HomeMy WebLinkAboutPROPOSAL FROM DUNCAN-PARNELL GEODETIC PRODUCT SOLUTION TO SUPPLY GPS/SURVEYING EQUIPMENT AND ASSOC SERVICES FOR AED � � �
�
G E� O R G I A
CONTACT DOC EN'�S
�PS/SUR�EYIl�G
E (�I�IPMENT
ANIa
AS�OCIA�ED SEI�����5
PROJECT N�Tl�BEI�: X�-��
Abie L. I��dson, P.E., ePESC, Director
Engine�er�ng Department
AUGUSTA, GA
ENGINEERING DEPARTMENT
GPS/SURVEYING EQUIPMENT AND ASSOCIATED SERVICES
PROJECT NUMBER: XXX-XX-XXX
Table of Contents
Section pa�es
Invitation to Bid .,...,.....
Instruction to Bidders 1B1-3
Georgia Prompt Pay Act PPA1
Special Conditions Sc1-4
Addendum 1— g
Agreement A1-4
Contractor's Statements:
➢ Attachment B ,.,,.......
o Contractor's Statement of Non-Discrimination ...........
o Non-collusion of Prime Bidder/Offeror ...........
o Conflict of Interest Statement ...........
o Contractor's Affidavit and Agreement Statement ...........
➢ Bidders Form/Acknowledgement of Addenda ...........
➢ Subcontractor Affidavit ...........
➢ Exception Sheet .........,.
➢ Certification Statement Local Vendor Preference ...........
➢ Non-Collusion Affidavit of Subcontractor ...........
➢ Good Faith Efforts — Subcontractor & Supplier Contact Form ...........
➢ LSB Subcontractor/Supplier Utilization Plans ...........
➢ Monthly Subcontractor/Supplier Utilization Report ...........
➢ Contractor's Bonds/Insurance ...........
➢ Contractor's Experience/ Financia) & References Information ...........
General Conditions Gc1-26
Proposal P1 _ g
Technical Specifications
Data Sheets 1-14
Technical Sheets & Notes 1-10
COR Guidelines 1- 34
-
:�-��_ �:-���
O L� � ll µ G I A
CITY OF AUGUSTA, GEORGIA
OFFICE OF THE PROCUREMENT DIRECTOR
530 GREENE STREET SUITE 605
AUGUSTA, GEORGIA 30901
(706) 821-2422
www.aug sta�gov
DATE: November 15, 2010 BID NO. 10-200
SUBJECT: Invitation to bid on the following equipment, supply, and/or services.
NAME OF BID: GPSlSurveying Equipment � Associated Services
This letter extends to you� Firm an invitation to submit a bid to supply the City of Augusta with equipment,
supplies, and/or services as indicated above. Sealed bids for the above will be received at the O�ce of the
City Procurement Director, 530 Greene Street -- Suite 605, the Municipal Building, Augusta, Georgia, up to
11:00 a.m. on Friday, December 10, 2010, at which time, bids will be opened and publicly read. The Board
of Commission reserves the right to reject any and all bids and to waive formalities.
Instructions for preparation and submission of a bid-proposal are contained in the attached packet. Please
note that specific forms for submission of a bid proposal are required. Bids must be typed or printed in ink. If
you do not bid, return signed bid invitation sheet and state reason. Also, plea�e clearly mark the outside
of your e�velope as "No Bid."
Any changes to the conditions and specifications must be in the form of a written addendum to be valid;
therefare, the City will issue a written addendum to document ail approved changes. Any bid submitted
which does not acknawledge the receipt of an addendum will not be considered.
The City of Augusta seeks to ensure that all segments of the business community have access to supplying
the goods and services needed by City programs.
Doing business with Augusta has become easier! The new ARCBid link, which is located on the
Procurement DepartmenYs website at www.auaustaga.gov, enabfes you to view current and past public bid
information online. Should you have any queslions concerning the bid documents, or need additional
information, you may contact a member of the Bid and Contract Team d'+rectly @ 706 821-2422. A request
for bid documents must be faxed to 706 821-2811.
A Bid proposal from your Firm will be appreciated.
Sincerely yours,
�e�i
Geri A. Sams
Procurement Director
Bid 10-200 GPS/Surveying Equip. & Associated Services
Page 2 of 30
Invitation to Bid
Sealed bids will be received at this office until 11:00 a.m. Friday, December 10, 2010 for furnishing:
Bid Item #10-200 GPS/Suroeying Equipment 8 Associated Services for Engineering Department
Bids will be received by Augusta, GA Gommission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
706-821-2422
Bid documents may be obtained at the office of the 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 fax at 706-821-Z811 or by mail. No bid will be accepted by
fax, all must be received by mail or hand delivered. All questions are to be submitted in writing by
Friday, December 3, 2010 by 5:00 p.m.
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, the certification statement as a local bidder
and all supporting documents must be submitted to the Procurement Department with your bon�de
bid package.
No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening.
An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in
accordance with Article 4(Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the
number of copies needed, the timing of the submission, the required financial data, and any other
requirements designated by fhe Procurement Department are considered material conditions of the bid
which are not waiveable or modifiable by the Procurement Director. Please mark BID number on the outside
of the envelope.
Bidders are cautioned that sequestration of BID documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed
the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Disadvantage Business Enterprise (DBE) Augusta-Richmond County, Georgia does not operate a
DBE, MBE or WBE Program for Augusta funded projects, as a Federal Court has entered an Order
enjoining the Race-Based portion of Augusta's DBE Program. Instead Augusta operates a Local
Small Business Opportunity Pragram. However, for various projects utilizing the expenditure of
State or Federal funds, Augusta enforces DBE requirements and/or DBE goals set by the Federal
and/or State Agencies in accordance with State and Federal laws.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle November 18, 25, 30, December 2, 2010
Metro Courier November 24, 2010
cc: Tameka Allen Interim Deputy Administrator
Abie Ladson Engineering Department
Hameed Malik Engineering Department
Bid 10-200 GPS/Surveying Equip. & Associated Services
Page 3 of 30
Augusta, GA En�inee�ing Dep�rtm�nt
T
I NSTRUCTIC)i�S C�
61DD
E�S
GPS/Surveyin� Equipment
and Associated Services
PROJ ECT N U M BER: �JCX-XX�XXX�
SECTION IB
INSTRUCTION TO BIDDERS
IB-01 GENERAL
All proposals must be presented in a sealed envelope, addressed to the
Owner. The proposal must be filed with the Owner on or before the time stated in the
invitation for bids. Mailed proposals will be treated in every respect as though filed in
person and will be subject to the same requirements.
Proposals received subsequent to the time stated will be returned
unopened. Prior to the time stated any proposal may be withdrawn at the discretion of
the bidder, but no proposal may be withdrawn for a period of sixty (60) days after bids
have been opened, pending the execution of contract with the successful bidder.
IB-02 EXAMINATION OF WORK
Each bidder shall, by careful examination, satisfy himself as to the nature
and location of the work, the conformation of the ground, the character, quality and
quantity of the facilities needed preliminary to and during the prosecution of the work,
the general and local conditions, and all other matters which can in any way affect the
work or the cost thereof under the contract. No oral agreement or conversation with
any officer, agent, or employee of the Owner, either before or after the execution of the
contract, shall affect or modify any of the terms or obligations therein.
IB-03 ADDENDA AND INTERPRETATIONS
No interpretation of the meaning of plans, specifications or other prebid
documents will be made to any bidder orally.
Every request for such interpretation should be in writing addressed to
the Purchasing Department, 530 Greene Street, Augusta, Georgia, 30911 and to be
given consideration must be received at least ten working days prior to the date fixed
for the opening of bids. Any and all such interpretations and any supplemental
instructions will be in the form of written addenda to the specifications which, if issued,
will be sent to the Augusta-Richmond County Purchasing Director at least five working
prior to the date fixed for the opening of bids. The Purchasing Director shall send by
certi�ed mail with return receipt requested to all prospective bidders (at the respective
addresses furnished for such purposes), not later than three working days prior to the
date fixed for the opening of bids. Failure of any bidder to receive any such addendum
or interpretation shall not relieve such bidder from any obligation under his bid as
submitted. All addenda so issued shall become part of the Contract Documents.
IB-1
AED - GPS/Surveying Equipment
and Associated Services
IB-04 PREPARATION OF BIDS
Bids shall be submitted on the forms provided and must be signed by the
bidder or his authorized representative. Any corrections to entries made on bid forms
should be initialed by the person signing the bid.
Bidders must quote on all items appearing on the bid forms, unless
specific directions in the advertisement, on the bid form, or in the special specifications
allow for partial bids. Failure to quote on all items may disqualify the bid. When
quotations on all items are not required, bidders shall insert the words "no bid" where
appropriate.
Alternative bids will not be considered unless specifically called for.
Telegraphic bids will not be considered. Modifications to bids already
submitted will be allowed if submitted by telegraph prior to the time fixed in the
Invitation for Bids. Modifications shall be submitted as such, and shall not reveal the
total amount of either the original or revised bids.
Bids by wholly owned proprietorships or partnerships will be signed by all
owners. Bids of corporations will be signed by an officer of the firm and his signature
attested by the secretary thereof who will affix the corporate seal to the proposal.
NOTE: A 10% Bid Bond is required in all cases.
IB-05 BASIS OF AWARD
The bids will be compared on the basis of unit prices, as extended, which
will include and cover the furnishing of all material and the performance of all labor
requisite or proper, and completing of all the work called for under the accompanying
contract, and in the manner set forth and described in the specifications.
Where estimated, quantities are included in certain items of the
proposal, they are for the purpose of comparing bids. While they are believed to be
close approximations, they are not guaranteed. It is the responsibility of the Contractor
to check all items of construction. In case of error in extension of prices in a proposal,
unit bid prices shall govern.
IB-2
AED - GPS/Surveying Equipment
and Associated Services
IB-06 BIDDER'S QUALIFICATIONS
No proposal will be received from any bidder unless he can present
satisfactory evidence that he is skilled in work of a similar nature to that covered by the
contract and has sufficient assets to meet all obligations to be incurred in carrying out
the work. He shall submit with his proposal, sealed in a separate envelope, a FINANCIAL
EXPERIENCE AND EQUIPMENT STATEMENT, giving reliable information as to working
capital available, plant equipment, and his experience and general qualifications. The
owner may make such investigations as are deemed necessary to determine the ability
of the bidder to perform the work and the bidder shall furnish to him all such additional
information and data for this purpose as may be requested. The Owner reserves the
right to reject any bid if the evidence submitted by the bidder or investigation of him
fails to satisfy the Owner that such bidder is properly qualified to carry out the
obligations of the contract and to complete the work contemplated therein.
Part of the evidence required above shall consist of a list of the names
and addresses of not less than five (5) firms or corporations for which the bidder has
done similar work.
IB-07 PERFORMANCE BOND
At the time of entering into the contract, the Contractor shall give bond
to the owner for the use of the owner and all persons doing work or furnishing skill,
tools, machinery or materials under or for the purpose of such contract, conditional for
the payment as they become due, of all just claims for such work, tools, machinery, skill
and terms, for saving the owner harmless from all cost and charges that may accrue on
account of the owner performing the work specified, and for compliance with the laws
pertaining thereto. Said bond shall be for the amount of the contract satisfactory to the
owner and authorized by law to do business in the State of Georgia.
Attorneys-in-fact who sign bonds must file with each copy thereof, a
certified and effectively dated copy of the power of attorney.
IB-08 REJECTION OF BIDS
These proposals are asked for in good faith, and awards will be made as
soon as practicable, provided satisfactory bids are received. The right is reserved,
however to waive any informalities in bidding, to reject any and all proposals, or to
accept a bid other than the lowest submitted if such action is deemed to be in the best
interest of the Owner.
IB-3
AED - GPS/Surveying Equipment
and Associated Services
Augusta, GA Engineerin� Department
GE�R�
'�
Y:
PRQMPT P'�►
GPS/Surveying Equi�ment
and Ass�ciated Services
PROJECT N U M BER: X�X-XX-��XX
,
_
___�
GEORGIA PROMPT PAY ACT
This Agreement is intended by the Parties to, and does, supersede any and all provisions of the
Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any provision of this
Agreement is inconsistent with any provision of the Prompt Pay Act, the provision of this
Agreement shall control.
All claims, disputes and other matters in question between the Owner and the Contractor
arising out of or relating to the Agreement, or the breach thereof, shall be decided in the
Superior Court of Richmond County, Georgia. The Contractor, by executing this Agreement,
specifically consents to venue in Richmond County and waives any right to contest the venue in
the Superior Court of Richmond County, Georgia.
Notwithstanding any provision of the law to the contrary, the parties agree that no interest
shall be due Contractor on any sum held as retainage pursuant to this Agreement and
Contractor specifically waives any claim to same.
NOTICE
All references in this document, which includes all papers, writings, drawings, plans or
photographs to be used in connection with this document, to "Richmond County Board of
Commissioners" shall be deemed to mean "Augusta Richmond County Commission-Council and
all references to "Chairman" shall be deemed to mean "Mayor".
DISPOSALS
Prior to any material from this project being wasted or otherwise disposed of outside the
project limits the Contractor shall furnish the Engineer a copy of written permission, signed by
the property owner (or his authorized agent) describing the estimated amount and type of
material to be placed on said property. If any portland cement concrete, asphaltic concrete,
wood or other such materials are to be wasted on the property, a copy of the owner's inert
landfill permit, issued by the Environmental Protection Division shall be furnished to the
Engineer prior to any such waste being removed from the project.
In all cases, regardless of the material being wasted, a grading permit issued by Augusta
Richmond County must be furnished to the Engineer.
PPA —1
AED - GPS/Surveying Equipment
and Associated Services
__ _
Augusta, GA Engineerin� �epartrnen#
SPE�I�►
�
: I 1115 J
CONDIT �
GPS/Surveyin� Equip�rierrt
and Associated S�rvices
PR0IECT NUMBER: XXX-aC�C-X�X�C
� � � � � � � � � � � � � ----�
INDEX TO SPECIAL CONDITIONS
SECTION
SC-01. Scope of Work
SC-02. Compliance with Laws, Codes, and Regulations, Etc
SC-03. Construction Order and Schedule
SC-04. Georgia Prompt Pay Act
SC-05. Disputes
SC-06. Interest Not Earned on Retainage
SC-07. Equivalent Materials
SC-08. Masters Golf Tournament
SPECIAL CONDITIONS
SC-01. SCOPE OF THE WORK
One 5" Robotic Total Station with Electronic Data Logger and Field Software;
One GPS Surveying Rover Unit with Electronic Data Logger and Field Software; One GPS
Surveying Base Station and Software; One GPS Real-Time Correction Service Subscription;
Accessories; Licenses; and Onsite Training for Augusta Engineering Department Staff. See Fee
Proposal for additional description.
SC-02. COMPLIANCE WITH LAWS. CODES. AND REGULATIONS. ETC.:
Supplementing the provision of the GENERAL CONDITIONS, the successful bidder
awarded this contract by signing the contract acknowledges the following, however, this is not
to be construed as all inclusive or being these only:
1. Under�round Gas Pipe Law:
The Contractor signing the contract acknowledges that he is fully aware of the
contents and requirements of "Georgia Laws 1969, Pages 50 and the following,
and any amendments and regulations pursuant thereto", and the Contractor
shall comply therewith.
2. Hi�h Volta�e Act:
The Contractor by signing the contract acknowledges that he is fully aware of the
contents and requirements of "Act No. 525, Georgia law 1960, and any
amendments thereto, and Rules and Regulations of the commissioner of Labor
pursuant thereto" (the preceding requirements within quotation marks being
hereinafter referred to as the "high voltage act"), and the Contractor shall
comply therewith. The signing of Contract shall also confirm on behalf of the
Contractor that he:
A. has visited the premises and has taken into consideration the location of
all electrical power lines on and adjacent to all areas onto which the
contract documents require to permit the Contract either to work, to
store materials, or to stage operations, and
B. that the Contractor has obtained from the Owner of the aforesaid electric
power lines advice in writing as to the amount of voltage carried by the
aforesaid lines.
sa
AED - GPS/Surveying Equipment
and Associated Services
The Contractor agrees that he is the "person or persons responsible for
the work to be done" as referred to in the high voltage act and that
accordingly the Contractor is solely "responsible for the completion of
the safety measures which are required by Section 3 of the high voltage
act before proceeding with any work." The Contractor agrees that prior
to the completion of precautionary measures required by the high
voltage act he will neither bring nor permit the bringing of any equipment
onto the site (or onto any area or areas onto which the contract
documents require or permit the Contractor to work, to store materials,
or to stage operations) with which it is possible to come within eight feet
of any high voltage line or lines pursuant to operations arising out of
performance of the Contract. The foregoing provisions apply to power
lines located (a) on the site and (b) on any area or areas onto which the
contract documents require or permit the Contractor either to work, to
store materials, or to stage operations, or (c) within working distance for
equipment or materials, being used on (a) and (b) above. These
provisions of the Contract do not limit or reduce the duty of the
Contractor otherwise owed to the Owner, to other parties, or to both.
