706) 796-5040 Project Description: Investigate, evaluate and design flood control measures and a stormwater management system to benefit the Hyde Park! Aragon Park neighborhood. Project requirements include coordination of testing for hazardous materials, permitting by the U.S, Army Corps of Engineers for wetland issues, channel dredging, storm water control features, and endanger species requirements. Permitting activities also included requirements for the Norfolk Southern Railway and FEMA. The design activities included establishing basin hydrology and stormwater runoff parameters, design of stormwater collection and control devices and structure, development of Best Management Practices for water quality, and the development of hydraulic grade lines and flood plain elevations for FEMA permitting Construction Cost: $3, I 00,000.00 Page 5 of 27 Cranston Engineering Group, PC (Traffic Studies / Signal Design / Structural Engineering) Sub-consultant Capabilities Summary · Augusta Mall Ingress / Egress Traffic Study, Augusta, GA · Flowing Wells Road Traffic Impact Study, Columbia County, GA · Augusta National Golf Course Traffic Signal Design, Augusta, GA · Alexander Drive Widening, Roadway, hydraulic study, traffic signals & retaining wall structural design, Augusta, GA · U.S. I / Fifth Street Connector, Interchange and bridge widening, Aiken County, SC · US 441 Widening, Bridge design & hydraulics, Rabun County, GA Willmer Engineering (Geotechnical Engineering) . Athens Downtown Infrastructure Improvements, Construction Materials Testing Services, Athens, GA Interstate 85 Widening, Geotechnical Engineering, Winder, GA 1-575 Public/Private Partnership Corridor Projects, Geotechnical Engineering, Cherokee & Cobb Counties, GA Peachtree Road Water Main Break, Geotechnical Engineering, Atlanta, GA Rockdale County Roadway Improvement, Geotechnical Engineering & Construction Materials Testing, Conyers, GA Snapfinger Road Widening, Geotechnical Engineering, Decatur, GA West Bay Street, Geotechnical Engineering, Savannah, GA Wests ide Parkway, Construction Materials Testing & Construction Quality Assurance Testing, Alpharetta, GA . . . . . . . Toole Surveying Company, Inc. (Land Surveying) · Windsor Spring Road Widening, Phase I & II, Richmond County, GA · Windsor Spring Road Widening, Phase I & II, Richmond County, GA · GDOT: St. Sebastian / 15th Street / Greene Street / Riverwatch Parkway, Richmond County, GA · GDOT: East Thomson Bypass, McDuffie County, GA · GDOT: I-16 Bridge, Truetlen & Laurens Counties, GA · GDOT: State Route 104 at Gibbs Road, Columbia County, GA PhotoScience (Aerial Photography & Mapping) . Douglas County, GA Water & Sewer Authority, Countywide Digital Orthophotography & LiDAR, Columbus - Muscogee County, GA Water Works, Countywide Digital Olihophotography & LiDAR. Newton County, GA Board of Commissioners, Countywide Color Digital Orthophotography & Contours. Cherokee County Board of Commissioners, Countywide Color Digital Orthophotography & Contours. Henry County, GA Board of Commissioners, Countywide Digital Orthophotography & Contours. Coweta County, GA Board of Commissioners, Countywide Color Digital Orthophotography and Contours. . . . . . RFP #09-101 Marks Church Rd Reconstruction Page 6 of 27 So-Deep(Subsurface Utility Engineering) · GOaT: 1 ih Street Bridge Project, Atlanta, Fulton County · GOaT: State Route 44 Putnum Jones County, · GOaT: The six bridges, downtown Atlanta, Fulton County. Edwards-Pitman, Inc. (Environmental Studies) · Riverside Drive Sidewalk and Bicycle Improvements, Fulton County Georgia · East-West Connector, Phases 4 and 5, Cobb County, Georgia · Savannah River Parkway, Bulloch and Jenkins Counties, Georgia · Fall Line Freeway, Taylor and Talbot Counties, Georgia · U.S. 341, Wayne County, Georgia · Killian Hill Road, Gwinnett County, Georgia · Indian Trail Road, Gwinnett County, Georgia · Southwest Rome Bypass, Floyd County, Georgia · Airport Parkway Connectors, Rankin County, Mississippi · Pirate Cove, Rankin County, Mississippi · Madison-Ridgeland Connector, Hinds County, Mississippi · Memorial Parkway, Madison County, Alabama · U.S. 331, Montgomery and Crenshaw Counties, Alabama · US 52 Relocation, Rowan, Stanly, and Cabarrus Counties, North Carolina · SC 198/SC 5 Relocation and Widening, Cherokee County, South Carolina Gresham Smith (Roadway Lighting) . Alexander Drive, from Washington Road/SR 28 to Riverwatch Parkway, Augusta, GA US 411 Connector 175 to US 41, Bartow County, GA West Bay Street Project, Savannah, GA GOaT Rest Area and Welcome Center, 1-75 South of S.R. 246, Cook County, GA Columbiana Streets cape Lighting, Columbiana, GA 1-516 at SR 25 Arterial Lighting Savannah, GA SR 85/SR 138 Signal System Design, Clayton County, GA-Signal system design along SR 85 and SR 138 SR 124/Scenic Highway ITS Design, Gwinnett County, GA . . . . . . . RFP #09-101 Marks Church Rd Reconstruction Page 7 of 27 W. R. TOOLE ENGINEERS, INC. Client References 1. Augusta Engineering Department Abie Ladson, PE, Director of Engineering 505 Telfair Street Augusta, GA 30901 (706) 796-5040 email: aladson@augustaga.gov 2. Athens-Clarke County Transportation & Public Works Mr. David Clark, PE, Director Dougherty Street Governmental Building 120 W. Dougherty Street Athens, GA 30603 (706) 613-3440 email: dc1ark@co.c1arke.ga.us 3. Augusta State University Ms. Therese Rosier, Associate Vice President of Plant Operations Physical Plant 2520 Walton Way Augusta, GA 30904-2200 (706) 737-1590 email: trosier@aug.edu 4. Georgia Department of Transportation, District 2 Mr. George Brewer 801 Highway 15th South Tennille, GA 31089 (478) 552-4629 email: gbrewer@dot.ga.gov 5. Georgia Department of Transportation Mr. Mike Thomas, Director of Field Services One Georgia Center 600 West Peachtree Street, 22nd Floor Atlanta, GA 30308 (404) 631-1002 email: mthomas@dot.ga.gov 6. Augusta Utilities Department Jerry Delaughter, PE, Assistant Director of Engineering 360 Bay Street, Ste 180 Augusta, GA 30901 (706) 312-4149 email: JDelaughter@augustaga.gov RFP #09-101 Marks Church Rd Reconstruction Page 8 of 27 :c:: o i=:: o ~ ~ Cl)1- ~Q: O~ ~O 0-.1 q;;~ 00 Q:i=:: ft~~ Q:Q:~ ~~:c:: t:::X:~ ::JOQ: 8~0 "tJQ:uj 2i~:c:: En,..:C:: ..c::.....o .(,) 0 CI) -LL..Q:: Q:CI)LIJ 1JJa.. 0>- SIJJ Q::~ LIJ CI) :c:: C) - CI) IJJ o ~ Q ~ . 0) Q =It: ...... c Q) 6 E -- t:::...... co co o..t::: Q) 0 og- co C -- co e>~ 0_ Q) 0 <.9 W 0... c..i .s -0 C :J en a;W "'C C)Q) ro ro,~ E ~ g> E :2;UJ ro <l:~ I ag ..:.:: f- 'i:: ci W ?i U fJJ .EO ~ vi E ~d ro "iij ~ ..c ~ a.. o ",06 ~ c.<: ~:g,E 'E ::J ~ ro to <9 -5i " G '" c ' c:.gg ~ E-. w ~ c E "to +-' ~ E 0: 2 ~ c , >> " Ul "'C E 'E c: c to <l:g ~ 2=w w ....... e Q) E t CO 0.. u Q) W .s 0 u u ll. ~ en UJ ~ c UJ .EO Ol Q) ~ Cl. ,,-: D... C OjQ) " Ul vi ro Q) >. c ~ >. " ~ e ,- " " " Q) C::.S: (IJ "''' Q) c " 'C roOl ~ c c c: ,_ c "'C w ,- ~'o, Q) ~c: '" Q) .!Q -~- (IJ '" c r-' we ffi'== Q) _UJ c: 2w Q) w e ro U Q) :J rfJ " 3: ~~ CO Q)- 0 ~o en ~ 0 ,~o .20 rfJo Ol .0 ct~ E cf- "0 f- e " (IJ ci 0 0 fJJO:: J:: ill CO 0:; I- ~ 0 ~ CO s: ....... en ::l Ol ::l <( U) "- Q) ~.Q C U) ::J o U) u E -0 E C 0 Ou E- .r: 0 0-0 D::ro o CO c..i <( g>.s 0... :;::l en () 5 ~ o Q) () c: ~'g> 'UJ ~ Q) 28 ~ c f- 8~ i= s: c o !!2 ~ '" c .~ UJ ~ a.. '0, u ~~E ~g~ co3~ I- " 6 c: U rfJ -5~ -',2 " rfJ '" c '0. en~ c[ ::> U 'Oc cnffi~ c: ,., U 0.<: c Ea.,!!! E ~ ~ ._ ~.9 (j)o~ ll:: if 0- Q) - --, .~ <{ Ul " ~ g UJ (/)- .Cl. 06 g; Ol"C Ol c " C ~ Q) ~ ~.~ N ro w U ~ fJ ~ ~ D... ~ ~ " t') u UJ .EO D: Q; ~ ~ .~ ~ o g>"g> c:Ww 8 ~-@ oCf)~ 1) ~ :> :s: f.-'ffi () 0- W g>g: D... 'iE~ "E .~ g> ~ ~.~ co ~"5, o -B ill ,~ E 5 --, U) Ui c '" () UJ U c..L-~ ~ ~ ~ ~ .~.~ (]) w Jj CO"'" ~~g (IJ f- <9 ci ~ '" c CI) .~ ~ ...J ~~ CL ~8 Q)~ CD en o (.(:S.!: ~ .~f "'" ~ ~~ Co ~"O (() -g ~ to -' () 0- 0: " UJ Ole D... ,so t') Q; '" Q) .~ ~ .~ ~ ro c c o ~ 'g> .c = w co ~ c Q) f--5i ..J c to (j ~ ~ .t:::; ~ [~ ~ "'" >Ii ~~ ~ t ~ ,~ .~ ~ t'I<::; ::::....... 