The Contractor agrees that the foregoing provisions supplement
provisions of the General Conditions. The Contractor agrees and
acknowledges that any failure on his part to adhere to the high voltage
act shall not only be a violation of law but shall also be a breach of
contract and specific violation of the provisions of the General Conditions
which pertains to safety precautions.
3. Occupational Safetv & Health Act:
The Contractor by signing the contract acknowledges that he is fully aware of the
provisions of the Williams-Steiger Occupational Safety and Health Act of 1970
and he shall comply therewith.
SC-03. CONSTRUCTION ORDER AND SCHEDULE:
1. The Contractor shall be responsible for the detailed order, schedule, and
methods of construction activities within the general guidelines specified for
maintenance and protection of highway and pedestrian, traffic; utility lines;
drainage ways; adjacent properties; and as otherwise specified.
2. After notice to proceed and prior to the first payment on the contract the
Contractor shall submit the following for review:
SC3
AED - GPS/Surveying Equipment
and Associated Services
A. Breakdown of contract price into units of cost for each item required to
complete the total work; this breakdown will be the basis for judging the
percentage complete at any time.
B. A statement of the order of procedure to be followed that will result in
the required protection and completion of the work within the overall
contract time.
SC-04. GEORGIA PROMPT PAY ACT:
This Agreement is intended by the Parties to, and does, supersede any and all
provisions of the Georgia Prompt Pay Act, O.C.G.A. Section 13-11-1, et seq. In the event any
provision of this Agreement is inconsistent with any provision of the Prompt Pay Act, the
provision of this Agreement shall control.
SC-05. DISPUTES
All claims, disputes and other matters in question between the Owner and the
Contractor arising out of or relating to the Agreement, or the breach thereof, shall be decided
in the Superior Court of Richmond County, Georgia. The Contractor, by executing this
Agreement, specifically consents to venue in Richmond County and waives any right to contest
the venue in the Superior Court of Richmond County, Georgia.
SC-06. INTEREST NOT EARNED ON RETAINAGE:
Notwithstanding any provision of the law to the contrary, the parties agree that
no interest shall be due to the Contractor on any sum held as retainage pursuant to this
Agreement and Contractor specifically waives any claim to same.
SC-07. EQUIVALENT MATERIALS:
Notwithstanding any provision of the general conditions, there shall be no
substitution of materials that are not determined to be equivalent to those indicated or
required in the contract documents without an amendment to the contract.
SC-08. MASTERS GOLF TOURNAMENT:
Any work planned to be accomplished during or directly before the Masters Golf
Tournament must be submitted to and approved in writing by the Owner. Consideration will be
given only for contract time extensions as a result of delays in accomplishing the work. No
consideration will be given for claims for damages.
SC4
AED - GPS/Surveying Equipment
and Associated Services
Augusta, GA Engineerin� Department
ADQEN Dl�
�� �
. GPS/Surveying Equipment
and Assaciat�ed Services
PROJ ECT N U:M BER: , XXX-��C-X�JtX
____-
.
�'. ���-� �'���c�l'�.�
G E''� ' �'R �=G I � A (�,� �y
_ `��(� ��.��
�
TO: All Bidders
Phyllis Mills, Quality Assurance Analyst
Abie Ladson �En i e 'ng Department
FROM: Geri Sams
Procurement Dir tor
DATE: December 7, 2010
SUBJ: Clarifications and Responses to Vendors Questions
BID ITEM: Bid 10-200 GPS/Surveying Equipment 8 Associated Services
� NEW BID OPENING: Friday, December 17, 2010 at 11:00 a.m.
ADDENDUM NO. 1
Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the
above-named Bid Package.
1. The bid opening date for Bid #10-200 - GPS/Surveying Equipment & Associated
Services for the City of Augusta - Engineering Department has been changed:
FROM: Friday, December 10, 2010 at 11:00 a.m.
TO: Friday, December 17, 2010 at 11:00 a.m.
2. The Scope of Work and Fee Proposal has changed. Please replace Specification Pages 14 th�u 1�
with the attached. In addition, Exhibits B and C were added via this Addendum.
3. Resaonses to Vendor Questlons:
Question: In the scope of work section, you List the vendor will provide an s3 robotic system but it is
not on the fee schedule. Quantity? The TsC2 with Access as spec�ed can also run the GPs
rovers concurrently or separate.
Response: Addressed via this Addendum.
Question: How many GPS rover units are required? Does the user need a roading capability on the
datacollectors? Does the system require a separate datacollector so the GPs can be run
standalone, or do they plan to use the datacollector from the S3?
Resoonse: One GPS unit is required. Addressed via this Addendum.
Question: For the base station install, has a building been selected that meets NGS CORS site criteria
as published on their website? If so, does the bidder need to subcontract an electrician and
carpenter to properly ground the site and drill holes in the roof/walls for cabling? Is power
and internet access avaitable at the site?
Resbonse: Addressed via this Addendum.
Question: Does the user require the vendor provide a vendor-certified trainer to train the personnel?
(preferably a licensed surveyor as well?)
Resnonae: Addressed via this Addendum.
Room 605 - 530 Green Street, Augusta Georgia 30911
(706) 821-2422 - Fax (706) 821-2811 Addendum 1 Bid Item #10-200
www.au�ustaga_gov Page 7 of B
Register at �ww.demandstar.com/supplier for automatic bid notification
Question: Page 17 list Exhibit A: GPS Surveying Base Station: Line item 4 and 5 list Access to GPS Network
with complete coverage of Richmond County, GA for Two GPS Rover units for Four Years.
Does this include the actual Rover units with data collection capabilities, a total of four units, as listed
on page 14 sections 2.2?
Response: Line items 4 anc! 5 are duplicate one should be deleted. This fs access to a base
station/network connection.
Question: Page 14 Scope of Work lists a SE 5"Robotic Total Station yet this item show up nowhere on page
17.
Response: Addressed via this Addendum.
Question: Does this item need to be bid and also with equivalent?
Resnonse: Addressed via this Addendum.
Please acknowledge addendum in your submittal
END ADDENDUM
Addendum 1 Bid Item #10-200
Page 2 of 8
SCOPE OF WORK
The objective of this Invitation to Bid is to secure an agreement with a competent and qualified firm who will provide:
One 5" Robotic Total Station with Electronic Data Logger and Fieid Software;
One GPS Surveying Rover Unit with Electronic Data Logger and Field Software;
One GPS Surveying Base Station and Software;
One GPS Real-Time Correction Service Subscription; Accessories; Licenses;
and Onsite Training for Augusta Engineering Department StafF
2.1 General Term and Conditions
1. Responder must be a bona fide vendor of GPS surveying equipmentlsystem with the internal ability
to provide the GPS surveying equipment and saftware. The successful vendor sha11 be responsible for the
final implemented system to function fully according to their proposed solution to this Bid. 7he successfu!
vendor shall warranty the service, equipment for a period of twa years after it is accepted by the Augusta
Engineering Department (AED).
2. The successful vendor shall provide a minimum of five (5) days (not necessarily successive days)
onsite training or the amount of training determined necessary by the respondent to sufficiently train
personnef in the use of the GPS equipment and software. The successful vendor must also have a process
for continued support and assistance after the +nitiai installation and training. The support shall be multi- layered
and mul6-tiered and include, but not be limited ta, onsite support, telephone support, web suppart, loca4 distributor
support and manufacturer support through a toll-free telephone number. Such support and assistance shall
be available in a timely manner of two to three (2 to 3) hours maximum. Support facilities and approach will
be used in the evaluation of proposals
3. Each proposat will consist of a narrative proposai and a cost proposal. Successful vendor shall have
a history of a continuously operating full service office and staff of long duration offering sales, service and
support of both GPS survey software and equipment, as well as conventional survey equipment for both GPS
and PC applications.
4. Respondents shall provide statements of company background, including company history, primary
contact information (including telephone number(s}, fax number(s), and email addresses(s), and a detailed
narrative of related experience performing similar projects.
2.2 SPECIFICATIONS
The systems must meet or surpass the following specifications:
1. (a) The GPS Rover units sha11 be a 72-channel, dual frequency GPS receiver, GPS antenna and data-link
radio. It shall be able to pick up the existing L1, L2, L2C, L5, as weN as Glonass signals and be equipped to
also pick up Galileo signals when available. The receiving unit shall also be capable to pick up the WAAS
and EGNOS signals that provide rea! time differential positioning without a base station. It shall have Bluetooth
capability for wireiess communication connection. It shall also be able to use a mobile phone module for linking to
tlie data cdtection system ftx receiving r,aRections. The rechargeable Lithium batteries shall inclucfe a charger
and holder.
(b) Corrections fo� each system shall be:
Code differential GPS positioning
Horimntal +/-0.25 m+ 1 ppm RMS
Vertical +/-0.50 m+ 1 ppm RMS
WAAS differential Positioning accuracy typically <5 m+ 1 ppmRMS
Static and FastStatic GPS surveying
Horimntal +/-5 mm + 1 ppm RMS
Vertical +l-5 mm + 1 ppm RMS
Kinematic sunreying
Horizontal +/-10 mm + 1 ppm RMS
Vertical +/-20 mm + 1 ppm RMS
Iniqalization time typically <25-30 seconds
Initialization reliability typicafly >99.9 %
Addendum 1 Bld Item #10-200
Page 3 of 8
(c) The two-meter rover pole shall be conshvcted of light weight composite material to which �e antenna
shall be mounted and have a detachable bipad. The mounting brackets for both the mobile phone
module and the data collector sha11 be included mounted on the rover pole.
A data c�llecto� shall be included in this system with Bluetooth capability as weil as the ability to operate with
the existing survey equipment now used by the Augusta, Geargia surveying crew, (Topcon Model GTS
603).
The data collector shall have the necessary program(s) to download the data in a forrnat compatible with
the City's software (AutoCad, Autodesk Civil 3D 2011 Neiwork w/survey package, GIS programs, etc.}.
Necessary updates for all software to make the raw data exchange as simple and flawless for dowmloading
will be also provided. •
There shall also be included any and all necessary miscellaneous equipment, such as extra batter'�es,
cables, weatherproof cover, etc. to make each system completely operational upon delivery.
Office Software for post processing GPS data and network processing.
AIt necessary training (up to five people) and two years of technical support shall be included.
The cost for training for five (5) days for five (5) people shall be itemized.
2. The Robotic Total Station Unit shall have an accuracy performance of no less than 5" standard deviation
based on DIN 18723. It shall have Bluetooth capability for wireless communication connection.
The telescopic prism pole shall be constructed of light we�ght composite material to which the prism shall be
mounted and have a detachable bipod. The mounting brackets for the data collector shall be included mount�l
on the prism pole.
One Heavy-Dury Tripod.
One 360 Degree Prism and Accessories.
The data collector shall have the necessary program(s) to download the data in a format compatibfe with the
City's software (AutoCad, Autodesk Civil 3D 2011, Network w/survey package, GIS programs, etc.).
Necessary updates for all soffinrare to make the raw data exchange as simple and flawless for downfoading wil!
be also provided.
There shall also be included any and all nece.ssary miscellaneous equipment, such as extra batteries,
cables, we�athaproof carrying case, etc. to make each system completely operational upon delivery.
Afl necessary training (up to five people) and two years of technical support shafl be included.
The cost for training for five (5) days for five (5) people shall be itemizeti
3. The GPS Base Station unit shall be a 72-channel, dual frequency GPS receiver, GPS antenna and data-link
radio. It shall be able to pick up the existing L1, L2, L2C, L5, as well as Gionass signals and be equipped to
also pick up Galileo signals when available. The receiving unit shall also be capable to pick up the WAAS
and EGNOS signals that provide real time differential positioning without a base station.
Antenna and Base Station should be fus�ctionally capable of ineeting requirements for becoming a N.G.S.
Continuously Operating Reference Station (CORS).
Base Statian Software and Maintenance Support for Four Years.
Installation of Base Sta6on in suitable location for becoming a N.G.S. COF2S, induding mounting of antenna and
installation of cabfing.
Access to GPS Network with complete coverage of Richmond County, Geargia for two GPS Rover Units far Four
Years
Addendum 1 Bid Item #10-200
Page A of 8
2.3 OPERATION $ GPS SYSTEM INTERFACE
The proposed GPS/GNSS Rovers, equipment and software shall seamlessfy interface with the GPS CORS
Stations (Topcon NetG3 GNSS receiver's w/PGA antenna and TopNET netw�aic software) to be inst�led in A�usta
a� to be able to work independently of these stations if needed. Also, the�r shall i�rterFaoe with the so#iware cuReMly in use
by the Citys agencies for their suroeying.
2.4 TECHNICAL QtJALIFICATIONS
To standardize responses and simplify the comparison and evaluation of responses, all technical qual�ca6ons must
be organized in the manner set forth below, separated into sections and appropriately titled.
2.4.1 Project Staffing and Organization
The selected firm shall provide tl� se�vices af qualified, experiencxid staff inembers to this project sufficient to
perform the duties described in this document. An organizational chart for key personnel to be assigned to
the project shall be provided. The organizational chart must show administrative structure and project
reSponsibilities. The "core 5taff shall be committed for the duration of the project. It is anticipated that the
Respondent wiN supplement the core staff throughout the project with other employees, vendors and
subcontractors who will support the core staff an an as-needed basis andlor bring special skifls and expertise
to the project.
2.4.2 Performance and Experience
The responding firm shall provide a summary of at I�t five (5) ciients that are now using their equipment, two
(2) ot those clients shall be govemment agencies. Part�cular attentian is going to be paid to those which
have been purchased equipment within the last four years. The performance of the firm with these clisnts
will be verified. The location, dates, name, current telephone and cantact person of a client shall be iricluded
for each project listed. A summary matrix of additional relevant experience may be included.
2.4.3 Approach and Scope
The responding firm shall describe in detail its approach anci solution as outlined in this Bid. In addition to
the approach for the outlined scope, the responding firm is encouraged to propose any appropriate
enhancements to the outlined bid.
2.4.4 Vendor Expertise and Facperience
Specialized expertise and resourv^�s shall be highlighted with ooncise explenatior�s aF the�r relevance to the
Scope of Senrices, including references to other similar systems, which would illustrate the value of
particular expertise and experience. Respondents are encouraged to detail the proposed means by which
staff qualifications (e.g., training, testiny and certification) will be demonstrat�f in this bid.
2.4.5 Availability
The full name and address aF tl� firm and branch office that will perForm the wak described herein shali be
stated. The firm shall outline its current and projected wakload and its commitment to provide the
requested services.
2.4.6 Financial Stability
The Vendor shall submit a balance statement or income sheet to show financial stability.
2.4.7 Contract (Agreement
Upon award of the contract by the City, the Vendor shall be b�ind ta deliver senrices in accordance vuith the
terms and c�ndiaons set forth therein and any r�egotiations v►fiich may occur.
2.4.8 Conflict of Interest
The Vendor will certify to the best of its knowledge, no circumstances exist which shall cause a conflict of
interest in performing services for the City, and that no company or person other than bona fide employ�ees
wqrking solely for the Vendor has b�► employed or retained to solicit or secure the contract.
2.4.9 License, Permits and Taxes
The Vendor shall be responsible for all licenses, pe�mit� and taxes incurred during the perFormance of the
Vendor's contract.
Addendum 1 Bid Item #10-200
Page 5 of 8
FEE PROPOSAL
I have read and understand the requirements of this Invitation to Bid, Bid Item 10-200 and agree to
provide the required equipment and services in accordance with this bid and all attachments,
exhibits, etc. The proposed fee shall include all labor, material and equipment to provide the
services as outlined including communications devices, computer hardware and software, any
travel or per diem expenses and any other miscellaneous expense involved. The fee for
providing the required services and equipment is:
Item Qty Units Unit Price
GPS Surveying Base Station Unit Package -[see
Exhibit A for detail and rovide itemized rice 1 each
PS Surveying Rover Unit Package- [see Exhibit
B for detail and rovide itemized rice 1 each
5" Robotic Total Station Package- [see Exhibit C
or detail and rovide itemized rice 1 each
n Site Training for Survey Equipment and
oftware u to 5 eo le for five da 1 Lum Sum
echnical Support and Assistance for
ui ment and Software 2 ears minimum 1 Lum Sum
Total:
EXHIBIT A
G.P.S. Surveying Base Station kem Price
1. GPS Base Station Receiver w/Antenna and Cabling Necessary
for Installation and capable of Tracking GPS and GLONASS
Carrier and Gode Signals and Functionally Capable of Meeting
Requirements for becoming a N.G.S. CORS.'* �
2. Installation of Base Station in Suitable Location for becoming
a N.G.S. CORS., Including Mounting of Antenna per N.G.S
CORS Specifications. $
3. Base Station Software with Maintenance Support for Four Years $
4. Access to GPS Network with complete coverage of Richmond,
County, Geo�gia for Two GPS Rover Units for Four Years- $
5. Access to GPS Network with complete cove�age of Richmond,
County, Georgia for Two GPS Rover Units for Four Years $
6. All Data Logging, Documentation, Filing and Work Necessary
to achieve and ensure N.G.S. CORS status $
**It is Understood that AC Electric Power for the Base Station and a High-Speed Internet Connections are not
included.
Addendum 1 Bid Item #10-200
Page 6 of 8
EXHIBIT B
G.P.S. Rover unit {tem Price
1. One GPS Rover Receiver and Antenna capable of
Tracking GPS and GLONASS Carrier and Code Signals $
2. Battery Charger with Two Batteries and all Necessary Cables. $
3. Hard Case for Storage and Transport $
4. Hand Held Data Collector with Field Software suitable for GPS
and Conventional Surveying , Including all Necessary
Cables and Battery Charger - $
5. Offce Software for Uploading/Download, Conversion and Processing
Of Data Gathered By or to be Used in Conjunction with
Data Collector $
6. C�fice Software for Processing RTK and Post-Processing Raw GPS
Static Observation Data (Baseline and Network Processing) $
7. One Carbon Fiber or Composite (Light) Pole $
8. One Pole Bracket and Cradle Assembly $
9. One Bipod, Thumb Release $
10. Five Full Days on On-Site'fraining $
*"It is Understood thaf AC Electric Power for the Base Station and a High-Speed Internet Connections are not
included.
Addendum 1 Bid Item #10-200
Page 7 of 8
EXHIB{T C
Total Station Item Price
1. One 5" Robotic Total Station $
2. Sattery Charger with Two Batteries and alt Necessary Cables. $
3. Hard Case for Storage and Transport $
4. Hand Heid Data Collector with Field Software suitable for GPS
and Convent+onal Surveying , Including all Necessary
Cables and Battery Charger - $
5. Office Software for Uploading/Download, Conversion and Processing
Of Data Gathered By or to be Used in Conjunction with
Data Collector $
6. One 360 Prism and Accessories, Cables and/or Radios Necessary
for Fully Remote Surveying, Including a Hard Case for Prism/Kits $
7. One Telescop+c Rod, 8 Foot Minimum $
8, One Pole Bracket and Cradle Assembly $
9. One Bipod, Thumb Release $
10. One Heavy Duty Tripod $
11. Five Full Days on On-Site Training $
Bid Submitted By:
Name: Printed:
Address:
City/State/Zip Code:
Telephone: Fax:
Addendum 1 Bid Item #10-200
Page 8 of 8
_ _ _
Augusta, GA Engineering Department
AG REE�1� E�I
T
GP5/Surveying E�uipm�ent
and Associated Serv'rces
PROJECT NUMBER: XXX-XX-�XXX
--�
SECTION A
AGREEMENT
THIS AGREEMENT, made on the day of , 2011 by and between the
Citv of Au�usta
party of the first part, hereinafter called the OWNER, and Duncan-Parnell Geodetic Product
Solution , party of the second part, hereinafter called the CONTRACTOR.
WITNESSETH, that the Contractor and the Owner, for the considerations hereinafter names,
agree as follows:
ARTICLE I— SCOPE OF THE WORK:
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor
necessary, and to perform all of the work described in the specifications for the project
entitled:
GPS/SURVEYING EQUIPMENT AND ASSOCIATED SERVICES
PROJECT NUMBER: XXX-XX-XXX
And in accordance with the requirements and provisions of the Contract Documents as defined
in the General and Special Conditions and Technical Qualifications hereto attached, which are
hereby made a part of this agreement.
ARTICLE II — TIME OF COMPLETION — LIQUIDATED DAMAGES:
The work to be performed under this Contract shall be commenced within 10 calendar days
after the date of written notice by the Owner to the Contractor to proceed. All work shall be
completed within 180 calendar days with such extensions of time as are provided for in the
General Conditions.
It is hereby understood and mutually agreed, by and between the contractor and the Owner,
that the date of beginning, rate of progress and the time for completion of the work to be done
hereunder are ESSENTIAL CONDITIONS of this contract. Contractor agrees that said work shall
be executed regularly, diligently, and uninterruptedly at such rate of progress as will insure full
completion thereof within the time specified. It is expressly understood and agreed by and
between the Contractor and the Owner, that the time for completion of the work described
herein is a reasonable time for completion of the same, taking into consideration the average
climatic range and conditions prevailing in this locality.
. A-1
AED GPS/Surveying Equipment
and Associated Services
ONCE MOBILIZED, THE CONTRACTOR SHALL NOT STOP MAJOR ACTIVITIES FOR MORE THAN
14 DAYS, UNLESS APPROVED BY THE ENGINEERING DEPARTMENT. IN THE EVENT THAT
UNAPPROVED MAJOR ACTIVITIES ARE CEASED FOR MORE THAN 14 DAYS, A TOTAL OF ONE
THOUSAND DOLLARS ($1,000) SHALL BE PAID TO THE OWNER FOR EACH AND EVERY
CALENDAR DAY THE CONTRACTOR DOES NOT COMMENCE MAJOR ACTIVITIES. MA10R
ACTIVITIES SHALL BE DETERMINED BY THE ENGINEERING DEPARTMENT.
IF THE CONTRACTOR SHALL NEGLECT, FAIL, OR REFUSE TO COMPLETE THE WORK WITHIN THE
TIME HEREIN SPECIFIED, then the contractor does hereby agree, as a part of the consideration
for the awarding of this contract, to pay the Owner the sum of ONE Thousand Dollars 51.000
not as a penalty, but as liquidated damages for such breach of contract as hereinafter set forth,
for each and every calendar day that the contractor shall be in default after the time stipulated
in the Contract for completing the work.
The said amount is fixed and agreed upon by and between the Contractor and the Owner
because of the impracticability and extreme difficulty of fixing and ascertaining the actual
damages the Owner would, in such event, sustain, and said amounts shall be retained from
time to time by the Owner from current periodical estimates.
It is further agreed that time is of the essence of each and every portion of this Contract and
the specifications wherein a definite portion and certain length of time is fixed for the
additional time is allowed for the completion of work, the new time limit fixed by extension
shall be the essence of this contract.
ARTICLE III — PAYMENT:
(a) The Contract Sum
The owner shall pay to the Contractor for the performance of the contract the amount as
stated in the Proposal and Schedule of Items. No variations shall be made in the amount
except as set forth in the specifications attached hereto.
(b) Pro�ress Pavment
No later than the fifth day of every month, the Contractor shall submit to the Owner's/
Engineer, an estimate covering the percentage of the total amount of the contract which
has been completed from the start of the job up to and including the last working day of the
proceeding month, together with such supporting evidence as may be required by the
Owner and/or the Engineer. This estimate shall include only the quantities in place and at
the unit prices as set forth in the Bid Schedule.
On the vendor run, following approval of the invoice for payment, the owner shall after
deducting previous payments made, pay to the Contractor 90% of the amount of the
estimate on units accepted in place. The 10% retained percentage may be held by the
Owner until the final completion and acceptance of all work under the Contract.
A-2
AED GPS/Surveying Equipment
and Associated Services
ARTICLE IV — ACCEPTANCE AND FINAL PAYMENT:
(a) Upon receipt of written notice that the work is ready for final inspection
acceptance, the Engineer shall within 10 days, make such inspection and when
he finds the work acceptable under the contract and the contract fully
performed, he will promptly issue a final certificate, over his own signature,
stating that the work required by this Contract has been completed and is
accepted by him under the terms and conditions thereof, and the entire balance
found to be due the Contractor, including the retained percentage, shall be paid
to the Contractor by the owner within 15 days after the date of said final
certificate.
(b) Before final payment is due, the Contractor shall submit evidence satisfactory to
the Engineer that all payrolls, material bills, and other indebtedness connected
with work have been paid, except that in case of disputed indebtedness of liens
of evidence of payment of all such disputed amounts when adjudicated in cases
where such payment has not already been guaranteed by surety bond.
(c) The making and acceptance of the final payment shall constitute a waiver of all
claims by the Owner, other than those arising from unsettled liens, from faulty
work appearing within the warranty period after final payment, from
requirements of the specifications, or from manufacturer's guarantees. It shall
also constitute a waiver of all claims by the contractor except those previously
made and still unsettled.
(d) If after the work has been substantially completed, full completion thereof is
materially delayed through no fault of the Contractor, and the Engineer, so
certifies, the Owner shall upon certification of the Engineer, and without
terminating the contract, make payment of the balance due for that portion of
the work fully completed and accepted.
(e) Notwithstanding any provision of the General Conditions, there shall be no
substitution of materials or change in means, methods, techniques, sequences or
procedures that are not determined to be equivalent to those indicated or
required in the Contract Document, without an Amendment to the Contract.
Each payment shall be made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of claims.
A-3
AED GPS/Surveying Equipment
and Associated Services
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3)
counterparts, each af which shall be deemed an original, in the year and day first mentioned
above.
AUGUSTA, GEORGIA
COMMISSION-COUNCIL
(Owner)
_ .,.. . _ _ __ �
,�
'f 'k.
' � `�
� �,.�,��.
'"�°A`i'�� �' AIIIp�,���1 � ¢
�v.:'e � � . . � �
�� �; ,� �,f���o.oe �� �
sy: �" � •� sE,�c m.� � +�� ��
� �' ` r � �
,���.`� � � Honorable, Deke Copenhaver, Mayor # � � � u � �" ` � � �� �k;
'� ` �`!� � � �, � ° `°� f '�
�; w ' � > `� `. ��� .c
� ,r s �. , ';
�� ' � ' ,� �
, � _ �;�
,, ' � � ' ' � �r�[. rict�i�L£-�
s W� ,�'�� � eo e �/ �.
� �� `; a�.�� �(,? � �'
,, t ` ,F-� � � � a a 1� � � , k
�� � �
- - —�..�_._., s
IlVitness _ _ �_ _
CONTRACTQR: �� � �G� � ' �C� `( II
B : ��`�-� ��� �o t1 �. t \G� \..�
Y
Title: � ,� \�� SEAL
Address: � � � � � �" `��� �. ��- Attest
����� �� �� ����
Secretary �,� • 1 j
„� r�
witness ELLEN F JAMES
Comr�iSS+a� ��' NOTARY PUBLIC
8 - 30 •� SQUTH CAROIJNA
A-4
aED GPS/Surveying Equipment
and Associated Services
- �.,
�. � " . . .�
�- ��� �,� � �
- , •�
�°' �° . ;_
..
.
. , .. ..,...,_ .��._�,�. ,. .n.....««�.f
Au�usta, GA Engineerin� Departmen#
l
CONTRACTOi� �i
T
STAT E �� E I� �►
GPS/Surveying Equipment
and Associated Serv�ces
PROJECT N U M BER: XX�C-XX-XXXX
� �
G E` O`R G t A
Attachment B
Listed below is a consoiidated listing of the Statement of Non-Discrimination, Non-Collusion
Affidavit of Prime BiddedOfferor, Conflict of Interest and Contractor Affidavit and Agreement.
Please complete, date, notarize and return pages 1 of Attachment B with your submittat.
Statemerrt of Non-Disc�imination
The undersigned understands that it is the policy of Augusta-Richmond County to promote full and
equal business oppo�tunity fo� all persons doing business with Augusta-Richmond County. The
undersigned covenants that we have not discriminated, on the basis of race, religian, gender,
national arigin or ethnicity, with regard to prime contracting, subcontracting or partnering
opportunities.
� The undersigned covenants and agress 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 fortns 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 confo�mity 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 ma�umum
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 wFiich 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 bresch of contract
entitling the City of Augusta to declare the contract in default and to exercise any and all applicable
rights remedies including but not limited to cancellation af the contract, termination of the contract,
suspension and debarment from future contracting opportunities, and withholding and or fo�feiture
of compensation due and owing on a contract.
Bid 10-200 GPS1Surveying Equip. & Assodeted Services
Page 20 of 30
�' `'i�/ ac�
G"�E' �U R' C# I''A
USE THE ATTACHED FORMS AND ADHERE TO THE INSTRUCTIONS ON EACH FORM
PLEASE DO NOT SUBSTITUTE FORMS:
Attachment B: StatemeM of Non-Discrimination, Non-Collusion Affidavit of Prime BlddedOfferor,
Co�flict of Interest �nd Contractor A�davit and Agreement.
Bidder's ForrNAcknowledgement of Addenda
Note: THE ABOVE FORMS MUST BE COMPLETED AND SUBMITTED WITH YOUR SUBMiTTAL
Georgla Security and Immigratton SubcoMractor Affidavit
Non-Collusion Affidavit of Sub-Contractor
Local Small Business (LSB) Good Faith ENorts
Local Small Business (LSB) Subcontractor/Suppiier Utilization Plan
Note: The successful vendor will submit the above forms to the Procurement Department not later
than five {5j days after recefving the "Letter of Recommsndetion" (vendor's letter will denote
the date forms are to be recetved)
The Exception Shset (if applicable)
Local Vendor Preference (ff applicable)
Note: Use Only If Applfcabte
Local Small Business (LSB) monthly subcontracto�lsupplier utilization report will be submttted upon
request
Bidders are cautioned that sequestration of BID documettts through any source othgr than the office
of the Procurement Oepartment is not advisable. Acquisition of BID doCUments from unauthorized
sources placed the bidder.at the risk of receiving incomplete or inaccurate information upon which to
base his quali�cations.
�. �r�o�zo�o
Bid 10-200 C3PS/Su►veying Equip. d� Associated Servipes
Page 19 of 30
Attachment B- Page 2 of 3
Non-Collusion of Prime BidderlOfferor
By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its
knowledge and belief:
(a) The prices in the proposai have been arrived at independently without collusion, consultation,
communications, o� ag�eement, for the purpose of restricting competition, as to any matter relating
to such prices with any other vendor or with any competitor.
(b) Unless otheruvise required by law, the prices which have been quoted in the proposai have not
been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other vendor
or to any competitor.
(c) No attempt has been made, or wili be made, by the vendor to induce any other person,
partnership or corporation to submit or not to submit a proposal for the purpose of restricting
competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia
Attomey General and the United States Justice Department.
Conflict of Interest
By submission of a bid, the responding firrn certffies, under penalty of peryury, that to the best of its
knowledge and belief:
1. No circumstances exist which cause a Conflict of Interest in performing the services required by
this ITB, and
2. That no employee of the County, nor any member thereof, not any public agency o� official
affected by this ITB, has any pecuniary interest in the business of the responding firm or his sub-
consultant(s) has any interest that would conflict in any manner or degree with the performance
related to this ITB.
By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its
knowledge and belief:
{a) The prices in the bid have been arrived at independenUy without collusion, consultation,
communications, or agreement, for the purpose of restricting competition, as to any matter relating
to such prices with any other vendor or with any competitor.
(b) Unless otherwise required by Iaw, the prices which have been quoted in the bid have not
knowingly been disclosed by the vendor prior to opening, di�ectly or indirectly, to any other vendor
or competitor.
c) No attempt has been made, or will be made, by the vendor to induce any other person,
partnership or cooperation to submit or not to submit a bid for the purpose of restricting
competition. For any breach or violation of this provision, the County shall have the right to
terminate any related contract or agreement without liability and at its discretion to deduct from the
price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or
consideration.
Bid 10-200 GPS/Surveying Equip. b Associated Services
Pa�}e 21 of 30
Attachment B- Page 3 of 3
Cantractor Affidavit and Aareement
By executing this affidavit, the undersigned contractor verifies its comp(iance with O,C.G.A. 13-10-
91, stating affirmativefy that the individual, firm, or corpo�ation which is cflntraating with Augusta
Richmond County Board of Commissioners has registered with and is participating in a federal
work authorization program" jany 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 Hometand Security to verify
information of newly hired employees, pursuant to the Immigration Reform and Contro! Act of 1986
(IRCA), P.L. 99-603], in accardance with the applicability provisions and deadlines established in
O.C.G.A 13-10-91. The undersigned further agrees that, should it employ or conVact with any
subcontractar(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) simila� verificatian of compliance with O.C.G.A 13-10-91 on the Subcontractor
Affidavit provided in Rule 300-10-01-.08 or a substa�tially similar farm. Contractor further agrees to
maintain records of such compliance and provide a copy of each such verification to the Augusta
Richmond Counry Board of Commissioners at the time the subcontractor(s) is retained to pe�forrn
such service.
Georgfa Law requir+es your company to have an E-Vertfy'User ldentiflcallon Number on or after July 1, 2009.
For additional information vislt the State of Georgia website:
https�/e-verifv.uscis.qov/enrolU and/or htto://www.dol.state.aa.us/adf/rules/30 10 1 ndf
I g � ��
E-Ve�i * User ldentification Number
The undersigned further agrees to submit a notarized copy of Attachment B and any requtred
documentation noted as part of the Augusta Richmond County Board of Commissions
spe�cations which govern this process. In addition, the undersigned agrees to submlt all
required forms for any subcontractor(s) as requested and or required. I, further understand that
my submlttal wil be deemed n�-compliant if any part of this process is violated.