'l.l ~e 9 127 o N - o o N Q) OJ (IJ D... c: o U 2 1;) c: o U Q) n:: "0 n:: .c U :; .c o (/) "'" Oi ~ ~ o ~ en o =II: D... U. n:: RESUME ERIK P. HAMMARLUND, P.E. Vice President W. R. TOOLE ENGINEERS, INC. 1005 Broad Street, Suite 200, Augusta, GA 30901 EDUCATION University of Vermont - 1992, Bachelor of Civil Engineering PROFESSIONAL HISTORY Engineering Department Manger, W, R. Toole Engineers, Inc. Project Manager, W. R. Toole Engineers, Inc. Staff Engineer of W. R. Toole Engineers, Inc. 2000 - Present 1998 - 2000 1992 - 1998 PROFESSIONAL REGISTRATIONS #23734 Professional Engineer: Georgia #18834 Professional Engineer: South Carolina #0000017032 NPDES Level II Certified Design Professional GENERAL RESPONSIBILITIES Manager of Engineering Department allocating resources for projects and primary project manager for W, R. Toole Engineers, Inc. Primary responsibilities include project concept development, team/owner communications, multi-disciplinary project coordination, hydrology and hydraulics design, linear trail and park design, soil and erosion control design, transportation and highway engineering, and environmental permitting, Typical project owners include Augusta-Richmond County Public Works Department, Augusta-Richmond County Parks & Recreation Department, Columbia County Engineering Department, Georgia Department of Transportation, various municipalities in the Central Savannah River Area, South Carolina Department of Transportation, SELECT PROJECT EXPERIENCE East Thomson Bypass (EDS-545(3) / P,J. #262400) - Project Manager for the construction of a divided four (4) lane highway along east perimeter of the City of Thomson, McDuffie County, Georgia. The highway classification is rural principal arterial. Responsibilities include project management, review of existing concept, preparation of revised concept, cross-sections and plan layout, preparation of preliminary design plans, hydrology and hydraulic calculations, final design, and right-of-way plans. The project includes environmental permitting, utility relocation, intersection reconfiguration, signalization changes, and design of commercial and residential access. Construction Cost: $47,000,000,00 Flowing Wells Road (STP- 7062(1) / P,J. #250600) - Project Manager and Senior Engineer for the widening of Flowing Wells Road, Columbia County, Georgia, The project consists of a widening and reconstruction to a four (4) lane divided urban section with a 20 foot raised median (designated an urban minor arterial classification), The proposed project will include bike lanes, curb and gutter, and an integrated storm sewer system. Responsibilities include preparation of concept report, oversight of all subconsultant activities, scheduling and project coordination, oversight and review of preliminary design plans, hydrology and hydraulic calculations, erosion control plans, final design and right-of-way plans. The project includes environmental permitting, utility relocation, intersection reconfiguration, signalization changes, and design of commercial and residential access. Construction Cost: $4,500,000,00 Jackson Road- Project Manager and Design Engineer for the widening and reconstruction of Jackson Road, Richmond County, Georgia, The project consisted of improving an existing two-lane rural roadway section to a multi-lane configuration (three-lane and four-lane) including curb and gutter and integrated storm sewer system. Responsibilities included preparation of the concept report, oversight and review of preliminary design, hydrology and hydraulic calculations, erosion control design, final design and right-of-way plans, Project included a major creek crossing, environmental permitting, utility relocation, intersection reconfiguration, signalization changes, and design of commercial and residential access. Construction Cost: $2,400,000,00 Page 10 of 27 Resume: Erik Hammar/und, P,E. Page 2 of2 Milledge Road ~ Design Engineer and Primary Project Inspector for the widening and reconstruction of Milledge Road in Augusta, Georgia, The project consisted of transforming a rural two-lane roadway with shoulders and longitudinal ditches to two-lane and three-lane road sections with continuous pedestrian access to a major urban park and minor league baseball stadium. Project included drop-out bus lanes for access to the minor league baseball park and continuous parallel parking on both sides of the road. The improved roadway included curb and gutter, integrated storm sewer system, and improved street lighting and landscaping. Responsibilities included preparation of the concept report, preliminary design, hydrology and hydraulic calculations, erosion control plans, final design, and right-of-way plans, Interchange relocation and alignment changes were included. Special project considerations included integration with local park planning and the design of the minor league baseball stadium, Construction Cost: $1,100,000.00 Windsor Spring Road Phase I & II - Lead Design Engineer responsible for the widening and reconstruction of Windsor Spring Road in Richmond County, Georgia. The project consists of the widening and reconstruction of a two-lane roadway section with a combination of roadside shoulders, longitudinal ditches, and asphalt curbing. The new roadway cross-section includes a five-lane interchange configuration at the intersection of Windsor Spring Road with U,S, Highway 25 (Peach Orchard Road), a three-lane road section accessing an elementary schoo], and a three- lane section at the intersection of Old Louisville Road, The proposed roadway will also include the addition of concrete curb and gutter with an integrated storm sewer system, Interchange and roadway realignments coordinated with the Georgia Department of Transportation and signalization changes coordinated through the Augusta Traffic Engineering Department. Construction Cost: $3,200,000,00 Bungalow Road - Project Manager for the improvement and widening of Bunga]ow Road in Richmond County, Georgia. The project consists of improving the existing two-lane rural roadway section with ditches to a widened two-lane roadway configuration with left turn bays to accommodate intersection improvements and a closed stormwater system, Responsibi]ities included preparation of concept report, coordination of project development, scheduling, oversight and review of plan development process, review of soil and erosion control design, environmental permitting, and point of contact with Augusta-Richmond County Public Works Department. Construction Cost: $ I ,900,000.00 Railroad Street - Project Manager and Senior Engineer for the widening and reconstruction of Rai]road Street in Richmond County, Georgia, The project consisted of improving a two-lane alley to a two-lane urban road section including curb and gutter and integrated storm sewer. Although the roadway section was originally constructed and maintained by Augusta-Richmond County, the entire project is located within the right-of-way of the CSX Rai]road system. All improvements were designed to minimize existing erosion problems on to the CSX Rai]road, while maintaining adequate ingress/egress access for adjacent residential properties. The project included environmental permitting, utility relocation, and extensive earthwork and soil stabilization activities. Construction Cost: N/ A Page 11 of 27 RESUME ROBERT A. BAISDEN, P.E. Senior Transportation Engineer w. R. TOOLE ENGINEERS, INC. 1005 Broad Street, Suite 200, Augusta, GA 30901 EDUCATION Georgia Institute of Technology - 1993, Bachelor of Civil Engineering 1995, Master of Science Civil Engineering PROFESSIONAL HISTORY Senior Project Manager, W. R. Toole Engineers, Inc. Lead Design Engineer, W. R. Toole Engineers, Inc, 2006 - Present 1995 - 2006 PROFESSIONAL REGISTRATIONS #25413 Professional Engineer: Georgia #2340 I Professional Engineer: South Carolina #0000017022 Level II Certified Design Professional GENERAL RESPONSIBILITIES Responsible for project management and design team leadership for all civil works