'� e�t s e m s� c�. 5�•�0.� s�e h°���C
Compa Name
BY: Authorized Office or Agent
(Cont�actor Signa e)
..s Z�.S�. a� e� 4�p,e .�'l �e Gd 9l �� �
Titl Authorized cer or Ag nt of Co ractor
.�1 �v �
Printed Name of Au orized Officer or qgent
S IBED AND SWORN BEFORE ME ON THIS HE�' DAY OF , 20�
��/ �� NOTARY SEAL
' •�r �� I f � ���M'A /�/N I�A� � '
YI7111ryL'� � �n,i
ry Public �f'Q�►QG�E3�yp��12
My Commission Expires: �� � �� -���. -
Pt�ase camplete, date, notarize and return pages 1 of Attachment B with your 3ubmittai '
REV, li/13J09 '
a�a �a2oo c�s�s�,�n Equ�. a�soaa�a s��s
Page 22 of 30
/� '�
G E' O R`G I A
BIDDER'S FORMiACKNOWLEDGEMENT OF ADDENDA
City of Augusta Pror.urement Department
530 Greene Sueet, Suite 605 Business Locations: (Check One)
Augusta, Georgia 30901 Augusta Richmond County
ATTN: Procurement Director _ZC Other
Name of Bidder. �. e+cS �Ori y��,- SQ l a�ic�J, r ( ej���
n �
SVeet Address: � 55�� gd �t �,3' t�.d . � wt 7�E' l�JC7
cn,�, s�te. �p c�e: _ �.� 1,��1 Ca j� c� y6
Phone: ��''�� � Fax: 7 �D � A? Q� � ll�� � Email: � V ry �/7 �(- - fr�� l� ��a u s . C a✓�
City License Requirement: Contractor must be i�censed in the State of Georgia or by the Governmentat
entity for where they do the majority of their business.
Do You Nave A Business License? Yes: �_ No:
� /
Lic�sed By What State. Cltv & Countv �c o�,� a. /�.�.�.9) y� p E
!
Business License #: _� C� � b 0 Z D S I Fed Tax Id #: l�' /.r, l( q'(p
Adcnowledgement of Addendum: Check and tnitial the appropriate box:
Addenda 1 ✓ initiaf Addenda 5 Initiai
Addenda 2 Initial . Addenda 6 initial
Adderxia 3 Initial Addenda 7 Initial
Addenda 4 Initial Addenda 8 Initial
THE UNDERSIGNED PROPOSES TO FURNISH THE FOLLOWING {TEMS {N STRICT CONFORMANCE
TO THE F31D/RFP/RFQ SPEClFICATIONS AND BIDIRFP/RFQ INVITATION ISSUEO BY THE CITY OF
AJGJSTA FOR THlS BIOIRFP/RFQ ANY EXCEPTIONS ARE CLEARLY MARKED IN THE ATTACHED
COPY OF BiD1RFP/RF� SPECI�{CATIONS:
Signari�re: ._ : � Date: � Z 1 LO 1b
�
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH YOUR SUBMITTAL
ReV.11i13/09
Bid 10-200 GPS/Survsyfng Equip. & Aasociated SeMoes
Page 28 of 30
� �
. C �E' O . 'R .!(3 I `
STATE OF GEORGIA - COUNTY OF RICHMOND BIDIRFP/RFQ#
SUBCONTRACTOR AFFIDAVIT
By executing this affidavit, the undersigned subcont�acto� verifies its compliance with O.C.G.A. 13-
10-91, stating affirmatively that the individuai, firm, or corporati n which is engaged in the physicai
performance of services under a contract with on behaif of
Augusta Richmond County Board of Commissioners has re istered 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
federa! work authorization program operated by the United States Department of Homeland
Security to verify informaaon 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.
�8�(7�f /�
E-Verify * User ldenti tion Number �y
/ /
r C Q. �°. c� S.S t ►'�, S .
Compa Name
�J�
BY: Authorized Office r Agent
(Contractor Signature)
ord l�. dr, , � YG,�C !�'C �C �'�&9 �/fc�t �
Tide of Authorized Officer or Agent of �ntrdctOr Georgia Law requins your comqany to hava an
1 E Yerify"User ldenttficetion Number on or after July
�,,�1 � C, 1, 2008. •
Printed Name of Au ized Officer or Agent
For additional information: State of Georg�a
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE http:/luwvw.dol.state.Qa.us/adf/rulesl300 10 1.odf
httas://e-verifv.uscis.gov/enroll/
� DAY OF 20
DONNAGEORGE
u tc AHY PlIBl1C, GWINN�Tt COUNTI� GEORGlA • '
Ml' COMMISSION F�RES OECEMBER 90, �12 -
My Commission Expires: ��� U /�.
NOTARY SEAL
If there are no subcontraating opportunities the fonn must be sxecubed (write NlA, sign, date and notari�j. �
Note: The successful vendor wlll submft the above form to the Procurement Deparfinen! no /ater
than �ve (5) days affer recefving the "Letter of Recommendatlon" (Vendor's letter wlll denofe
the date forms are to be received)
Rtv.i2/30/09
Bid ta200 GPS1Surveying Equip. 8 Associated Services
Page 24 of SO
_ _
�- '; , i �7'�
,
G�F.`� O� R G I A
EXCEPTION SHEET '
tf 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 compiiance with ail aspects of the proposal or
bid.
Below are the exceptions to the stated specifications: ��,� ;� ���ie
q l� e�� k� �o n� e n f�p r c� ,luc��c 6 y .L.t �GA �✓I�ee�� �• �Xcee.�.r' S�
� f a � .����r c ri cE �rrc��c�Ps �t �'a� ����e-lh� e�
r n,
G7S ' 3 C�3 17 fb cu v r�e v�`� �o�e� � f �5 ` Cl z-�1�r1 r�P w,�
d tce. � ccw U; urc at� ,
/z/6 �L�•� �t,.�
Date Signa re
� ; �a.. ��, ,
Company �
C� 1� C.�C�k-o��
� g � �s �
Tit�e "
Return with submittal if the commodiry and/or services proposed in the response to this bid
are in anyway different from that contained in the specifications.
REV. 8/31/09
Bid 10-2D0 GPS/Surveying Equip. & Aasodated Services
Page 29 of 30
/''� ''i�/,�,�
, �.
G I �A
Certification Statement Local Vendor Preference
I certify that my company meets all of the foilowing qua!'�ications 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 ieast six (6) months immediately prior to the Issuance of the request for competitive bids
or request for proposats 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 af least one (1} tuti time employee, or two (2) part time employees whose
primary residence is in Augusta, or if the business has no empioyees, the business shalt 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:
JV ��
Address:
Business License Number
Phone Numher: Fa�c Number:
Owne�'s Name: Signature:
VENDOR DO NOT COMPIETE
To be completed by Authorized City Representative from Augusta Richmond Counry Procurement Department:
Vendor Certified: Date:
Authorized City Representative Signature
B[d 'ia2oo r,�PSrsuroeyU,g Equip. 8 Assoaaced services
Page 30 of 30
� �'i�-�-
c E R c i A
In accordance with the Laws of Georgia, the foilowing affidavit is required by all vendors
NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR
1, � a-� � Q� certify that this bid or proposal is made without prior
understanding, agreeme t 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 coliusive bidding is a violation of state and federal
law and can resuft in fines, prisan 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.
A�ant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e),
� e� ca 6'ce ;,, S'�en�., .r 3� Jk �ra„ l'r�r,�rr has not, by itself or with others, directly or
indirecdy, prevented or attempted to prevent competition in such bidding or proposals by any means
whatsoever. �ant further states that (s)he has not p�evented or endeavored to prevent anyone from making
a bid or offer on the project by any means whatever, nor has Affrant caused or induced another to withdraw a
bid or offer for the work. • •
A�ant further states that the said offer of �' ^ �uY � r0��cls bona �de, and that no one
has gone to any supplier and attempted to get such per on r pany to fumish the materiais to the bidder
only, or if furnished to any her bidder, that the material shall be at a higher price.
Signature of Auth zed Company Representative
�'�l�.A��H � ���. �.- �t ,� � 9�' �Q s 9�'�
Title
�
Swro and subscri d ore me this ��ay of 20�
Signature
DOM1At�
�����
IVotary Pubiic: � _ri (Print Name) MI'OOI�SIprp�g���
Counry: (� W i n n�' �""
Commission Expires: �l 2-� D- /�- NOTARY SEAL
If there are no subcontracting opportuniGes the fom� must be axecutad (write WA, sign, date a�d notarize).
Note: The successfu/ vendor will submi� the above form to th� Procurement Department no later
than five (5) days after receiving the "Letter of Recommendatron" (Vendor's letter w11! denote
the dafe forms are !o be received)
REV.12/30/09
Bid 10-200 GPSlSurveying Equip_ B Associated $ervices
Page 23 of 30
��
� 0
�
�� O ��
v`�i � � m 7s o'
�� N J �
< m .�
� � Q � ,�
g �� � � W
�
� �, > � .�
� •�, �
�
c� o m m � �
o � o � ��
o�. c�a o � A � t°�
�, � � � 3 � ai 8
H �° � W d
_� ��' �. � 4
� � � a m
�t ' � � �o
O`t � z�
H
ao ��� � = m N
pt � � w `%°
(/�� � a a m 30
� J � �m s A � v �p v
Zd � N � _ ; W
yu�i a�i N d� �x e
m� �� � � > m�
p� c v
J � $'S � a � c
Nq� 3 Q"� � N c.n �!�
F ».. a ,� m o E
QO � Z �`� �°�
« � �+
Vm � �' �R ��
O •°-� � ci �,. o '` � r
��mz �
�n » a a a � c
tA �W�a arw =$
E a
Z� �Q�vm � +�+w 3 �O
.7 � N Q' ��.r 'O �Q (0
Q 1�L � �.0 a. �. I
0= w d1 r `� G� � tl!
ZC � �� � O C p
� (a i ._..,.,�-. = a.�r..r,. ..._,.,.., ,� � � � �
.Z 0 i N 0' �. --, m C C 3
� � . . /.,, . N �7 � . . � ` � �
, '��� �� �
� F..�.,�, c c .�, � .. �w ' � �
N m � � �
�o
� �N .3 1°
� � �� m
Q � a� m
� m � �
� d > � '�
�
m a w w
��� ro � �
��� _ �i mo �
Q � Q .ic m o
a � F- Q.' �`-
y m � �
� c m
°_� o �
m 'v� z
� M
O
N N
w
o°� ° �a
a� ° � � d �
1
C C� � J �
a� d
� � � a
y 6. 4! p� W
7 w L � �
� '— ` �
o c �� «
� �y`►o V � � �
� �
� m e 3� � W
� `�> � m $
a. � � � d
� � � 9
c v � m
�
� dA °1 ��
� dz c >
�T c m�� � � ��
da m��� « x�
�Z �°��9 � � m 30
r v
V� � � � a � � '$ C
W f� � a .�+ � Z`
Z J � � ° c ,� ..
�� � �c'd � � �� �C7
mW �c��} ` �,t�i �
m
d a C
Jp ep� 0 � � �
Q a � ai � � n £>-
�p
y� � 2 m m w�
r �
Q � m'� m ��.t � t �1
0 £ � � a y «~
J � �'� o � ci e m � � o
� � �� �� ��
Z � y � w 'O � m
c� .� � " ° �;
O�
�� � > � ��
0
o�' �� "' �a ��
g v�� y � � �d
= a ; � � �
� —�g E� 3
a
. : �- o
w�,= �� �
1- �°� =o
' ��a 3'a a
C7 � � s, > m
«
Q '� > � �
� • � o
� � � �c
a �
��s E �E
��� � y � O►
� � � � ac •=
Q �; n ,�'� '�
�
c m
a�
� .. >
c in z oC
i1 t�
�� k
s � M
Z , �
q O
(� N
R �
�. � �
� �
�
W a
� Q .a
g W
� � _ �
M
(� 3e E Z
H LO �
� D 3 � �u '" a
a � m m Q d c�
� .-, w z J o 3 $
� � N
C Q� y � i o
m C
� O � � ~ Q � m
� o F o
� ' � `°
a� '� m ° ��
a y
O 0 � -� � a N
ff� � '� W d � to
o tA �e
Z'J � p ,. O ��
y� � O � 3 �
m W ` a � ��
,,, a —°� p � � C�
� � � Z V ° c
N a '° v� ui Q'S'° >°
�� ` �° � �� ��
� c. o t� o °' �
O � m c.� � � � �
� � °� Q � �
�
>> � o � ��
y O �
t0 —
V� � � d «
G= � a o �
z� o �a
=g 3 p ��
�' � s C�
V C
� O
� J m
� � 1
� ...
� �
4 G
� �'
� :� m
� �
� W O o o tn
� ` z
Z �W .. O W - 0 O
W � 0' • ( � �
� � � � � �
O�. O ,n � O Q �u
C� 0. �
�
��� OP ID: MM
' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
03/10/17
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER 704-375-8000 CONTACT
Knauff Insurance Agency IIIC. NAME:
P O Box 33789 704 q�C No Ext : A C , Na :
Charlotte, NC 28233-3789 E-MAIL
Steven Santee ADDRESS:
PRODUCER DUNCPAR
CUSTOMER ID #:
INSURER�S) AFFORDING COVERAGE NAIC #
INSURED Duncan-Parnell II1C. INSURERA:S@IQCtIVe II1S CO Of A�YIQ�ICB 12572
P.O. Box 35649 ,NSURER B: Netherlands Insurance Co 24171
Charlotte, NC 28235
INSURER C :
INSURER D :
INSURER E :
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR 7ypE OF INSURANCE DDL 8R POLICY EFF POLICY EXP
LTR POLICY NUMBER MM/DDIYYYY MM/DD/YYYY LIMITS
GENERAL LIABILITY
EACH OCCURRENCE $ �,OOO,OO
A X COMMERCIA� GENERAL LIABILITY S1950567 08/18/10 08118/11 DAMA E T RENT
PREMISES Ea occurrence $ 300,00
CLAIMS-MADE � OCCUR MED EXP (Any one person) $ � �,0��
PRINTERS PROF. LIABILIT PERSONAL&ADVINJURY s 1,000,00
INCLUDED IN GL LIMITS GENERALAGGREGATE $ S�OOO�OO
� GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $�OOO,OO
X POLICY PR LOC Print E&O $ 1,000,00
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
(Eaaccident) $ �,���,��
A X ANY AUTO NC - S1950567 08/18/10 08/18/71
ALL OWNED AUTOS SC/GA - S1908321 08/18/10 08/18/71 BODILY INJURY (Per person) $
BODILY INJURY (Per acadent) $
SCHEDULED AUTOS PROPERTY DAMAGE
HIRED AUTOS (Per accident) $
NON-OWNED AUTOS $
$
UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ $,OOO,OO
EXCESS LIAB CLAIMS-MADE AGGREGATE $ S�OOO,OO
A S1950567 O8I18/10 08/18117
DEDUCTIBLE
$
X RETENTION $ $
WORKERS COMPENSATION WC STATU- OTH-
AND EMPLOYERS' LIABILITY X TORY LIMITS ER
A ANYPROPRIETOR/PARTNER/EXECUTIVE N � A WC8797850 OH/'IS/'IO OHI'IH/'I'I E.L.EACHACCIDENT $ SOO�OO
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ SOO,OO
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ SOO,OO
q Property/Repl Cost S1950567 08118/70 08/18/11 Bidg-TIV 4,400,00
Special incl theft BPP-TIV 4,150,00
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 701, Additional Remarks Schedule, if more space is required)
CERTIFICATE HOLDER CANCELLATION
AUGUENG
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Augusta Engineering Department ACCORDANCE WITH THE POLICY PROVISIONS.
Shelette McCrae
520 Greene Street AUTHORIZED REPRESENTATIVE
Augusta, GA 30907-1404 � (�I������f1 --- -
n.-�t�
O 1988-2009 ACORD CORPORATION. All rights reserved.
ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD
-�
Pro rietar and Confidentiai
� i '
p'�� Trimbte�
2.4.1 Project Staffing and Organization
Core Staff
Chuck Drouillard — Project Administrator
- Coordinates with City of Augusta for Site Survey and Selection to ensure NGS
compatibility
- Schedules Instal4ation and Coordinates Labor or Subcontractors
- Coordinates with Training Staff for Datacollection and NGS Submission
- Coordinates with City's fT Department to ensure proper configuration, knowledge and
training are accomplished
Mark White, PLS — Trainer and Ins#allation Technician
- Installs Antenna in coordination with subcontractors
- Gathers, analyzes, and submits ail data and reports to NGS
- Provides teehnical support as necessary
- Trains AED staff on use of robot, VRS rover, software, and productivity techniqu s
- Technical Support, Norcross GA office
Support Staff
Clay Pate, PE
- Additional trainer and tech support as needed; Morrisville NC office
- Develops web based vBook training and webex efasses
Daryl Huffman — Executive Director, GPS Division
- Manages GPS Sales and Support Staff throughout DP1
z
Pro rietar f and Confidential
r •
�`��Trimble�
Vendor Staff -- Trimble
Tom Mackie — infrastructure Sales Manager, USA
- Provides advice and counset regarding C4RS site selection, instatlation and
operation of receiver and web interface
Shea Griffin — Infrastructure Technical Engineer
- Provides web based training on operation and setup of base station
3
Pro rietar and Confidential
� '
�`,��Trimbte�
2.4.2 Performance and Experience
DPI and Trimble have supplied and assisted with the installation of two statewide
networks in addition to many individual stations. Below are a list of our clients.
South Carolina Geodetic Survey
Matt Wetlslager
5 Geo/ogy Rd
Columbia, SC 29212
803.896.7T15 (Office)
803.528.4857 (Mobile)
803.896.7695 (Fax)
matt. wellslaaerbascas.sc. qav
www.ors.state.sc.us✓Qeodeti�aeodetic html
- ln 2007, DPI supplied SCGS with 42 NetR5 GPS/Glonass reference stations and 4
R8 GNSS rovers
- DPI and Trimble coordinated, trained, and assisted with the implementation, testing,
and ultimate success of the premiere statewide VRS network in the country
- Now up to 51 stations, as there are shared sites in NC
- Featured in November issue of POB Magazine
- Provides incredible survey and mapping productivity enhancements to over 200
clients at nominal fees ($600/year/rover)
VRS Status
�:5�
�� � �" SC Vrtual Reference System
�"��' tocation Scatus
sc�s *�' � wscvK �NC;u� , December2010
* ro.:oa
SC� (iVt.i ��N + SGCC
R �SCLP SCLR • S".:�0 ��A^.LU �
�'w *9CLS �
SC:fD ;�SC:)td
f � * SGIIW � � ��`C'M1
" * * * SCMti
S�G'7v �SA �".:aF 3G.E
SCSR S� �YCSL
SCkK .K.ED �N � �j$C.L:
SCSM ♦
b'SCI+G
t 3C4K * SCCN �SG�+yG
�SCA� gG �
sCBlx c �g� xYro+ �SCar
SCW'
t � Sf:CC�
SCrM
SCiIF
� L ��
sc�c
�SCee
N �' vnss�•es
� � �FlbYryp�RN!ZA'�UN
]0 15 0 90 6p � '<� 9-A-;pA
� � 40N OPESATpryAi StT[R
�»ER REV:SN'
4
Pro rietar and Confidential
i •
.
p'�� r�mbfe.
�
SC DOT Pre-Construction
Dennis Branham
7201 Fairfieid Rd
Richiand Maintenance
Columbia, SC
branhamdq,C� dot.state.sc us
(803) 714-1710
(803) 315-5771 Cell
- Operate 12 R8 GNSS rovers throughout the state in 6 different districts since 2007
- DPI conducted training and provides ongoing tech support since 2007
- SCDOT hosts many base stations at their locations and provides a redundant IT
infrastructure
,
/\ Cranston Engine�ring Group, P,C.
'*� F:1(.1\1�;F.k!4 l 1l #{� G1liRti
� �w. , r,:
. _�w�s�r+� '�a:, �:
Cranston Engineering
Mark Christensen, PLS
452 E{{is Street
Augusta, Georgia 30901-1631
MChristensen�cranstonenqineerin� com
(706) 288-3033
(803) 640-4395 Cell
- Operates the VRS GPS equipment, digital level, and Trimble VX robotic total station
for laser scanning
- Has used Trimble equipment since 2002, recently purchased VX robot in 2009 with
training
Comerstone Surveying
David Branton, PE, PLS
1240 Bacons Bridge Road
Summerville, SC 29485-4114
(843j 871-9706 x2,1
(843) 345-8068 Cell
5
Pro rietar and Confidential
� '
'`�: Trimble�
david C�3 Corners#oneSE.net
- Cornerstone recently purchased an R6 VRS rover (Nov 2010) to add to their R8
GNSS rover and Trimble Sfi robotic totai station purchased in 2009
- They are invalved in many federal projects thraughou# the southeast and rely on
Trimble's flaw(ess productivity
Mark White's Base Station insta{lations;
Clayton County GA Water Authority
Jim Quattiebaum
1600 Battie Creek Rd
Morrow, GA 30260-4302
770-960-6971
- NetRS, Zephyr Geodetic 2, GPS Base Software
- September 20Q8
- Initial position from OPUS, then static sessions to County Monuments used for final
position of ARP.
Warner Robins Utility Department
Victor Savage RLS
95 Glenn Dr
Wamer Robins GA, 31099
478-929-1537
- NetR5, Zephyr Geodetic 2, GPS Base SW
- June 2009
- Positioned meaned from 2 weeks of 4 hour OPUS sessions.
s
._
Pro rietar and Confidential
r •
�'� � Trimblea
2.4.4 Vendor Expertise and Experience
Exuerienoe. Technical Bacla�aro�d• the Durx:an Parr�ell — Trimbie te�rn
Trimble and Duncan-Pamell are the leading team in the southeast in assisting public entities
to instail GNSS CORS sites. We have supplied the NCGS and SCGS with their networks in
addition to cities, counties, and pr�vate entity single base sites. Trimble brings extensive
knowledge and experience in the management of large projects in both public and the
private sector nationally, regionally and intemationally. In an effort to enhance the technicaE
base of the team, Trimble has assembled a core group of qualified and experienced key
personnel. A significant element of this project is the support of Trimble working side by side
with Duncan-Parnell and the City of Augusta in the implementation of CORS and
infrastructure. Further, this team possesses experience in implementing and configursng
VRS solutions combined with GIS implementation, public policy development,
comrriunicatians both wireline and wireless and extensive training in the use of GPS
equipment, surveying and GIS software.
Duncan-Parnell Inc. Company Profile
Duncan-Pamell was founded in 1946 by Charles W. Duncan, offering blueprinting senrice in
Charlotte, NC. Over the years we have evolved from a one office printing service to 15
locations in NC, SC and Georgia offering the A&E and construction communities with top
line equipment, including Trimble Navigation GPS and optical Surveying / engineering
equipment, Xerox and Ricoh Engineering, digita! printing solutions as well as lacal and web-
based, engineering reprographic printing. Duncan-Pamell has always been a pioneer in
offering new products and services as we were one of the first distributors to embrace GPS
technology and wide format engineering copiers. We provide service, training, support,
accessories and consumables for aN of our equipment sales. As one of the SoutheasYs
most experienced suppliers, we feet that the success we've had in our two major equipment
businesses (Surveying equipment and Digitai engineering printingj is largely due to the
professional, technical support personnel we have on staff, whose expertise helps maximize
our c(ient's productivity. Over the years, Duncan-Pamell has been recognized nationally by
Trimble, Ricoh and Xerox as a top performing dealer. Our primary mission is to provide the
highest quality products and services whife striving to put our clients and their needs, first.
Duncan-Pamell guarantees your total satisfaction on every product and service we sell.
Trimble Navigation Company Profile
Trimble Navigation Limited is a leading innovator of GPS technology and the world's iargest
supplier of GPS solutions. In addition to providing GPS eomponents, Trimble augments
GPS with other positioning technologies, including precision optical instrumentation and
inertial guidance systems, as well as wireless communications and efficien# software to
create complete customer solutions. Trimble leads the industry in deve{oping state of the art
GPS iechnology. Taking advantage of technotogical advances in processing techniques and
component technologies, Trimble's philosophy is ta make GPS receivers that are of higher
9
Pro rietar and Confidential
� '
�`�, Trimblea
performance while being smal{er, lighter, cheaper, and using less power. It aiso means that
Trimble is committed to adapting to the changing GPS and satelfite navigation
environments, including adapting products as GPS modemization plans proceed.
For 25 years, Trimble's innovative efforts to advance the science of GPS have made its
name synonymous with technologieal leadership. By investing heavily in research and
development — over $200 mil{ion in the last three years alone — Trimble has spearheaded
the transformation of positioning technology into commercial and consumer sofutions that
have changed the way we work and live, With more than 700 issued U.S. and foreign
patents, Trimble has been at the forefront of some of the most exciting and practieal
positioning technology applications of our time. Today, Trimble technology is advancing in-
car navigation, synchronizing wireless networks, providing precision tools for complex land
development projects and improving crop yields.
Principal Markets
Trimble is focused on severa! key markets, leveraging its technalagical leadership to meet
the increasing demand for position-centric information in each area.
� Engineering and Construction
• Field Solutions
� Mobite Solutions
• Component Technologies
� Military and Advanced Systems
Significant Alliances
Trimble has developed significant strategic alliances in each market area. For example, the
relationship Trimb{e has with Case New Holland in agriculture, Caterpillar in mining and
construction, McNeilus in ready-mix and waste management, Nortel in timing and Siemens
VDO in automotive continue to increase our presence in these fast-growing markets far
GPS/positioning technologies. With these and many other alliances, Trimble capitalizes on
technology innovations, association with key brands and broader distribution channels.
Trimble alliances:
utoDesk Nikon
Bosch Nortel
NH Global Pioneer
ondor Earth Seiko Epson
echnologies iemens VDO
ESRI ystech
Infineon PCom
Magneti MareNi
McNeilus
10
Pro rietar and Confidential
� '
'`�� Trimble�
Shaping Public Policy
To provide market stability and a framework for future grow#h, the company is an active
participant in the setting of GPS-related and position-centric public poticy, often working to
shape or influence decisions in the United States and abroad. As an industry leader, the
company actively works to ensure that the benefits of GPS and other positianing
technologies — especially their ability to provide safety-of-life services — are understood and
valued throughout the world.
A Global Company
Headquartered in Sunnyvale, California, Trimble is a globai company employing over 2,000
peaple at offices in the U.S. (including Westminster, Co{arado and Dayton Ohio), Latin
America, Eastem and Westem Europe, Australia, New Zealand and Asia.
Trimble NetR9 Base Stafion Receiver
- 440 Channels to allow growth of GPS, Glonass and Galifeo constellations
- Tight Specs: 3mm+.1 ppm Horizontal; 4mm+.4 ppm vertica (Static}
- RJ45 plug — no need for adapter
- PoE — Power can be supplied through the Ethemet cable vs AC plug
- Extemal USB storage can be accessed remotely via the web
- 3 NTRIP Casters to allow secure user connections and formats for different rover
brands
- Web User Interface replaces base station software for storage, broadcasting and
hosting users
- FTP and FTP Push allows easy NGS CORS setup to send data to NGS
- Email alerts and push allow messaging in case of errors, etc
- Native RINEX output — No need to translate
- Dutputs industry standard RTCM Protocol usable by any rover manufacturer
Trimble R8 GNSS Mode13 Receiver
- Outstanding performance as a VRS rover proven in actual use in SC, NC, and GA
networks
- Exceeds all specs as specified in the bid for a VRS rover per attached datasheet
Trimble S3 and Access
- Magnetic Drive technology for long battery life and smooth operation
- Fast, light, efficient, and extremely productive robot
ty
Pro rietar and Confidentiai
i .
p`�� Trimble�
Trimble Access
- lnterfaces with third party total stations, Trimbie GNSS and robotic total stations
- Allows active data link between field and office
- Modular: Roading, Monitoring, Tunneling ail available modules billable monthly if
needed
- Modeled on Trimbie Survey Controller Software for ease of use
- Links with Trimble Geomatics Office, Trimbie Business Center or TrimbleLink for
Civi13D 2011 (Included with Civi13D on DVD)
Trimble Business Center Desktop Software
- Complete Desktap Survey processing and quaiity control suite of software
- See attached datasheet for all info.
��
Pro rietar and Confidential
� '
�'�s Trimble�
Resumes
Mark White, PLS
Duncan-Parnell
1856 Corporete Center Dr., Suite 10�
Norcross, GA 30093
markw�duncan-parneli.com
(770) 931-0844
(404) 693-5575 Cell
- East Carolina University 1990 Bachelor of Science
- Cary NC High School
- Emp{oyed with Stantec as a PLS 1998-2006 Raleigh NC
- Employed with Duncan-Parnell Raleigh, NC and Norcross GA 2006- Present
a Technical Support, Training, and Sales
13
Pro rietar and Confidential
� '
�`�� Trimble�
CLAY PATE, PE
Certified Trimbfe Trainer
Duncan-Pamel!
12Q8 Copeland Oaks Drive
Morrisvil{e, NC 27560
(919) 460-8886 FAX: (919) 460-8896
EmaiL• clayp�duncan-pamell.com
EDUCATION B.S., Civil Engineering - Construction Option, North Carolina State
University, 1993.
PROFESStONAL REGISTRATION
NC Professional Engineer, 7-8-98 #023914
Engineer in Training, 1-7-94 #A - 13648
CERTIFICATIONS Certified Trainer for Trimble Navigation Mapping and GIS Systems, since 1997
Certified Trainer for Trimble Navigation Reai-Time Survey. 2000
Certified Trainer for Trimble Navigation Post Processed Surveying, 2001
Certified Trainer for Trimbls Navigation GPS Analyst, 2005
Only Trimble Trainer in Narth America that carries four (4) Trimble Certifications
SPECiALIZED SKILIS
Certified Trimble Trainer; Duncan-Pamett
Trimb{e GPS Mapping Systems: Pathfinder Pro XL, XR, and XRS receivers,
GeoExplorer 1 and N receivers, GeoExpiorer 3 receivers, GeoExplorer CE receivers,
ProXM and ProXT, receivers, Pathfinder Office, 7erraSync, GPSCorrect, GPSAnalyst
Asset Surveyor, Aspen
Trimble GPS Surveying Systems: 4000 Series Receivers, 4600 Receivers, 4?QO
Receivers, 4800 Receivers, 5700 Receivers, 5800 Receivers, Trimb4e Geamatics
Office, Survey Controller (TSC1 and TSCej, Trimble Suroey Pro GPSurvey, Trimble
Survey Office
Trimble Optical Systems: Trimble Robotic with Survey Controller (TSC1 and TSCe}
or TDS Survey Pro
GIS Software: ESRI ArcView, ESRI ArcGIS, ESRI ArcPad, and Mapinfo
CAD: Microstation and Geopak
Microsoft Office
14
Pro rietar and Confidentiat
i •
�'� s Trimbie.
c� a�o�.
EDUCATION:
1994 Master of Business Administration, Webster University, St Louis Missouri
1987 Bachelor of Science, Aerospace Engineering University of Alabama
EXPERIENCE
1897-Present Survey Equipment Sales, Duncan-Parnell
- South Carolina, Georgia regional territory
- Demonstrates, sells, supports, trains, and troubleshoots precision Trimbte
GPSlGlonass survey and mapping-grade equipment
- Assisted SCGS in installation and setup of existing CORS stations
- Attended Trimble GPSBase Reference Station Software Installation Course,
Westminster CO, May 2004
- Assists SCDOT Pre-Construction division in implementation and usage of GPS
for control and Vayout work
MILITARY EXPERIENCE
2007-Present LtCol, USAF Reserves, Charleston AFB SC
- Commander fo� 198 personnet aerial port unit
- Manages operations for six-section, multi function heavily deployed wartime unit
2000 - 2007 OIC - Air F�aight Services 38"' Aerial Port Squadron
- Directed and managed upgrade training, training weekend activities, speciai events,
performance reports, recognition, and discipline for 14Q-member section
- Enhanced unit's communication efforts building email database of inetnbers; maintained
and distributed monthly organizational chart
1996 - 2000 C-141 B Instructor Navigator, 707th Air{ift Squadron
- Trained aircrews in use of GPS handheld devices; p{anned jaint training
1994 -1996 Operations Officer, 437th Operations Group, Special Operations Division
•- DIRECTED STAFF OF TEN PLANNERS MANAGING FUGHT ACTIVITIES AND 40GISTICS
SUPPORT FOR JOINT CNiEFS OF STAFF-DIRECTED CONTINGENCY OPERATIONS
INVOLVING THE C-141 B
•- COORDINATED ALL IOGISTICAL AND OPERATIONAL SUPPORT FOR EIGHT MULTi-MILLION
DOLLAR JOINT SPECIAL OPERATIONS EXERCISES INVOLVING CHARLEStON AIR FORCE
BASE AIRCREWS AND EQUIPMENT, NAVY SEALS ARMY RANGERS, AND OTHER
AGENCIES
1992 - 1994 Tactica Officer, 437"' Operations Group
- Planned, scheduied, and flew joint airdrop missions involving large farmations of
aircraft, heavy equipment and personnel
1989 -1992 C141 Airdrop Navigator
- Flew nume�ous actual combat airdrop missions in Panama and southwest Asia
15
Pro rietar and Confidentiaf
t .
�'�� Trimble�
2.4.5 Availability
The following branch offices will perform the wark for this contract:
Mark White
Duncan-Pamell
1856 Corporate Center Dr., Suite 100
Norcross, GA 30093
markw � duncan-qamell. com
(770) 931-0844
(404) 693-5575 Cell
Chuck Drouillard
3150 West Montague Ave
North Gharleston SC 29418
843-709-3784
chuckd�duncan pame!____I.com
Electrician and Carpenter as needed.
Training and schedules currently allow for installatior� and scheduling without conflict.
is
Pro rietar and Confidentiat
' . .
�;�� Trimblem
2.4.6 Financiai Stability
The following is DPI's Profit and Loss as of 31 May 2010
Duncan Parnell inc
income Statement for Six Months Ended 5/31/10
Income from sales & service $10,374,000
Cost of sales & service 6,613,008
Gross Profit 3,760,992
Selling, general & administrative
expenses 3,237,511
Income Before Tax $523,481
17
Pro rietar and Confidentiai
� '
P`�.Trimble�
Duncan Parne{I inc
Baiance Sheet
5/31/10
Assets
Cash $1,456,462
Accts Receivable & Other 1,804,074
Inventory 1,153,408
Other Current
Assets 43,017
4,456,961
Net Fixed Assets 2,160,647
Other Assets 410,673
Totai Assets 7,p2g,2g�
Liabilities &
Equity
Accounts Payable & Accrued Liabilities $1,656,997
Long Term Debt 1,245,475
Capitai Stock 48,525
Treasury Stock (690,592)
Retained Earnings 4,767,876
$7,028,281
18
Pro rietar and Confidential
� '
�'�� Trimble�
2.4.7 Contract Agreement
Duncan-Pamell will be bound by the terms and conditions in the contract and any
negotiations thereafter.