projects including recreational facilities, transportation, traffic engineering, storm water management, soil and erosion control planning, environmental permitting. Clients include the Georgia Department of Transportation, Augusta-Richmond County Public Works, Athens-Clarke County Public Works and Transportation, Augusta-Richmond County Parks & Recreation Department, Columbia County Public Works Department, the City of Sylvania, and the City of MilIedgevilIe. SELECT PROJECT EXPERIENCE East Thomson Bypass (EDS-545(3) / P,L #262400) - Lead Design Engineer responsible for the design of a divided four (4) lane highway along east perimeter of the City of Thomson, McDuffie County, Georgia. The highway classification is rural principal arterial. Responsibilities include review of existing concept, preparation of revised concept, cross-sections and plan layout, preparation of preliminary design plans, hydrology and hydraulic calculations, final design, and right-of-way plans. The project includes environmental permitting, soil and erosion control design, utility relocation, intersection reconfiguration, signalization changes, and design of commercial and residential access. Construction Cost: $47,000,000,00 S.R. 44 Widening (STP-002-4(26) / P,L 231620) - Lead Design Engineer responsible for providing project management and oversight of all engineering tasks according to the Georgia Department of Transportation Plan Development Process. Project elements include eleven (11) miles of widening and/or new four-lane divided highway and five (5) miles of two-lane side road alignments, Specific project phases include Concept Validation, Database Preparation, Preliminary Plans, Right-of-way Plans and Final Plans, Specific engineering tasks include establishing aerial mapping, horizontal/vertical road alignments, cross-section development, staging, erosion control, traffic studies, hydrologic and hydraulic studies, signalized intersections, bridge design, and geotechnical studies. Construction Cost: $62,000,000,00 Lexington Highway / Cherokee Road Intersection Improvements - Lead Design Engineer responsible for design of intersection improvements project. Project elements include new road/lane alignments, signal upgrades, pedestrian considerations, and drainage improvements, Construction Cost: $642,000.00 Georgia State Route 21 - Lead Design Engineer responsible for the reconfiguration of Business Route U.S. 301 in Sylvania, Georgia, The downtown section ofU,S. 301 consists ofa single lane of traffic in two directions with a center parking island and store front angle parking, The urban section of roadway accesses all commercial and retail businesses in the downtown Sylvania area (Main Street). This is a TEA funded project to enhance and reconfigure the downtown roadway, Roadway improvements will include the elimination of the center parking and replacement with a landscaped pedestrian park, reconfiguration and alignment of U.S, 301 through the downtown business zone and reconfiguration of existing angular parking. Project includes design of new pavement structure, new concrete curb and gutter, storm sewer system improvements, striping, environmental permitting, and intersection reconfiguration. Construction Cost: $600,000,00 Page 12 of27 Page 13 of 27 Resume: Robert Baisden, P.E. Page 2 of2 Windsor Spring Road Phase I & II - Lead Design Engineer responsible for the widening and reconstruction of Windsor Spring Road in Richmond County, Georgia, The project consists of the widening and reconstruction of a two-lane roadway section with a combination of roadside shoulders, longitudinal ditches, and asphalt curbing, The new roadway cross-section includes a five-lane interchange configuration at the intersection of Windsor Spring Road with D,S, Highway 25 (Peach Orchard Road), a three-lane road section accessing an elementary school, and a three-lane section at the intersection of Old Louisville Road. The proposed roadway will also include the addition of concrete curb and gutter with an integrated storm sewer system. Interchange and roadway realignments coordinated with the Georgia Department of Transportation and signalization changes coordinated through the Augusta Traffic Engineering Department. Construction Cost: $3,200,000.00 S.R. 104 / Gibbs Intersection (CnOT Work Safety Task Order STP-0003-00(662) / P,/' 0003662) - Lead Design Engineer responsible for the construction of intersection improvements at State Route 104 and Gibbs Road, Columbia County, Georgia. Project consists of relocation of Gibbs Road for improved intersection skew angle, widening of State Route 104 for new turn lanes, and addition of signals. Responsibilities include review of existing concept, preparation of revised concept, cross-sections and plan layout, preparation of preliminary design plans, hydrology and hydraulic calculations, erosion control design, final design, and right-of-way plans. The project includes environmental permitting, NPDES permitting, utility relocation, intersection reconfiguration, signalization changes, and design of commercial and residential access. Construction Cost: $750,000.00 Bungalow Road - Lead Design Engineer responsible for the improvement and widening of Bungalow Road in Richmond County, Georgia. The project consists of improving the existing two-lane rural roadway section with ditches to a widened two-lane roadway configuration with left turn bays to accommodate intersection improvements and a closed storm water system, Responsibilities include review of existing concept, preparation of revised concept, cross-sections and plan layout, preparation of preliminary design plans, hydrology and hydraulic calculations, erosion control design, final design, and right-of-way plans. The project includes environmental permitting, utility relocation, intersection reconfiguration, signalization changes, and design of commercial and residential access. Construction Cost: $4,000,000,00 State Route 115 / Long Branch Road (Long County) PI #132209 - Provided project management and engineering tasks according to the Georgia Department of Transportation Plan Development Process, Project elements included five (5) miles of widening and/or new four-lane divided highway and two (2) miles of two-lane side road alignments. Specific project phases included Concept Validation, Database Preparation, and Environmental. Specific engineering tasks included establishing aerial mapping, horizontal/vertical road alignments, cross-section development, staging, traffic studies, and hydrologic and hydraulic studies. Construction Cost: $22,000,000.00 RESUME WILLIAM DUNAWAY, P.E. Senior Project Manager W. R. TOOLE ENGINEERS, INC. 1005 Broad Street, Suite 200, Augusta, GA 30901 EDUCATION Georgia Southern University, 1997 Bachelor's Degree in Civil Engineering Technology Augusta State University, 2004 Master of Business Administration PROFESSIONAL HISTORY Senior Project Manager, W. R. Toole Engineers, Inc. Staff Engineer, W, R. Toole Engineers, Inc, 2005 - Present 1997 - 2005 PROFESSIONAL REGISTRATIONS #30395 Professional Engineer: Georgia #26794 Professional Engineer: South Carolina #0000017030 NPDES LevellI Certified Design Professional GENERAL RESPONSIBILITIES General project responsibilities include project management of municipal infrastructure projects. General tasks include preparation of engineering reports, concept development, hydrologic and hydraulic studies, construction plan development, construction cost estimating, hydrologic / hydraulic computer modeling, construction inspection, and permitting. SELECT PROJECT EXPERIENCE Augusta-Richmond County Belair Hills Subdivision Road & Drainage Improvements - Design Engineer responsible for construction management and engineering design services for a 330-acre existing residential development in Richmond County, Georgia, The project area is experiencing extensive erosion and roadway overtopping due to the lack of an integrated storm sewer system, Project requirements include a hydrologic and hydraulic evaluation of the project area, design of an integrated storm sewer system, roadway development, sanitary sewer system extension and environmental permitting through the U,S. Army Corps of Engineers for wetland and stream buffer issues. Specific design activities include establishing basin hydrology and stormwater runoff parameters, storm sewer system design, coordination of utility relocations and development of Best Management Practices for water quality assurance. Construction phase services include periodic compliance inspections, pay application review, and field engineering. WRTE leads a weekly construction meeting to facilitate Owner - Contractor correspondence, address current construction issues, and review budget and schedule snapshots. Construction Cost: $6,549,090,64 Augusta-Richmond County Drainage Improvement Projects Phase I & II - Design Engineer responsible for developing fifteen (IS) miscellaneous drainage projects within Richmond County, Georgia. Design services included hydrologic/hydraulic studies, wetland permitting, preparation of construction documents and quantity takeoffs. Construction Cost: Phase I: $870,400.00 Phase II: $914,000.00 Ridge Crossing Drainage Improvements Phase I - Design Engineer responsible for designing approximately 4200-1inear feet of closed pipe and open channel drainage improvements along the upper reaches of an urban stream, The project consisted of improvements for multiple storm water detention facilities and roadway culvert crossings. Erosion control and velocity dissipation were major design considerations due to the urban location and proximity of residential development to the project area. Environmental and wetland impacts were mitigated and properly permitted through the United States Army Corps of Engineers, Led construction inspection and management team through construction phase. Project was completed within budget and on schedule. Estimated Construction Cost: $3,400,000,00 Page 14 of 27 Resume: William Dunaway, P,E. Page 2 of2 Springlakes Subdivision - Design Engineer responsible for a comprehensive hydrologic and hydraulic study of a 130 acre drainage basin in Columbia County to mitigate flooding. Responsibilities include identification of drainage basin, completing a detailed hydrologic model of the drainage basin, identifying and assessing flooding problems and making recommendations for an overall drainage system improvements. The proposed project area include flows in excess of 200 cfs, minor culvert design, system design and complete hydraulic analysis of flow characteristics. Project also required evaluation of secondary/downstream impacts of proposed improvements and the preparation of necessary construction plans, soil and erosion control plans, NPDES permitting, environmental permitting, and documents to contract project improvements. Provided construction inspection and field engineering services. Coordinated design revisions in field to accommodate utility conflicts and unforeseen conditions Estimated Construction Cost: $600,000.00 City of Tennille - Design Engineer responsible for implementing Community Development Block Grant for stormwater improvements for the City of Tennille, Georgia. Project responsibilities included hydrologic analysis of the drainage basin and the identification of drainage system and infrastructure problems contributing to localized flooding. The project requirements included preparation and analysis of existing systems, design of drainage system improvements, erosion control measures, preparation of plans and construction documents for project letting. All project activities were accomplished in accordance with Georgia Department of Transportation Standards and Specifications. Estimated Construction Cost: $478,800.00 Jenkins County Road and Storm Water Improvements - Design Engineer responsible for implementing Community Development Block Grant project for Jenkins County, Georgia, to improve 4,236 linear feet of unpaved roads, Project responsibilities included drainage improvements, utility relocations, and construction inspection. Estimated Construction Cost: $325,000,00 Butler Creek / Belair Hills Sanitary Sewer Collector - Design Engineer responsible for the design of a major sanitary sewer interceptor and residential collector system. Project responsibilities include design of 7,000 linear feet of 18 inch diameter pipe servicing over 4,500 acres and the design and preparation of construction documents including environmental permitting, erosion control plans, and HPDES permitting for approximately 355 acres of highly developed residential service (35,000 linear feet of 8 inch diameter pipe), Butler Creek Collector Estimated Construction Cost: $4.0 million Butler Creek Interceptor Estimated Construction Cost: $1.2 million Augusta State University South Campus Storm & Sanitary Sewer Improvements - Project Manager responsible for project management, planning, design, and construction inspection services for major infrastructure improvements project on South Campus, Project elements included new storm water collection/conveyance/detention systems, sanitary sewer systems, utility relocations, parking areas, Perimeter Road design, lighting, and landscaping, Construction Cost: $4,500,000,00 The Plaza Drainage Improvements- Athens-Clarke County, GA Newton Bridge Road Drainage Improvements- Athens-Clarke County, GA Project Manager and Design Engineer for two drainage improvements projects in Athens-Clarke County, Georgia. One project area is characterized as residential and the other project area is characterized as industrial. Both areas were analyzed to determine the causes of localized flooding, Services included hydrological and hydraulic analysis of existing conditions and proposed improvements, Project elements included bio-retention areas, regional stormwater detention ponds, new culverts, new storm sewer systems, channels, and stabilized outfalls. Estimated Construction Cost: $600,000,00 & $800,000.00 Page 15 of27 L56 Cranston ..Engineering ~ Group, P.C. ENGlNEEHS. PLANNERS. SURVEYOllS Education B,S, in Civil Engineering The Citadel, 1980 Charleston, South Carolina Registrations & Licenses Professional Engineer: Georgia No, 17052 North Carolina No, 15249 South Carolina No, 12059 Massachusetts No, 3840 I Florida No, 56477 Alabama No, 28604 Professional Mfiliations Georgia Society of Professional Engineers American Society of Civil Engineers American Society of Highway Engineers Institute of Transportation Engineers American Concrete Institute Council of American Structural Engineers Structural Engineering Institute ^ James B. Cranford, Jr., P.E. Project Manager Mr. Cranford is Vice-President and Principal Transportation And Structural Engineer for Cranston Engineering Group, P.C. and currently serves as Design Group Manager for the firm's Transportation and Structural Design Groups. During his career, Mr. Cranford has designed and directed the design of numerous highway and road improvement projects, bridge projects, drainage and hydraulic design projects, and signal installations. In addition, he has prepared and managed the preparation of many different types of traffic studies. He has been involved in nearly every aspect of transportation and structural design for the firm preparing transportation and structural design solutions for various clients including municipal government agencies and state Departments of Transportation. Mr. Cranford regularly performs underwater inspections for bridges and has trained with the Federal Highway Administration and the Georgia Department of Transportation for the design of bridge scour, stream geomorphology, and traffic engineering. Selected projects that represent his experience include the following: RECENT ROADWAY PROJECTS U.S. l/Fifth Street Connector Interchange, Aiken County, South Carolina. Design of new interchange and bridge widening at U.S. 1 and the Fifth Street Connector in