19
Pro rietar and Confidentiaf
� '
�'�. Trimbfe�
2.4.8 Conflict of Interest
Duncan-Pameli certifies that to the best of our knowledge, there are no conflicts of interest
between Duncan-Pamell and the City of Augusta. No DPI employees work for or have
worked for anyone connected with the City of Augusta.
' 20
Pro rietar and Confidential
i •
''�, Trimble�
2.4.9 License, Permits and Taxes
Duncan-Pameil wiil be responsible for all licenses, permits and taxes associated with the
bcontract.
21
,
Augusta, GA Engineering Dep�artment .
GENE
���
�
�O IV D ITI fl �
, GPS/Surveying Equipment
and Associated Services
P RaJ ECT N U M B E R: XXX-XX-XltJKJt
.
GENERAL CONDITIONS-
GPS/Surveying Equipment and Associated Services
INDEX TO ARTICLES OF GENERAL CONDITIONS
Section Pa�e No.
GC-01. DEFINITIONS ............................................................................................................. 3
GC-02. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS ............................................. 5
GC-03. SCHEDULES, REPORTS AND RECORDS ...................................................................... 5
GC-04. SPENDOUT SCHEDULE ............................................................................................... 6
GC-05. NOTICE TO PROCEED ................................................................................................. 6
GC-06. CONSTRUCTION LAYOUT .......................................................................................... 6
GC-07. DRAWINGS AND SPECIFICATIONS ............................................................................. 6
GC-08. DESIGN ALTERATION ................................................................................................. 7
GC-09. INCIDENTAL CONSTRUCTION ITEMS ......................................................................... 7
GC-10. MATERIALS, SERVICES AND FACILITIES ..................................................................... 7
GC-11. INSPECTION ANDTESTING ........................................................................................8
GC-12. SUBSTITUTIONS .........................................................................................................8
GC-13. PATENTS ....................................................................................................................9
GC-14. SURVEYS, PERMITS AND REGULATIONS ................................................................... 9
GC-15. FENCE .......................................................................................................................10
GC -16. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD... 10
GC -17. REMOVING AND RESETTING OF OBSTRUCTIONS ................................................... 11
GC-18. SUB-CONTRACTORS ................................................................................................ 11
GC-19. SUPERVISION BY CONTRACTOR .............................................................................. 11
GC-20. CHANGES IN THE WORK .......................................................................................... 11
GC-21 CHANGES IN CONTRACT PRICE ............................................................................... 12
GC-22. TIME FOR COMPLETION AND LIQUIDATED DAMAGES ........................................... 12
GC-23. CORRECTION OF WORK .......................................................................................... 13
GC-24. SUSPENSION OF THE WORK, TERMINATION AND DELAY ....................................... 13
GC-25. PAYMENTS TO THE CONTRACTOR .......................................................................... 15
GC-26. ACCEPTANCE OF FINAL PAYMENT AS RELEASE ...................................................... 16
GC-27. INSURANCE ............................................................................................................. 17
GC-28. ASSIGNMENTS .........................................................................................................19
GC-29. INDEMNIFICATION .................................................................................................. 19
GC-30. SEPARATE CONTRACTS ........................................................................................... 19
Section Pa�e No.
GC-31. SUBCONTRACTING .................................................................................................. 20
GC-32. ENGINEER'S AUTHORITY ......................................................................................... 20
GC-33. LAND AND RIGHTS-OF-WAY .................................................................................... 21
GC-34. GUARANTEE ............................................................................................................ 21
GC-35. TAXES ...................................................................................................................... 21
GC-36. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY ........................................... 21
GC-37. ORDER AND DISCIPLINE .......................................................................................... 22
GC-38. SPECIAL RESTRICTIONS ........................................................................................... 22
GC-39. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER ..................................... 22
GC-40. RIGHTS-OF-WAY AND EASEMENTS ......................................................................... 22
GC-41. ESTIMATE OF QUANTITIES ...................................................................................... 23
GC-42. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS ........................... 23
GC-43. PRIOR USE BY OWNER ............................................................................................ 23
GC-44. CLEANING UP .......................................................................................................... 23
GC-45. SALVAGE MATERIALS .............................................................................................. 24
GC-46. MAINTENANCE OF TRAFFIC .................................................................................... 24
GC-47. FLAGGING ................................................................................................................ 25
GC-48 MAINTENANCE OF ACCESS ..................................................................................... 25
GC-49. SPECIAL EVENTS ...................................................................................................... 25
GC-50. SAFETY AND HEALTH REGULATIONS ....................................................................... 26
GC-51. WARRANTY ..............................................................................................:.............. 26
GC-52. PRECONSTRUCTION CONFERENCE ......................................................................... 26
GC 2 of 26
AED - GPS/Surveying Equipment
and Associated Services
GC-01. DEFINITIONS:
Wherever used in the Contract Documents, the following terms shall have the meanings indicated
which shall be applicable to both the singular and plural thereof.
1. ADDENDA: Written or graphic instruments issued prior to the execution of the Agreement
which modify or interpret the Contract Documents, Drawings and Specifications, by
addition, deletion, clarifications or corrections.
2. BID: The offer or proposal of the Bidder submitted on the prescribed form setting forth the
prices for the work to be performed.
3. BIDDER: Any person, firm or corporation submitting a bid for the work.
4. BONDS: Bid, Performance and Payment Bonds and other instruments of security furnished
by the Contractor and his Surety in accordance with the Contract Documents.
5. CHANGE ORDER: A written order to the Contractor authorizing an addition, deletion or
revision in the work within the general scope of the Contract Documents or authorizing an
adjustment in the contract price or contract time.
6. CONTRACT DOCUMENTS: The contract including Advertisement for Bids, Information for
Bidders, Proposal, Bid Bond, Notice of award, Agreement, Performance Bond, Payment
Bond, Notice to Proceed, Change Order, General Conditions, Supplemental General
Conditions, Special Conditions, Technical Specifications, Drawings and Addenda.
7. CONTRACT PRICE: The total monies payable to the Contractor under the terms and
conditions of the Contract Documents.
8. CONTRACT TIME: The number of calendar days stated in the Contract Documents for the
completion of the work.
9. LIFE OF THE CONTRACT: The total duration of the contract from Notice to Proceed to
completion of all the work.
10. CONTRACTOR: The person, firm or corporation with whom the Owner has executed the
Agreement.
11. DRAWINGS: The part of the Contract Documents which show the characteristics and scope
of the work to be performed and which have been prepared or approved by the Engineer.
12. ENGINEER: The person, firm or corporation named as such in the Contract Documents.
13. FIELD ORDER: A written order effecting a change in the work not involving an adjustment
in the contract price or an extension of the contract time issued by the Engineer to the
Contractor during construction.
GC 3 of 26
AED - GPS/Surveying Equipment
and Associated Services
14. NOTICE OF AWARD: The written notice of the acceptance of the Bid from the Owner to the
successful Bidder.
15. NOTICE TO PROCEED: Written communication issued by the Owner to the Contractor
authorizing him to proceed with the work and establishing the date of commencement of
the work.
16. OWNER: A public or quasi-public body or authority, corporation, association, partnership
or individual for whom the work is to be performed.
17. PROJECT: The undertaking to be performed as provided in the Contract Documents.
18. RESIDENT PROJECT REPRESENTATIVE: The authorized representative of the Owner who is
assigned to the project site or any part thereof.
19. SHOP DRAWINGS: All drawings, diagrams, illustrations, brochures, schedules, and other
data which are prepared by the Contractor, a Subcontractor, Manufacturer, Supplier or
Distributor, which illustrate how specific portions of the work shall be fabricated or
installed.
20. SPECIFICATIONS: A part of the Contract Documents consisting of written descriptions of a
technical nature or materials, equipment, construction systems, standards and
workmanship.
21. SUBCONTRACTOR: An individual, firm or corporation having a direct contract with the
Contractor or any other Subcontractor for the performance of a part of the work at the
site.
22. SUBSTANTIAL COMPLETION: That date as certified by the Engineer when the construction
of the project or a specified part can be utilized for the purposes for which it is intended.
23. SUPPLEMENTAL GENERAL CONDITIONS: Modifications and/or additions to the General
Conditions of a specific nature generally aimed at the specific contract of which it is a part.
24. SUPPLIERS: Any person, supplier or organization who supplies materials or equipment for
the work, including that fabricated to a special design, but who does not perform labor at
the site.
25. WORK: All labor necessary to produce the construction required by the Contract
Documents and all materials and equipment incorporated or to be incorporated in the
project.
26. WRITTEN NOTICE: Any notice to any party of the Agreement relative to any part of this
GC 4 of 26
AED - GPS/Surveying Equipment
and Associated Services
Agreement in writing and considered delivered and the service thereof completed, when
posted by certified or registered mail to the said party at his last given address or delivered
in person to said party or his authorized representative on the work.
GC-02. ADDITIONAL INSTRUCTIONS AND DETAII DRAWINGS:
1. The Contractor may be furnished additional instructions and detail drawings, by the
Engineer, as necessary to carry out the work required by the Contract Documents.
2. The additional drawings and instructions thus supplied will become a part of the Contract
Documents. The Contractor shall carry out the work in accordance with the additional
detail drawings and instructions.
GC-03. SCHEDULES, REPORTS AND RECORDS:
1. The Contractor shall submit to the Owner such schedule of quantities and costs, progress
schedules, payrolls, reports, estimates, records and other data as the Owner may request
concerning the work performed or to be performed.
2. The contractor shall prepare an overall Time-Logic Schedule that includes all major
activities. The Contractor shall submit this schedule to Augusta Engineering Department
seven (7) days prior to preconstruction meeting. The contractor shall present a copy of this
schedule at the Preconstruction meeting for discussion. The schedule shall consist of the
following:
a. The noted Responsible Agency for each activity (e.g., Contractor, Sub-Contractor, Utility
Company)
b. The ES-Early Start, EF-Early Finish, LS-Late Start, LF-Late Finish dates
c. The Project Critical Path
d. Activity Durations
The contactor shall also submit following information with the schedule.
a. Name of Project Team (Project Manager, Superintendent, Foreman) assigned to this
project *
b. Subcontractor information such as Company Name, Contact Name and Telephone, and
type of assigned tasks
* Personnel and resources assigned to this project shall not be re-assigned to other projects until
after upon approval from Augusta Engineering Department. Augusta Engineering Department
reserves the right to deny the submitted project team or parts thereof.
GC 5 of 26
AED - GPS/Surveying Equipment
and Associated Services
Failure to provide aforementioned schedule and information within specified time will
result in cancellation of Notice to Proceed. If information is not received within thirty (30)
days from the date of Notice to Proceed cancelation, contract will be terminated without
further notice.
Within seven (7) days after the Preconstruction meeting, the Contractor shall provide a
revised schedule with all issues and concerns addressed to Augusta Engineering
Department. The revised Time-Logic Schedule shall be color coded with respect to
responsibility, and shall be presented on D size paper (24'x36").
The schedule shall be updated on a monthly basis displaying percentage of completion of
all activities. The project base line and current date line shall appear on all updates.
3. The Contractor shall also submit a schedule of payments that he anticipates he will earn
during the course of the work.
GC -04. SPENDOUT SCHEDULE:
A Spendout Schedule beginning with the Norice to Proceed and extending through the
anticipated construction life of the project, shall be submitted at the Pre-Construction
Conference. Such schedule shall include the anticipated earnings on a monthly basis.
GC-05. NOTICE TO PROCEED:
There will be one Notice to Proceeds given to the Contractor. The Notice to Proceed will be
to site selection, site preparation, equipment delivery, installation and staff training. This
would be the contact time that is actually shown in the contract.
GC-06. CONSTRUCTION LAYOUT:
Construction layout work shall be performed by the Contractor.
GC-07. DRAWINGS AND SPECIFICATIONS:
1. The intent of the drawings and specifications is that the Contractor shall furnish all labor,
materials, tools, equipment and transportation necessary for the proper execution of the
work in accordance with the Contract Documents and all incidental work necessary to
complete the project in an acceptable manner, ready for us, occupancy or operation by the
Owner.
2. In case of conflict between the drawings and specifications, the specifications shall govern.
Figure dimensions on drawings shall govern over general drawings.
GC 6 of 26
AED - GPS/Surveying Equipment
and Associated Services
3. Any discrepancies found between the drawings and specifications and site conditions or
any inconsistencies or ambiguities in the drawings or specifications shall be immediately
reported to the Engineer, in writing, who shall promptly correct such inconsistencies or
ambiguities in writing. Work done by the Contractor after his discovery of such
discrepancies, inconsistencies or ambiguities shall be done at the Contractor's risk.
4. It is understood and agreed that the Contractor, by careful examination, has satisfied
himself as to the nature and location of the work, the conformation of the ground, the
character, quality and quantity of the materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the work, the
general and local conditions and all other matters which can in any way affect the work
under this contract. No verbal agreement or conversation with any officer, agent or
employee of the Owner, either before or after the execution of this contract, shall afFect or
modify any of the terms or obligations herein contained.
GC-08. DESIGN ALTERATION :
The commission-council recognizes that various changes in design may be made as the
project progresses. Any requests for additional payment or reduction in payment shall be
processed based on actual work in place and the unit prices submitted as a part of this bid.
Items not covered in this bid shall be priced separately and no work shall be done on these
items until approved, in writing, by the Engineer.
All changes in engineering design of the project shall be approved by the Design Engineer
of record after consultation with the Engineer. Revised design plan sheet(s) shall be signed
and stamped by the Design Engineer of record and a copy shall be submitted to Augusta
Engineering Department.
GC-09. INCIDENTAL CONSTRUCTION ITEMS:
All work and materials without a specific pay item shall be considered incidental to related
pay items.
GC-10. MATERIALS, SERVICES AND FACILITIES:
1. It is understood that, except as otherwise specifically stated in the Contract Documents,
the Contractor shall provide and pay for all materials, labor, tools, equipment, water, light,
power, transportation, supervision, temporary construction of any nature and all other
services and facilities of any nature whatsoever necessary to execute, complete and deliver
the work within the specified time.
2. Materials and equipment shall be so stored as to insure the preservation of their quality
and fitness for the work. Stored materials and equipment to be incorporated in the work
shall be located so as to facilitate prompt inspection.
GC 7 of 26
AED - GPS/Surveying Equipment
and Associated Services
3. Manufactured articles, materials and equipment shall be applied, installed, connected,
erected, used, cleaned and conditioned as directed by the manufacturer.
4. Materials, supplies or equipment shall be in accordance with samples submitted by the
Contractor and approved by the Engineer.
5. Materials, supplies or equipment to be incorporated into the work and purchased by the
Contractor of the Subcontractor will be subject to a chattel mortgage or under a
conditional sale contract or other agreement by which an interest is retained by the seller.
GC-11. INSPECTION AND TESTING:
1. All materials and equipment used in the construction of the project shall be subject to
adequate inspection and testing in accordance with generally accepted standard.
2. If the Contract Documents, laws, ordinances, rules, regulations or orders of any public
authority having jurisdiction require any work to specifically be inspected, tested or
approved by someone other than the Contractor, the Contractor will give the Engineer
timely notice of readiness. The Contractor will then furnish the Engineer the required
certificates of inspection, testing or approval.
3. Neither observation by the Engineer nor inspections, tests or approvals by persons other
than the Contractor shall relieve the Contractor from his obligations to perform the work in
accordance with the requirements of the Contract Documents.
4. The project will be inspected by the Engineer or his/her representative. The Engineer and
his representatives will at all times have access to the work. In addition, authorized
representatives and agents of any participating Federal or State Agency shall be permitted
to inspect all work, materials, payrolls, records of personnel, invoices of materials and
other relevant data and records. The Contractor will provide proper facilities for such
access and observation of the work and also for any inspection or testing thereof.
GC-12. SUBSTITUTIONS:
1. When a material, article or piece of equipment is identified on the drawings or
specifications by reference to brand name or catalogue number, the performance or other
salient requirements and that other products of equal capacities, quality and function shall
be considered. The Contractor may recommend the substitution of a material, article or
piece of equipment of equal substance and function for those referred to in the Contract
Documents by reference to brand name or catalogue number and if, in the opinion of the
Engineer, such material, article or piece of equipment is of equal substance and function to
that specified, the Engineer may approve its substitution and use by the Contractor. Any
GC 8 of 26
AED - GPS/Surveying Equipment
and Associated Services
cost differential shall be deducted from the contract price and the Contract Documents
shall be appropriately modified by change order. The Contractor warrants that if
substitutes are approved, no major changes in the function or general design of the project
will result. Incidental changes or extra component parts required to accommodate the
substitute will be made by the Contractor without a change in the contract price or
contract time.