North Augusta, SC for SCDOT. STP-OOOO-OO(818) - S.R. 16 Widening @ S.R. 74-85 Intersection, Coweta County, Georgia. Design of new turning lanes on S.R. 16 and S.R. 74/85 for Georgia DOT. Project also includes design of new traffic signal at intersection. STP-0003-00(783) - S.R. 16 Widening @ C.R. 157 Intersection, Coweta County, Georgia. Design of new alignment and turning lanes on S.R. 16 and Luther Bailey Road in Senoia, Georgia for Georgia DOT. Project also includes design of new traffic signal. S.R. 133 (GRIP) - STP-OOOO-OO(544) - S.R. 133 Widening and Relocation Project, Brooks County, Georgia. Surveying and Roadway design for new widening and relocation of approximately 6 miles ofS.R. 133 through the town of Morven, Georgia near Valdosta, Georgia for Georgia DOT. US 441 Widening, Rabun County, Georgia. Field surveying, bridge design and bridge hydraulics of 8.5 mile widening of road from two lane to four lane for the Georgia DOT from Clayton, Georgia to the North Carolina state line. Cranston Engineering Group, P.C.. 452 Ellis Street. Augusta. Georgia 30901 (706) 722-1588 Page 16 of 27 Page 17 of 27 Alexander Drive Widening, Augusta, Georgia. Field surveying, roadway, stream hydraulics, and retaining wall structural design for 0.87 miles of road widening including new alignment with crossing of Rock Creek in Richmond County. S.R. 96 Widening and Reconstruction, Talbot/Taylor Counties, Georgia. Field surveying and roadway design of widening 6.35 miles of existing two-lane road to four lanes with grass median for Georgia DOT. RECENT TRAFFIC STUDIES Augusta MalllWrightsboro Road Corridor Study, Augusta, Georgia. Preparation of traffic study for major roadways around the Augusta Mall area to investigate existing traffic patterns and recommend improvements at all of the Augusta Mall entrances. The Avenue at Furys Ferry Road and Riverwatch Parkway, Augusta, Georgia. Preparation of traffic study along Furys Ferry Road and Riverwatch Parkway to investigate signal warrants for new entrances of proposed 250,000 square foot retail lifestyle center. The study involved collecting traffic data using mechanical and board counters as well as the preparation of signal warrants, capacity analyses, trip generations, and trip distributions. Kimberly Clark Traffic Study, Beech Island, South Carolina. Preparation of traffic study for major roadways around the Kimberly Clark Plant in Beech Island to investigate the impact of a plant expansion and recommend improvements. The study involved collecting traffic data using mechanical and board counters as well as the preparation of signal warrants and capacity analyses. RECENT SIGNAL PROJECTS Evans to Locks Road at Industrial Park Boulevard Intersection Improvements, Evans, Georgia. Addition of turning lanes and signal at intersection. S.R. 28 at Washington West Boulevard Intersection Improvements, Evans, Georgia. Addition of turning lanes and traffic signal at intersection. S.R. 28 at North Belair Road Intersection Improvements, Evans, Georgia. Addition of turning lanes and traffic signal at intersection. Alexander Drive at Washington Road Intersection Improvements, Augusta, Georgia. Design new traffic signal as part of the Alexander Drive Widening Project. Alexander Drive at River Watch Parkway, Augusta, Georgia. Design new traffic signal as part of the Alexander Drive Widening Project. Signal design included pre-empt phase for CSX railroad which is located in the close proximity of the intersection. S.R. 16 at S.R. 85 Intersection Improvement Project, Senoia, Georgia. Design of traffic signal at new intersection. S.R. 16 at C.R. 157 Intersection Improvement Project, Senoia, Georgia. Design of new traffic signal at intersection. S.R. 28 at Club Car Drive Intersection Improvements, Evans, Georgia. Design new traffic signal at CSX Railroad and Club Car Drive. Signal included pre-empt phase for railroad. S.R. 28 at William Few Parkway Traffic Signal Warrant Analysis, Evans, Georgia. Provide signal warrant at New School Road intersection. ^ Cranston Engineering Group, P.c., 452 IWis Street, Augusta, Georgia 30901 <7061 722-1588 ~~-.I . .... PaulZhang,PE Project Manager Related Projects · Georgia Department of Transportation Pavement Evaluation Projects, Multiple Locations Statewide, Georgia- Project Manager and Project Engineer responsible for evaluation and analysis of existing pavement conditions per Georgia Department of Transportation PACES system, providing recommendations for pavement overlay and full depth design and construction. (Pavement Evaluation- PE, Bridge Foundation lnspection- BFI, Soil Survey- SS, Retaining Wall lnvestigation- RWI) · 1-75/ 1-575 Improvements, Cobb and Cherokee Counties: 27-mile SS and PE, 10 BFI and 14 RWI · Jones Bridge Road, Fulton County: 3 PE · SR 96, Houston County: SS and PE · SR 56, Stephens County: SS and PE · SR 17 Bridges, Stephens County: 2 BFI · Irwin Bridge Road, Rockdale County, Georgia- Project Engineer responsible for bridge foundation investigation of a 6 span bridge replacement project over Yellow River. · Garden Walk Boulevard, Riverdale, Georgia - Project Engineer responsible for soil survey of the roadway, a bridge foundation investigation for the proposed reinforced concrete bridge, and wall foundation investigations for the proposed cantilever and gravity earth retaining walls along the project alignment. The new bridge and retaining walls were proposed to minimize the impact to the wetland areas. The 1.7 mile project includes a new four-span reinforced concrete bridge. The completed new Garden Walk Boulevard in the project section will be a 4-lane road with turn lanes and a median. · Windsor Springs Road, August, Georgia- Project Manager for the bridge foundation investigation of Windsor Spring Road over Spirit Creek. The bridge replacement is part of the Windsor Spring Road improvement project. The geotechnical study determined the subsurface soil conditions, analyzed the vertical and lateral pile capacities, and provided geotechnical recommendations relative to the design and construction of the PSC pile foundations. · Kennesaw State University, Kennesaw, Georgia - Project Engineer responsible for geotechnical investigation for new 5-story classroom building. · AmericasMart Gift Mart No.4 (Former Greyhound Bus Terminal), Atlanta, Georgia - Project Engineer responsible for subsurface exploration and preparation of Report of Geotechnical Exploration for the over 1 million square foot expansion. The structure will consist of 18 floors of post-tensioned cast-in-place concrete with a basement, supported on caissons and spread footings bearing in rock. Professional Background · Project Manager Mr. Zhang has experience in geotechnical engineering, environmental engineering, and construction materials testing for industrial, government and commercial projects. Current and Past Relevant Employment · Will mer Engineering Inc. 2005 to Present · Engineering Consulting Services LTD 2003 to 2005 · Purdue University 2001 to 2003 Education · MS, Geotechnical Engineering, Purdue University, 2003 · MS, Structural Engineering, Beijing Polytechnic University, 2001 · BS, Hydraulic Engineering, Fuzhou University, 1995 Professional Registrations · Georgia No. 032521 · Ohio No. 70538 ~~"I.... ..: PaulZhang,PE Project Manager Page Two · East - Entrenchment Creek and West - RM Clayton Combined Sewer Overflow (CSO) Treatment Plants, Atlanta, Georgia - Staff Engineer for geotechnical evaluation for upgrades to existing facilities and addition of new structures at East and West CSO treatment plants. Major new structures included filters building, grit pump stations, vortex grit separators, backwash pump station, sedimentation basins, drum builder and other support structures. Variable subsurface conditions at the sites offered challenges for foundations of proposed structures, and both shallow and deep foundations were used. · Hartsfield Jackson Atlanta International Airport - Phase II Site Development, 5th Runway, Atlanta, Georgia - Staff Engineer responsible for the geotechnical investigation and analysis for the eastern half of the proposed 5th Runway at Hartsfield-Jackson Atlanta International Airport. Site work involved soil test borings, test pits and seismic piezocone penetration (CPTU) tests, Analyses included primary and secondary settlements, slope stability evaluation and lateral pressures on buried tunnel structures from design airplane loads. · Camp Creek Sewer Line Investigation, Atlanta, Georgia - Project Engineer responsible for geotechnical investigation of 3 mile sewer line. · MBNA Parking Deck, Atlanta, Georgia - Project Engineer responsible for construction materials testing for 6- story cast-in-place concrete parking deck on auger cast piles. · Days Inn Hotel, Atlanta, Georgia - Project Engineer responsible for geotechnical investigation and construction materials testing for 12-story hotel addition on driven pile foundation, ^The new addition to the hotel building consisted of a 12-story fire stair supported on steel pipe piles and a one-story addition on spread footings. · Piedmont Physicians Plaza, Atlanta, Georgia - Project Engineer for all special inspections and materials testing during construction of a new 5-story medical office building built on top of an 8-story parking deck, The project consisted of cast-in-place post-tensioned concrete structures supported on auger-cast piles. · Southcreek IV Distribution Center, Atlanta, Georgia - Project Engineer responsible for geotechnical investigation at 600,000 square foot distribution center. · Georgia Mountain Center Parking Deck, Atlanta, Georgia - Project Engineer responsible for geotechnical investigation for vertical expansion of 5-story parking deck. · Osborne High School Addition, Marietta, Georgia - Project Engineer responsible for construction materials testing for one-story steel frame and masonry classroom building addition on shallow spread and strip footings. · Fannin Regional Hospital Addition, Fanning, Georgia - Project Engineer responsible for construction materials testing for one-story steel frame hospital addition on shallow spread and strip footings. · Shalingzi Power Plant, China - Project Engineer responsible for wet caisson construction inspection. The project consisted of two 300 MW generators with associated steel frame buildings supported on shallow footings and caissons, · Decatur Renaissance Apartment Building, Decatur, Georgia - Project Engineer responsible for geotechnical investigation for vertical expansion of 9-story apartment building. · Coweta County Property Development, Coweta County, Georgia- Project Engineer responsible for the preliminary geotechnical investigation of a 1,600 acre site. The study facilitated the developer's acquisition of the property. · West Forsyth County High School, Forsyth, Georgia - Project Engineer responsible for geotechnical investigation for a 4-story school building and associated parking and driveway, · Rock Probe Studies, Various Locations, Georgia - Project Engineer responsible for geotechnical investigation for 100+ acre residential subdivisions. · Paulding County Airport, Dallas, Georgia - Staff Engineer for the technical review of third-party reinforced earth slope design. RESUME BARRY A. TOOLE, R.L.S. President - Surveying Department Manager Toole Surveying Company, Inc. 308 Fourth Street, Augusta, GA 30901 EDUCATION Georgia Southern University ~ 1980-1982 Augusta College ~ 1983, Bachelor of Arts PROFESSIONAL HISTORY Surveying Department Manager ~ Toole Surveying Company, Inc" Augusta, GA 1983 - Present PROFESSIONAL REGISTRATIONS #2565 #15194 Land Surveyor: Georgia Land Surveyor: South Carolina GENERAL RESPONSIBILITIES Coordination of surveying activities to insure reliable and accurate data collection and conversion to mapping. Project responsibilities including right-of-way surveys, route surveys, asbuilt and AL T A surveys, GIS control, aerial photo control, and quality control review, GPS control and monumentation, topographic surveys, monumentation certification, and FCC/FAA certifications. Typical clients include State of Georgia, State of South Carolina, Augusta-Richmond County Public Works, Augusta-Richmond County Parks & Recreation, Augusta-Richmond County Utilities Department, Columbia County Engineering Department, Baldwin County, Georgia, the City of Sylvania, Georgia, Federal Veterans Administration, U.S. Department of Energy, etc. SELECT PROJECT EXPERIENCE Surveying responsibilities for numerous rural and urban highway improvement projects have included right-of- way location, right-of-way acquisition mapping and staking, above ground improvement location, location of underground utilities, and digital base map preparation, These services have been accomplished using Microstation version 7 or 8 (or as directed by owner) AutoCad Softdesk (version 2007) and Caice software as required by Georgia Department of Transportation. Partial project list: · Georgia D.O.T. Torras Causeway Safety Work Order (PI #0008940) - Glynn County, Georgia · Georgia D,O.T. US 84 / SR 38 Road Widening (PI #422120 & #422125) - Clinch/Ware Counties, Georgia · Georgia D.O.T. Safety Work Order (statewide) (STP-0001-00(853) · Georgia D,O.T. East Thomson Bypass (PI #262400) - McDuffie County, Georgia · Georgia D.O,T, Altamaha Road/Bridge Improvements (PI #522220 & #0001216) - Appling/Toombs Counties, Georgia · Georgia D.O,T, Swainsboro Bypass (EDS-545(7)) - Emanuel County, Georgia · Georgia D.O.T, 1-16 Bridge (IM-16-1(1l2) PI #210660; IM-16-I(1l3) PI #210650; -16-1(115) PI #210610) - Truetlen & Laurens Counties, Georgia · Georgia D.O,T. Flowing Wells Road (PI #250600) - Columbia County, Georgia · Georgia D,O,T. Saint Sebastian/15th Street/Greene St/Riverwatch Pkwy (DE-OOMS (239)) - Richmond County, Georgia · Georgia D.O.T. State Route 104 at Gibbs Road (PI #0003662) - Columbia County, Georgia · Jackson Road Widening Project - Richmond County, Georgia · Reynolds Street Road Widening Project - Richmond County, Georgia · Georgia State Route 21 Road Widening Project - Screven County, Georgia · Windsor Spring Road Widening Project - Richmond County, Georgia · Windsor Spring Road Phase II Road Widening Project - Richmond County, Georgia Page 20 of 27 Resume: Barry A, Toole, R.L.S. Page 2 of2 j}lapping Responsible for numerous boundary, topographic, and as-built surveys. Projects range from commercial/private developments, federal and state roadway projects, industrial waste site layout, sanitary sewer and water main systems, and wetland delineation projects. (GP,~) Responsible for establishing state plain coordinates and vertical control for route surveys, cellular phone tower sites, and photo points for aerial mapping. Participated in the 1994 High Accuracy Reference Network (H.A.R.N.) project establishing first order horizontal control throughout the state of Georgia in conjunction with the National Geodetic Surveying office, Responsible for vertical control photo points throughout Columbia County, Georgia. Vertical datum was used for electronic topographic base map preparation in Columbia County's GIS system. Specialty Responsible for right-of-way and easement acquisition surveying and platting, and final construction staking for the U.S. Army Corps of Engineers Oates Creek Flood Control project in Richmond County, Georgia. Also provided surveying to determine new property lines based on land erosion at Lake Thurmond for the Corps of Engineers in Georgia and South Carolina. / Surveying Established Horizontal Control on multiple Georgia Department of Transportation Projects. Trimble 5700 GPS Survey Grade Units are utilized to establish primary project control. Data is collected for the appropriate amount of time as outlined in National Geodetic Survey "blue book" to establish geodetic control. Trimble "TGO Office Geomatics" software is used for post processing data, Additionally, Trimble RTK GPS may be utilized in a calibrated project area, A Trimble