GC-13. PATENTS:
1. The Contractor shall pay all applicable royalties and license fees. He shall defend all suits or
claims for infringement of any patent rights and save the Owner harmless from loss on
account thereof except that the Owner shall be responsible for any such loss when a
particular process, design or the product of a manufacturer or manufacturers is specified,
but if the Contractor has reason to believe that the design, process or product specified is
an infringement of a patent, he shall be responsible for such loss unless he promptly gives
such information to the Engineer.
GC-14. SURVEYS, PERMITS AND REGULATIONS:
1. The Owner shall furnish all land surveys and establish all base lines for locating the
principal component parts of the work together with a suitable number of benchmarks
adjacent to the work as shown in the Contract Documents. From the information provided
by the Owner, unless otherwise specified in the Contract Documents, the Contractor shall
develop and make all detail surveys needed for construction such as slope stakes, batter
boards, stakes for pile locations and other working points, lines, elevations and cut sheets.
2. The Contractor shall carefully preserve benchmarks, reference points and stakes and in
case of willful or careless destruction, he shall be charged with the resulting expense and
shall be responsible for any mistakes that may be caused by their unnecessary loss or
disturbance.
3. Permits and licenses of a temporary nature necessary for the prosecution of the work shall
be secured and paid for by the Contractor. Permits, licenses and easements for permanent
structures or permanent changes in existing facilities shall be secured and paid for by the
Owner, unless otherwise specified. The Contractor shall give all notices and comply with all
laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and
specified. If the Contractor observes that the Contract Documents are at variance
therewith, he shall promptly notify the Engineer in writing and any necessary changes shall
be adjusted as provided in Section 13, Changes in the Work.
GC 9 of 26
AED - GPS/Surveying Equipment
and Associated Services
GC -15. PROTECTION OF WORK, PROPERTY AND PERSONS:
1. The Contractor will be responsible for initiating, maintaining and supervising all
safety precautions and programs in connection with the work. He will take all necessary
precautions for the safety of and will provide the necessary protection to prevent damage,
injury or loss to all employees on the work and other persons who may be affected
thereby, all the work and all materials or equipment to be incorporated therein, whether in
storage on or off the site or other property at the site or adjacent thereto, including trees,
shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for
removal, relocation or replacement in the course of construction.
2. The Contractor will comply with all applicable laws, ordinances, rules, regulations
and orders of any public body having jurisdiction. He will erect and maintain, as required
by the conditions and progress of the work, all necessary safeguards for safety and
protection. He will notify the owners of adjacent utilities when prosecution of the work
may affect them. The Contractor will remedy all damage, injury or loss to any property
caused, directly or indirectly, in whole or in part, by the Contractor, and subcontractor or
anyone directly or indirectly employed by any of them or anyone for whose acts any of
them are liable, except damage or loss attributable to the fault of the Contract Documents
or to the acts or omissions of the Owner or the Engineer or anyone employed by either of
them or anyone for whose acts either of them may be liable and not attributable, directly
or indirectly, in whole or in part, to the fault or negligence of the Contractor.
3. In emergencies affecting the safety of persons or the work or property at the site or
adjacent thereto, the Contractor, without special instructions or authorization from the
Engineer or Owner, shall act to prevent threatened damage, injury or loss. He will give the
Engineer prompt written notice of any significant changes in the work or deviations from
the Contract Documents caused thereby and a Change Order shall be issued covering the
changes and deviations involved.
4. The work under this Contract in every respect shall be at the risk of the Contractor
until finished and accepted, except to damage or injury caused directly by the Owner's
agents or employees.
GC -16. REMOVAL AND RESETTING OF ORNAMENTAL SHRUBS AND BUSHES AND SOD:
It shall be the contractor's responsibility to remove and reset any and all existing
ornamental shrubs and bushes and sod in conflict with proposed construction.
Coordination with the property owners is essential in this endeavor. The Contractor will
not be held responsible for care and maintenance after removing and resetting these
plants and sod except in cases where the Contractor's equipment causes irreparable
damage or where plants and/or sod dies as the result of negligence on the Contractor's
part. In which cases, the Contractor will be held responsible for replacement. Sod shall be
GC 10 of 26
AED - GPS/Surveying Equipment
and Associated Services
reset with ground preparation in accordance with Subsection 700.05.A. No additional soil
or fertilizer is required for resetting sod. The Contractor shall remove the sod in a manner
that will be conducive to insuring that the reset sod will live. At the Contractor's option, he
may replace any sod he removes with new sod of the same type. No separate payment will
be made for this work or replacements unless specifically shown as a pay item.
GC -17. REMOVING AND RESETTING OF OBSTRUCTIONS:
It shall be the Contractor's responsibility to remove and reset any and all obstructions, such
as fences, signs, concrete or brick planters, steps, walkways, brick or concrete entrance
columns, etc., which are in conflict with construction. Contractors are responsible for the
security of pets and/or personal property through the use of temporary fence if necessary.
No separate payment will be made for this work except when shown as a separate pay
item.
GC -18 . SUB-CONTRACTORS:
The Contractor shall furnish the official name, plus the name and telephone number of the
24-hour emergency contact of all firms he proposes to use as Subcontractors in the work.
This information is to be furnished at the Preconstruction Conference. However, no work
shall be done on this project by a Subcontractor until the Contractor receives approval of
his Subcontractor(s) from the Engineer.
NOTE: All submissions shall include the following information for each Subcontractor:
1) Name of Subcontracting Firm
2J Description of Work To Be Done
3) Contact Person's Name and 24 Hour Phone Number
GC-19. SUPERVISION BY CONTRACTOR:
1. The Contractor will supervise and direct the work. He will be solely responsible for the
means, methods, techniques, sequences and procedures of construction. The Contractor
will employ and maintain on the work a qualified supervisor or superintendent who shall
have been designated in writing by the Contractor as the Contractor's representative at the
site. The supervisor shall have full authority to act on the behalf of the Contractor and all
communications given to the supervisor shall be as binding as if given to the Contractor.
The supervisor shall be present on the site at all times as required to perform adequate
supervision and coordination of the work
GG20. CHANGES IN THE WORK:
1. The Owner may at any time as the need arises, order changes within the scope of the work
without invalidating the Agreement. If such changes increase or decrease the amount due
GC 11 of 26
AED - GPS/Surveying Equipment
and Associated Services
under the Contract Documents or in the time required for performance of the work, an
equitable adjustment shall be authorized by Change Order.
2. The Engineer, also, may at any time, by issuing a field order, make changes in the details of
the work. The Contractor shall proceed with the performance of any changes in the work
so ordered by the Engineer unless the Contractor believes that such field order entitles him
to a change in the contract price or time or both, in which event he shall give the Engineer
written notice thereof within ten (10) days after the receipt of the ordered change pending
the receipt of an executed change order or further instruction from the Owner.
GC-21. CHANGES IN CONTRACT PRICE:
1. The contract price may be changed only by a change order. The value of any work covered
by a change order or of any claim for increase or decrease in the contract price shall be
determined by one or more of the following methods in the order of precedence listed
below:
1.1 Unit prices previously approved.
1.2 An agreed lump sum.
1.3 The actual cost for labor, direct overhead, materials, supplies, equipment and other
services necessary to complete the work. In addition there shall be added an
amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost
of the work to cover the cost of general overhead and profit.
GC-22. TIME FOR COMPLETION AND IIQUIDATED DAMAGES:
1. The date of beginning and the time for completion of the work are essential conditions of
the Contract Documents and the work embraced shall be commenced on the date
specified in the Notice to Proceed.
2. The Contractor will proceed with the work at such rate of progress to insure full completion
within the contract time. It is expressly understood and agreed, by and between the
Contractor and the Owner, that the contract time for the completion of the work described
herein is a reasonable time, taking into consideration the average climatic and economic
conditions and other factors prevailing in the locality of the work.
3. If the Contractor shall fail to complete the work within the contract time or extension of
time granted by the Owner, then the Contractor will pay to the Owner the amount for
liquidated damages as specified in the Agreement for each calendar day that the
Contractor shall be in default after the time stipulated in the Contract Documents.
4. The Contractor shall not be charged with liquidated damages or any excess cost when the
delay in completion of the work is due to the following and the Contractor has promptly
given written notice of such delay to the Owner or Engineer.
GC 12 of 26
AED - GPS/Surveying Equipment
and Associated Services
4.1 To any preference, priority or allocation order duly issued by the Owner.
4.2 To unforeseeable causes beyond the control and without the fault of negligence of
the Contractor, including but not restricted to, acts of God or of the public enemy,
acts of the Owner, acts of another Contractor in the performance of a contract with
the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight
embargoes and abnormal and unforeseeable weather; and
4.3 To any delays of subcontractors occasioned by any of the causes specified in
Paragraphs 4.1 and 4.2 of this Article.
GC-23. CORRECTION OF WORK:
1. The Contractor shall promptly remove from the premises all work rejected by the Engineer
for failure to comply with the Contract Documents, whether incorporated in the
construction or not and the Contractor shall promptly replace and re-execute the work in
accordance with the Contract Documents and without expense to the Owner and shall bear
the expense of making good all work of other Contractors destroyed or damaged by such
removal or replacement.
2. All removal and replacement work shall be done at the Contractor's expense. If the
Contractor does not take action to remove such rejected work within ten (10) days after
receipt of written notice, the Owner may remove such work and store the materials at the
expense of the Contractor.
3. Any omissions or failure on the part of the Engineer to disapprove or reject any work or
material shall not be construed to be an acceptance of any defective work or material. The
Contractor shall remove, at his own expense and shall rebuild and replace same without
extra charge and in default thereof the same may be done by the Owner at the
Contractor's expense or in case the Engineer shall not consider the defect of sufFicient
importance to require the Contractor to rebuild or replace any imperfect work or material,
he shall have the power and is hereby authorized to make an equitable deduction from the
stipulated price.
GC-24. SUSPENSION OF THE WORK, TERMINATION AND DELAY:
1. The Owner may, at any time and without cause, suspend the work or any portion thereof
for a period of not more than ninety days or such further time as agreed upon by the
Contractor, by written notice to the Contractor. The Engineer shall fix the date on which
work shall be resumed. The Contractor will resume that work on the date so fixed. The
Contractor will be allowed an increase in the contract price, an extension of the contract
time, or both, directly attributable to any suspension.
GC 13 of 26
AED - GPS/Surveying Equipment
and Associated Services
2. If the Contractor is adjudged bankrupt or insolvent, or if he makes a general assignment for
the benefit of his creditors or if a trustee or receiver is appointed for the Contractor or for
any of his property or if he files a petition to take advantage of any debtor's act to
reorganize under the bankruptcy or applicable laws or if he repeatedly fails to supply
sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to
make prompt payments to subcontractors or for labor, materials or equipment or if he
disregards laws, ordinances, rules, regulations or orders of any public body having
jurisdiction of the work or if he disregards the authority of the Engineer, or if, in the
opinion of the Engineer, the Contractor fails to make satisfactory progress in prosecuting
the work, or if he otherwise violates any provision of the Contract Documents, then the
Owner may, without prejudice to any other right or remedy and after giving the Contractor
and his Surety a minimum of ten (10) days from delivery of a written notice, terminate the
services of the Contractor and take possession of the Project and of all materials,
equipment, tools, construction equipment and machinery thereon owned by the
Contractor and finish the work by whatever method he may deem expedient. In such case,
the Contractor shall not be entitled to receive any further payment until the work is
finished. If the unpaid balance of the Contract Price exceeds the direct and indirect costs
of completing the Project, including compensation for additional professional services,
such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the
Contractor will pay the difference to the Owner. Such costs incurred by the Owner will be
determined by the Engineer and incorporated in a Change Order.
3. The Contractor must obtain permission from the Engineer before any equipment can be
removed from the job site. In the event such equipment is removed without the Engineer's
approval, the job will be terminated until such time as the equipment is returned to the
project and any time and money lost by the Contractor as a result of moving the
equipment shall be absorbed by the Contractor.
4. Where the Contractor's services have been so terminate by the Owner, said termination
shall not affect any right of the Owner against the Contractor then existing or which may
thereafter accrue. Any retention or payment of monies by the Owner due the Contractor
will not release the Contractor from compliance with the Contract Documents.
5. After ten (10) days from delivery of a written notice to the Contractor and the Engineer,
the Owner, may, without cause and without prejudice to any other right or remedy, elect
to abandon the Project and terminate the Contract. In such case, the Contractor shall be
paid for all work executed and any expense sustained plus reasonable profit.
6. If, through no act or fault of the Contractor, the work is suspended for a period of more
than ninety (90) days by the Owner or under an order of court or other public authority of
the Engineer fails to act on any request for payment within thirty (30) days after it is
submitted or the Owner fails to pay the Contractor substantially the sum approved by the
Engineer within thirty (30) days of its approval and presentation, then the Contractor may
after ten (10) days from delivery of a written notice to the Owner and the Engineer,
GC 14 of 26
AED - GPS/Surveying Equipment
and Associated Services
terminate the Contract and recover from the Owner payment for all work executed and all
expenses sustained. In addition, and in lieu of terminating the Contract, if the Engineer has
failed to act on a request for payment or if the Owner has failed to make any payment as
aforesaid, the Contractor may, upon ten (10) days notice to the Owner and the Engineer,
stop the work until he has been paid all amounts then due, in which event and upon
resumption of the work, Change Orders shall be issued for adjusting the contract price or
extending the contract time or both to compensate for the costs and delays attributable to
the stoppage of the work.
7. If the performance of all or any portion of the work is suspended, delayed, or interrupted
as a result of a failure of the Owner or the Engineer to act within the time specified in the
Contract Documents, or if no time is specified, within reasonable time, an adjustment in
the contract price or an extension of the contract time or both, shall be made by Change
Order to compensate the Contractor for the costs and delays necessarily caused by the
failure of the Owner or the Engineer.
GC-25. PAYMENTS TO THE CONTRACTOR:
1. Between the first (1st) and the fifth (5th) of each month, the Contractor will submit to the
Engineer a partial payment estimate filled out and signed by the Contractor on an
approved form covering the work performed during the period covered by the partial
payment estimate and supported by such data as the Engineer may reasonably require. If
payment is requested on the basis of materials and equipment not incorporated in the
work but delivered and suitably stored at or near the site, the partial payment estimate
shall also be accompanied by such supporting data, satisfactory to the Owner, as will
establish the Owner's title to the material and equipment and protect his interest therein,
including applicable insurance. The Engineer will, within thirty days after receipt of each
partial payment estimate, either indicate in writing his approval of payment and present
the partial payment estimate to the Owner, or return the partial payment estimate to the
Contractor indicating in writing his reasons for refusing to approve payment. In the latter
case, the Contractor may make the necessary corrections and resubmit the partial payment
estimate. The Owner will, within thirty days of presentation to him of an approved partial
payment estimate, pay the Contractor a progress payment on the basis of the approved
partial payment estimate. The Owner shall retain ten (10%) percent of the amount of each
payment until final completion and acceptance of all work covered by the Contract
Documents and successful completion of required warranty period. On completion and
acceptance of a part of the work on which the price is stated separately in the Contract
Documents, payment may be made in full, excluding retained percentages, less authorized
deductions.
2. The request for payment may also include an allowance for the cost of such major
materials and equipment which are suitably stored either at or near the site.
GC 15 of 26
AED - GPS/Surveying Equipment
and Associated Services
3. All work covered by partial payment shall thereupon become the sole property of the
Owner, but this provision shall not be construed as relieving the Contractor of the sole
responsibility for the care and protection of the work upon which payments have been
made or the restoration of any damaged work, or as a waiver of the right of the Owner to
require the fulfillment of all terms of the Contract Documents.
4. Upon completion and acceptance of the work, the Engineer shall issue a certificate
attached to the final payment request that the work has been accepted by him under the
conditions of the Contract Documents. The entire balance, excluding the retained
percentage, found to be due the Contractor shall be paid to the Contractor, except such
sums as may be lawfully retained by the Owner for saving the Owner or the Owner's agents
harmless from all claims growing out of the lawful demands of Subcontractors, laborers,
workmen, mechanics, material-men and furnishers of machinery and parts thereof,
equipment, tools and supplies, incurred in the furtherance of the performance of the work.
The Contractor shall, at the Owner's request, furnish satisfactory evidence that all
obligations of the nature designated above have been paid, discharged, or waived. If the
Contractor fails to do so, the Owner may, after having notified the Contractor, either pay
unpaid bills or withhold from the Contractor's unpaid compensation a sum of money
deemed reasonably sufficient to pay any and all such lawful claims until satisfactory
evidence is furnished that all liabilities have been fully discharged whereupon payment to
the Contractor shall be resumed, in accordance with the terms of the Contract Documents,
but in no event shall the provisions of this sentence be construed to impose any obligations
upon the Owner to either the Contractor, his Surety, or any third party. In paying any
unpaid bills of the Contractor, any payment so made by the Owner shall be considered as a
payment made under the Contract Documents by the Owner to the Contractor and the
Owner shall not be liable to the Contractor for any such payments made in good faith.
5. Owner shall release half of the "10 percent retained" amount at start of required warranty
period. 50 percent of the remaining retained amount shall be released after six (6) moths
into required warranty period provided no defects are observed in originally accepted
work. The remaining retained balance shall be released at successful completion of the
required warranty period as certified by the Engineer. All payment requests shall be
approved by the Engineer prior to forwarding to the Owner.