digital automatic level is used to transfer NGS published NA VD (1988) vertical datum for use on project control. Page 21 of 27 Jeffrey S. Simmons, PLS Principal-In-Charge Mr, Simmons' role at Photo Science is that of Vice President as well as Principal in Charge, As such, he plays an integral role in many of the firm's projects from the first phase of development to the final phase of production. A great deal of his time is spent developing production protocols based on project specifications. He performs in-depth analysis on production outcomes in reference to quality control, production schedules, and final products. A high level of involvement in each project ensures a quality product in the designated time frame that has been established for each project. This high level of involvement makes him an extremely valuable resource within the Photo Science team. He participates in most roundtable discussions held within the firm to determine the best technical approach for resolving challenges associated with new projects. His significant experience is invaluable to the firm in discussing the merits of alternate approaches, making suggestions on the feasibility of various aspects of the project, and working directly with clients throughout the project. Mr. Simmons' experience includes: Office Location Norcross, Georgia Education SA Geography, University of Georgia 1989 Licensure I Certification Professional Land Surveyor NC #L4117 Photog ram metric Surveyor SC #24612 Years of Experience 19 Years with Photo Science 11 Douglas County, GA Water & Sewer Authority, Countywide Digital Orthophotography & LiDAR. Project Manager. Responsible for countywide (200 sq mi) 1"=100' scale black and white digital orthophotography. Services included aerial imagery acquisition, photo lab services, scanning, digital orthophoto production, LiDAR, OEM, DTM, impervious surface areas collection. Columbus - Muscogee County, GA Water Works, Countywide Digital Orthophotography & LiDAR. Project Manager. Responsible for coordination with the County Engineer to produce countywide (150 sq mi) 1 "=1 00' scale color digital orthophotography. Services included aerial imagery acquisition, scanning, digital orthophoto production, and LiDAR. Newton County, GA Board of Commissioners, Countywide Color Digital Orthophotography & Contours. Project Manager. Responsible for updates to a previous project completed in 1999 by another photogrammetry firm. Project consisted of flying the entire area of Newton County, Georgia at a negative scale of 1 "=700' in true color. Previously collected data was utilized as a reference and all changes were updated within 220 tiles. DTM was collected of approximately 65 percent of the project area in an effort to obtain 2-foot contours countywide. Previously collected DTMs for the remaining 35 percent of the county utilizing 2-foot contours for all of the project area were produced. Cherokee County Board of Commissioners, Countywide Color Digital Orthophotography & Contours. Principal In Charge. Responsible for coordination with the County to produce countywide (434 sq mi) color aerial photography of at an approximate scale of 1 "=800', Services included aerial imagery acquisition, scanning, digital orthophotography production, LiDAR, and 2-foot countywide contour data. Henry County, GA Board of Commissioners, Countywide Digital Orthophotography & Contours. Project Manager. Responsible for performing a comprehensive photogrammetric update of the County's GIS land base to include new color digital orthophotography and topographic data. Services included color aerial imagery acquisition, airborne GPS, IMU, GPS control, aerotriangulation, softcopy photogrammetry, cartographic editing, GIS processing, digital orthophotography. Page 22 of 27 Page 2] Of27 SO-DEEr Inc. @ JOHN A. TAYLOR, P.E. BRANCH MANAGER EDUCATION B.S., Civil Engineering, Widener University, 1989 United States Army, 1991-1994 - Training Officer So-Deep Project Manager Program PROFESSIONAL REGISTRATION Professional Engineer - Georgia (33330) PROFESSIONAL QUALIFICATIONS Mr. Taylor joined So-Deep in 1995 as a Field Technician. Mr. Taylor progressed through Senior Operator, Project Specialist and rapidly graduated from our Project Manager Trainee Program. He is now the Branch Manager of our Covington, Georgia office, He is responsible for training Project Specialists and Survey Instrument Operators, Designators and Field Technicians. He also oversees multiple S.U.E, projects and has responsibility for the quality, accuracy, and completeness of all data obtained/recorded by multiple field crews. Mr. Taylor has extensive knowledge ofGDOT's subsurface utility engineering program and processes and the Department's Plan Development Process and has attended the 3 day PDP training class. Mr. Taylor is completely familiar with utility systems and their configurations, and is frequently tasked to supervise complex, projects. Mr. Taylor was the Project Specialist in charge of field data collection for the following notable projects: GDOT: Peachtree Road Improvements, Atlanta (Fulton County) Quality Level A test holes - 114 GDOT: Northside Drive (Fulton County) Quality Level B Designating of approximately 103,000 linear feet and 315 poles. GDOT: SR159 in Turner County to SR 300 in Crisp County. This was a time critical project for GADOT. So-Deep, Inc. designated underground and aerial utilities along 1-75 including 5 overpasses without interchanges. State Route 316 HOV (Gwinnett County) Performed Quality Level B Designating of approximately 164,000 liner feet of underground utilities along a limited access roadway. (Subconsultant to PBS&J) 1-85 Corridor (Gwinnett and Barrow Counties) Quality Levels B, C and D are utilized throughout the entire project of approximately 300,000 linear feet of underground utilities and approximately 300 poles. Quality Level A (test holes) will be determined upon completion of the designating. (Subconsultant to HNTB) State Route 44 (Putnum Jones County) Designated and mapped approximately 172,000 linear feet of underground utilities. The project was approximately II miles in length and consisted of many intersecting intersections. So-Deep prepared a pole chart showing various attributes of each utility pole including heights and ownership of each pole. (Subconsultant to W.R. Toole Engineering) Page 24 of 27 ANDREW W. PITMAN Principal POSITION: Project Manager EDUCATION: B.S. Applied Biology (1984) Georgia Institute of Technology CONTINUING EDUCATION: Basic Wetland Delineation Wetland Training Institute Environmental Permitting Short Course Florida Chamber of Commerce EXPERIENCE: Mr. Pitman currently serves as Project Manager for Edwards-Pitman Environmental, Inc. He is responsible for coordinating ecological surveys and assisting in the preparation of environmental documents, including environmental assessments, categorical exclusions and all Section 404 wetland permits and mitigation plans. Prior to joining the firm, Mr. Pitman was employed in a similar position with a large engineering company in the Atlanta area. In addition to directing wetland programs, he was involved in preparing environmental documents in compliance with the National Environmental Policy Act of 1969 and the Georgia Environmental Policy Act of 1991. Mr. Pitman began his career with the Fulton County Health Department in Atlanta, Georgia, as an Environmental Engineering Assistant where he analyzed commercial septic system designs. He worked with engineers, architects and developers to bring designs into compliance with regulations. He approved designs, issued permits and performed construction inspection. He also periodically revised regulations and created documents and procedures for new environmental health programs. He evaluated zoning proposals and made formal comments to County Commissioners regarding effects on environmental health. Some projects Mr. Pitman has been involved with are listed below: o Eisenhower Parkway Extension, Macon/Bibb County, GA - coordinated ecological surveys and prepared natural environment sections of an Environmental Impact Statement for numerous new location alternative alignments. o Hartsfield Atlanta International Airport 5th Runway Extension, Atlanta, GA - managed natural environment duties including surveys for wetlands and protected species for preparation of an Environmental Impact Statement. o U.S. 27/State Route 1, Miller, Early, Randolph & Clay Counties, GA - acted as Project Edwards-Pitman Environmental, Inc. 4/23/2009 Edwards-Pitman Environmental, Inc. 4/23/2009 Page 25 Of27 ANDREW W. PITMAN Principal Manager for environmental surveys and environmental assessment of a 39.6 mile road widening project in four southwest Georgia Counties. o U.S. 441/State Route 29, Laurens, Wilkinson & Baldwin Counties, GA - coordinated ecological surveys of a 37 mile transportation corridor in central Georgia. Assisted in preparation of an environmental assessment. o State Route 20/State Route 100, Floyd County, GA - managed cultural resource and ecological surveys to be used in an environmental assessment of the 2.95 mile road widening in Rome, Georgia. o State Route 61/State Route 113, Bartow County, GA - acted as Project Manager for preparation of a NEP A environmental assessment for the 2.62 mile road improvements. o Frey Road, Cobb County, GA - coordinated ecological and historic resource surveys of a proposed road relocation on the campus of Kennesaw State College. o Baker Road, Cobb County, GA - arranged cultural resource and ecological assessments of a road widening corridor for Cobb County Department of Transportation. o Spalding Drive, Fulton County, GA - coordinated wetland delineation and protected species surveys for proposed intersection improvements. o State Route 35, DeKalb & Cherokee Counties, AL - performed ecological surveys for a 22 mile transportation corridor study near Lookout Mountain, Alabama. o Martin Luther King, Jr. Boulevard-Altama Avenue, Glynn County, GA - prepared environmental assessment. Various duties included wetland delineation, cultural resource evaluations, threatened and endangered species review, flood plain research and various other tasks. Obtained Corps of Engineers authorization to use Regional Permit. o Wayside Lane School Site, Paulding County, GA - managed identification and delineation of wetlands and streams for a potential school site in Paulding County. o Duluth Bypass, Phase I, Gwinnett County, GA - performed wetland delineation and prepared pre-discharge notification for the use of various nationwide permits. o Duluth Bypass, Phase II, Gwinnett County, GA - delineated wetlands, devised mitigation plan and obtained authorization to use Regional Permit. o Chastain Road Improvements, Cobb County, GA - designed a wetland mitigation plan including grading and vegetation of new wetland areas. Coordinated mitigation construction with client and contractor, including problem resolution. o Windy Hill Reliever, Cobb County, GA - prepared environmental assessment and performed wetland delineation. o Sea Island Road/Demere Road, Glynn County, GA - devised a plan and design to mitigate a federally endangered wood stork feeding area. Developed a mitigation plan for remaining wetlands. Prepared documentation for a categorical exclusion. o Lewis Fraser Road, Liberty County, GA - delineated wetlands and evaluated historic resources. Prepared documents for categorical exclusion. Page 26 of 27 Gardner Chambliss, P.E. SENIOR ELECTRICAL ENGINEER EXPERIENCE Gardner's experience at GS&P includes electrical, system security and lighting design. Previously, he worked as a private consultant and as the head of a security design group where his experience ranges from the initial planning and architectural phases through the design, construction and commissioning of a complete system. Gardner has designed CCTV, access control, intrusion detection, power distribution, instrumentation, communication, optical recognition, lightning, digital and analog control, and robotic and remote control systems. EDUCATION 1970, Bachelor of Electrical Engineering, University of Texas at Arlington REGISTRA liONS Professional Engineer: AL, AR, GA, KY, MS, SC MEMBERSHIPS/AFFILlA TlONS Management and Control Society, Vice President and Programs Chairman CONTINUING EDUCATION Advanced Roadway Lighting, Holophane, Granville, OH, 2006 Securing Lighting, Holophane, Granville, OH, 2007 CCTV Basic Design, Spec Point, Alpharetta, GA, 2007 Interior Lighting for Commercial and Health Care Facilities 2008 INSTRUCTOR FOR CONTINUING EDUCATION Study of Lighting Pole Failure 2007 Applying Security Concepts to Lighting Design 2008 Design Requirements for Airport Communication Systems 2009 YEARS OF EXPERIENCE With GS&P: 3 With other firms: 25 RELEVANT PROJECTS GOaT 1-75 Interchanges, Cook County, GA-ProjectEngineer. Responsible for Rest Area on and off ramps and new CD road. Design of three interchanges along Interstate 1-75. This turnkey project includes concept report validation, development of preliminary, right-of-way and final construction plans, specifications and cost estimates. Included in the scope of improvements are the horizontal and vertical realignment of the cross roads and ramps, addition of turn lanes and bridge design. MOOT 1-10. 1-110 ITS Harrison and Jackson Counties, MS, - Electrical Engineer for electrical distribution to cameras, dynamic message sign and radar detectors along 40 miles of interstate. MOOT 1-20, I-55 and 1-220 ITS around Jackson, MS, - Electrical Engineer for electrical distribution to cameras, dynamic message sign and radar detectors around the perimeter of Jackson Mississippi. FOOT 1-10. ITS Escambia Counties, FL, - Electrical Engineer for electrical distribution to cameras, dynamic message sign and radar detectors along 23 miles of interstate. Gwinnett County DPU - Telemetry Upgrades, Gwinnett County, GA-Project Engineer, Engineering services for Gwinnett County Department of Water Resources under an on-demand services contract for the conversion of 246 wastewater pumping stations from a telephone-based to wireless communication system, Each pump station was inventoried ranging in size from a few hundred gallons-per-minute to over 30-mgd. GS&P worked with the GCDWR staff to categorize the pumping stations, prioritize the station conversions, develop standard specifications and equipment installations for each category and prepare detailed plans and specifications, GDOT - US411, Bartow County, GA-Project Engineer. Responsible for new high mast and offset roadway lighting for two existing interchanges and one new interchange. Project includes multiple fly-over ramps, wetlands crossings and under bridge lighting. Alexander Drive, Augusta, GA-Project Engineer. Responsible for one mile of arterial lighting in conjunction with GDOT road widening and improvement project. Roadway lighting design for Alexander Drive from Washington Road to Riverwatch Parkway Hartsfield-Jackson Atlanta International Airport - Maynard H. Jackson Jr. International Terminal Project Design Development-Project Engineer. Responsible for exterior lighting coordination project. Recommend poles and luminaires for all new entrance roadways, service roads, elevated roadways at new terminal and top level of five-story parking structure. Columbiana Streetscape Lighting, Columbiana, GA- Project engineer lighting of 1,100 feet of streetscape in enhance the down town environment. 1-565 and Greenbrier Rd. Interchange Lighting, AL-Project engineer for highhast Interchange lighting for interchange reconfiguration. GDOT Rest Area and Welcome Center, 1-75 South of S.R. 246, Cook County, GA - Offset luminaire lighting design for Rest Area on and off ramps and new CD road. West Bay Street Project, Savannah, GA. - Project Engineer for 1.28 miles of arterial roadway and underpass lighting in conjunction with GDOT road widening and improvement project. *Denotes individual experience Page 27 of 27