GC-26. ACCEPTANCE OF FINAL PAYMENT AS RELEASE:
1. The acceptance by the Contractor of final payment shall be and shall operate as a release
to the Owner of all claims and all liability to the Contractor other than claims in stated
amounts as may be specifically excepted by the Contractor for all things done or furnished
in connection with this work and for every act and neglect of the Owner and other relating
to or arising out of this work. Any payment, however, final or otherwise, shall not release
the Contractor or his Sureties from any obligations under the Contract Documents or the
Performance Bond and Payment Bonds.
GC 16 of 26
AED - GPS/Surveying Equipment
and Associated Services
GC-27. INSURANCE:
1. The Contractor shall purchase and maintain during the life of this Contract such insurance
as will protect him from claims set forth below which may arise out of or result from the
Contractor's execution of the work, whether such execution by himself or by any
Subcontractor or by anyone directly or indirectly employed by any of them or by anyone
for whose acts any of them may be liable.
1.1 Claims under Workman's Compensation, disability benefit and other similar
employee benefit acts,
1.2 Claims for damages because of bodily injury, occupational sickness or disease or
death of his employees,
1.3 Claims for damages because of bodily injury, sickness or disease or death of any
person other than his employees,
1.4 Claims for damages insured by usual personal injury liability coverage which are
sustained (1) by any person as a result of an offense directly or indirectly related to
the employment of such person by the Contractor or (2) by any other person; and
1.5 Claims for damages because of injury to or destruction of tangible property,
including loss of use resulting there from.
2. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to
commencement of the work. These Certificates shall contain a provision that coverage
afforded under the policies will not be canceled unless at least fifteen (15) days prior
written notice has been given to the Owner and Construction Manager.
3. The Contractor shall procure and maintain, at his own expense, during the life of the
Contract, liability insurance as hereinafter specified.
3.1 Contractor's General Public Liability and Property Damage insurance including
vehicle coverage issued to the Contractor and protecting him from all claims for
personal injury, including death, and all claims for destruction of or damage to
property, arising out of or in connection with any operations under the Contract
Documents, whether such operations be by himself or by any Subcontractor under
him or anyone directly or indirectly employed by the Contractor or by a
Subcontractor under him. Insurance shall be written with a limit of liability of not
less than $200,000 for all damages arising out of bodily injury, including death, at
any time resulting there from, sustained by any one person in any one accident; and
a limit of liability of not less than $500,000 for any such damages sustained by two
or more persons in any one accident. Insurance shall be written with a limit of
liability of not less than $100,000 for all property damage sustained by any one
GC 17 of 26
AED - GPS/Surveying Equipment
and Associated Services
person in any one accident; and a limit of liability of not less than $200,000 for any
such damage sustained by two or more persons in any one accident. Contractor's
insurance policy shall name Owner and Program Manager as insured under this
policy.
The Contractor shall either (1) require each of his subcontractors to procure and to
maintain during the life of his/her subcontract, Subcontractor Liability and Property
Damage Insurance of the type and in the same amounts as specified in the
preceding paragraph, or (2) insure the activities of his subcontractor in his/her own
policy.
3.2 The Contractor shall acquire and maintain, if applicable, Fire and Extended
Coverage insurance upon the Project to the full insurable value thereof for the
benefit of the Owner, the Contractor and Subcontractor as their interest may
appear. This provision shall in no way release the Contractor or Contractor's Surety
from obligations under the Contract Documents to fully complete the Project.
4. The Contractor shall procure and maintain, at his own expense, during the life of the
Contract, in accordance with the provisions of the laws of the state in which the work is
performed, Workman's Compensation Insurance, including occupational disease
provisions, for all of his employees at the site of the project and in case any work is sublet,
the Contractor shall require such Subcontractor similarly to provide Workman's
Compensation Insurance, including occupational disease provision for all of the latter's
employees unless such employees are covered by the protection afforded by the
Contractor. In case any class of employees engaged in hazardous work under this Contract
at the site of the Project is not protected under Workman's Compensation statute, the
Contractor shall provide and shall cause each Subcontractor to provide adequate and
suitable insurance for the protection of his employees not otherwise protected.
�
5. The Contractor shall secure, if applicable, "All Risk" type Builder's Risk Insurance for work
to be performed. Unless specifically authorized by the Owner, the amount of such
insurance shall not be less than the contract price totaled in the bid. The policy shall cover
not less than the losses due to fire, explosion, hail, lightening, vandalism, malicious
mischief, wind, collapse, riot, aircraft and smoke during the contract time and until the
work is accepted by the Owner. The policy shall name as the insured the Contractor, the
Engineer and the Owner.
6. Contractor shall provide a Builders Risk All Risk insurance policy for the full replacement
value of all Project work including the value of all onsite Owner-furnished equipment
and/or materials associated with Program Manager's services. Such policy shall include
coverage for loss due to defects in materials and workmanship and errors in design, and
will provide a waiver of subrogation as to Program Manager and the Owner, and their
respective officers, employees, agents, affiliates, and subcontractors.
GC 18 of 26
AED - GPS/Surveying Equipment
and Associated Services
GC-28. ASSIGNMENTS:
1. Neither the Contractor nor the Owner shall sell, transfer, assign or otherwise dispose of the
Contract or any portion thereof, or his right, title or interest therein, or his obligations
thereunder, without written consent of the other party.
GC-29. INDEMNIFICATION:
1. The Contractor will indemnify and hold harmless the Owner and Program Manager and the
Engineer and their agents and employees from and against all claims, damages, losses and
expenses including attorney's fees arising out of or resulting from the performance of the
work, provided that any such claim, damage, loss or expense is attributable to bodily injury,
sickness, disease or death, or to injury to or destruction of tangible property, including the
loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful
act or omission of the Contractor and Subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be liable.
2. In any and all claims against the Owner or the Engineer or any of their agents or
employees, by an employee of the Contractor, Subcontractor, anyone directly or indirectly
employed by any of them, or anyone for whose acts any of them may be liable, the
indemnification obligation shall not be limited in any way by any limitation on the amount
or type of damages, compensation or benefits payable by or for the Contractor or any
Subcontractor under Workman's Compensation acts, disability benefit acts or other
employee benefits acts.
3. The obligation of the Contractor under this paragraph shall not extend to the liability of the
Engineer, his agents or employees arising out of the preparation or approval of maps,
drawings, opinions, reports, surveys, change orders, design or specifications.
GC-30. SEPARATE CONTRACTS:
1. The Owner reserves the right to let other contracts in connection with this Project. The
Contractor shall afford other contractors reasonable opportunity for the introduction and
storage of their materials and the execution of their work and shall properly connect and
coordinate his work with theirs. If the proper execution or results of any part of the
Contractor's work depends upon the work of any other Contractor, the Contractor shall
inspect and promptly report to the Engineer any defects in such work that render it
unsuitable for such proper execution and results.
2. The Owner may perform additional work related to the Project by himself or he may let
other contracts containing provisions similar to these. The Contractor will afford the other
Contractors who are parties to such contracts (or the Owner, if he is performing the
additional work himself), reasonable opportunity for the introduction and storage of
GC 19 of 26
AED - GPS/Surveying Equipment
and Associated Services
materiais and equipment and the execution of the work and shall properly connect and
coordinate his work with theirs.
3. If the performance of additional work by other Contractors or the Owner is not noted in
the Contract Documents prior to the execution of the Contract, written notice thereof shall
be given to the Contractor prior to starting any such additional work. If the Contractor
believes that the performance of such additional work by the Owner or others involves him
in additional expense or entitles him to an extension of the contract time, he may make a
claim therefor as provided in Sections GC-13 and GC-14.
GC-31. SUBCONTRACTING:
1. The Contractor may utilize the services of specialty Subcontractors on those parts of the
work which, under normal contracting practices, are performed by specialty
Subcontractors.
2. The Contractor shall not award work to Subcontractor(s), in excess of fifty (50%) percent of
the Contract Price, without prior written approval of the Owner.
3. The Contractor shall be fully responsible to the Owner for the acts and omissions of his
Subcontractors, and of persons either directly or indirectly employed by them, as he is for
the acts and omissions of person directly employed by him.
4. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative
to the work to bind the Subcontractors to the Contractor by the terms of the Contract
Documents insofar as applicable to the work of Subcontractors and to give the Contractor
the same power as regards terminating any subcontract that the Owner may exercise over
the Contractor under any provision of the Contract Documents.
5. Nothing contained in this Contract shall create any contractual relation between any
Subcontractor and the Owner.
GC-32. ENGINEER'S AUTHORITY:
1. The Engineer shall act as the Owner's representative during the construction period. He
shall decide questions which may arise as to quality and acceptability of materials
furnished and work performed. He shall interpret the intent of the Contract Documents in
a fair and unbiased manner. The Engineer will make visits to the site and determine if the
work is proceeding in accordance with the Contract Documents.
2. The Contractor will be held strictly to the intent of the Contract Documents in regard to the
quality of materials, workmanship and execution of the work. Inspections may be made at
the factory or fabrication plant or the source of material supply.
3. The Engineer will not be responsible for the construction means, controls, techniques,
GC 20 of 26
AED - GPS/Surveying Equipment
and Associated Services
sequences, procedures, or construction safety.
4. The Engineer shall promptly make decisions relative to interpretation of the Contract
Documents.
GC-33. LAND AND RIGHTS-OF-WAY:
1. The Owner will furnish all land and rights-of-way necessary for carrying out and for the
completion of the work to be performed pursuant to the Contract Documents. If all land
and rights-of-way are not obtained prior to the issuing of the Notice to Proceed, the
Contractor shall begin work upon lands and rights-of-way that have been acquired.
2. The Owner shall provide to the Contractor information which delineates and describes the
lands owned and rights-of-way acquired.
3. The Contractor shall provide at his own expense and without liability to the Owner any
additional land and access thereto that the Contractor may desire for temporary
construction facilities, or for storage of materials.
GC-34. GUARANTEE:
1. The Contractor shall guarantee all materials and equipment furnished and work performed
for a period of twenty-four (24) months from the date of substantial completion. The
Contractor warrants and guarantees for a period of twenty-four (24) months from the date
of substantial completion of the system that the completed system is free from all defects
due to faulty materials or workmanship and the Contractor shall promptly make such
corrections as may be necessary by reason of such defects including the repairs of any
damage to other parts of the system resulting from such defects. The Owner will give
notice of observed defects with reasonable promptness. In the event that the Contractor
should fail to make such repairs, adjustments or other work that may be necessary by such
defects, the Owner may do so and charge the Contractor the cost thereby incurred. The
Performance Bond shall remain in full force and effect though the guarantee period.
GC-35. TAXES:
1. The Contractor will pay all sales, consumer, use and other similar taxes required by the law
of the place where the work is performed.
GC-36. WORK ADJACENT TO RAILWAY OR OTHER PROPERTY:
1. Whenever the work embraced in this Contract is near the tracks, structures or buildings of
the Owner or of other railways, persons, or property, the work shall be so conducted as not
to interfere with the movement of trains or other operations of the railway, or, if in any
case such interference be necessary, the Contractor shall not proceed until he has first
GC 21 of 26
AED - GPS/Surveying Equipment
and Associated Services
obtained specific authority and directions therefore from the proper designated officer of
the Owner and has the approval of the Engineer.
GC-37. ORDER AND DISCIPLINE:
1. The Contractor shall at all times enforce strict discipline and good order among his
employees and any employee of the Contractor who shall appear to be incompetent,
disorderly or intemperate or in any other way disqualified for or unfaithful to the work
entrusted to him, shall be discharged immediately on the request of the Engineer and he
shall not again be employed on the work with the Engineer's written consent.
GC-38. SPECIAL RESTRICTIONS:
1. No work shall be allowed after the hours of darkness or on Sunday without permission of
the Owner.
GC-39. CONTRACTOR NOT TO HIRE EMPLOYEES OF THE OWNER:
1. The Contractor shall not employ or hire any of the employees of the Owner.
GC-40. RIGHTS-OF-WAY AND EASEMENTS:
1. The Owner will furnish all land and rights-of-way necessary for the carrying out of this
contract and the completion of the work herein contemplated and will use due diligence in
acquiring said land and rights-of-way as speedily as possible. But it is possible that all land
and rights-of-way may not be obtained as herein contemplated before construction begins,
in which event the Contractor shall begin his work upon such land and rights-of-way as the
Owner may have previously acquired and no claim for damages whatsoever will be allowed
by reason of the delay in obtaining the remaining lands and rights-of-way. Should the
Owner be prevented or enjoined from proceeding with the work or from authorizing its
prosecution, either before the commencement, by reason of any litigation or by reason of
its inability to procure any lands or rights-of-way for the said work, the Contractor shall not
be entitled to make or assert any claim for damage by reason of said delay or to withdraw
from the contract except by consent of the Owner; but time for completion of the work will
be extended to compensate for the time lost by such delay; such determination to be set
forth in writing and approved by the Owner.
2. The Contractor shall not perform any work outside the limits of the right-of-way or
easements. In addition, no equipment or material shall be placed outside these areas
without written permission of both the property owner and the Engineer. In the event that
the Contractor elects to utilize private property for any purpose connected with the
project, such as, but not limited to, staging areas, equipment and/or material storage or
simply as a convenience, he shall submit a written agreement to the Engineer containing
vital information such as limits of both area and time the property is to be utilized and a
description of the intended use. The agreement must be signed by both the property
GC 22 of 26
AED - GPS/Surveying Equipment
and Associated Services
owner and the Contractor and will be reviewed and recorded by the Engineer. Such
agreements must be submitted prior to the contractor's use of the property.
All buildings located on newly acquired R/W and/or easements shall be relocated by the
Contractor. Such buildings on existing R/W and/or easements shall be removed by the
owner or will become the property of the Contractor.
GC-41. ESTIMATE OF QUANTITIES:
1. The estimated quantities of work to be done and materials to be furnished under this
contract if shown in any of the documents including the bid are given only for use in
comparing bids and to indicate approximately the total amount of the contract and the
right is especially reserved except as herein otherwise specifically limited to increase or
diminish them as may be deemed reasonably necessary or desirable by the Owner to
complete the work contemplated by this contract and such increase or diminution shall in
no way vitiate this contract nor shall any such increase or diminution give cause for claims
or liability for damages.
GC-42. CONTRACTOR'S BREAKDOWN OF LUMP SUM PAYMENT ITEMS:
1. The Contractor shall, immediately after the contract has been awarded, submit to the
Engineer for his approval, a breakdown showing estimates of all costs apportioned to the
major elements of equipment, material and labor comprising the total work included under
any of the lump sum items shown in the proposal. These estimates as approved will serve
as the basis for estimating of payments due on all progress estimates.
GC-43. PRIOR USE BY OWNER:
1. Prior to completion of the work, the Owner may take over the operation and/or use of the
uncompleted project or portions thereof. Such prior use of the facilities by the Owner shall
not be deemed as acceptance of any work or relieve the Contractor from any of the
requirements of the Contract Documents.
GC-44. CLEANING UP:
1. The Contractor shall keep the premises free from the accumulation of waste material and
rubbish and upon completion of the work, prior to final acceptance of the completed
project by the Owner, he shall remove from the premises all rubbish, surplus materials,
implements, tools, etc., and leave his work in a clean condition, satisfactory to the
Engineer.
GC 23 of 26
AED - GPS/Surveying Equipment
and Associated Services
GC-45. SALVAGE MATERIALS:
All salvageable materials, such as drainage pipe, which require removing but not used on
this project, are to be removed from the Right-of-Way, as directed by the Engineer, and
recycled or properly disposed of per applicable local and state regulations. Augusta
Engineering reserves the right to request a copy of disposal documents for these materials.
GC-46. MAINTENANCE OF TRAFFIC:
1. In any work within the public right-of-way, the Contractor shall provide adequate warning
and protection for pedestrian and vehicular traffic from any hazard arising out of the
Contractor's operations and will be held responsible for any damage caused by negligence
on his part or by the improper placing of or failure to display danger signs and road
lanterns. All traffic lanes, sidewalks and driveways will be kept open and clear at all times
except as provided below. The Contractor shall not block traffic on any street more than
30 minutes or without written permission from such agency. Before leaving the work each
night, it shall be placed in such condition as to cause the least possible hazard therefrom.
Should the Contractor fail to comply with the provisions of this paragraph, the Owner may,
with his own forces, provide signs, flagmen, barricades and/or passageways or clear the
pavement and deduct the cost thereof from sums due to the Contractor.
The Contractor shall provide construction signs in accordance with requirements of
"Manual on Uniform Traffic Control Devices (MUTCD) for Streets and Highways"; current
edition with added supplements and provisions. The attention of the Contactor is
specifically directed to Subsection 107.09 of the Supplemental Specification-"Barricades
and Danger, Warning, and Detour Signs".
"The Contractor shall furnish, install, and maintain all necessary and required barricades,
signs, and other traffic control devices in accordance with these specifications, Project
Plans, Special Provisions, and MUTCD, and Take all necessary precautions for the
protection of the work and safety of the public." All temporary signs, barricades, flashing
lights, striping and any other traffic control devices required during construction of this
project shall meet all requirements of the MUTCD current addition, as directed by the
Engineer and be furnished by the Contractor with payment in accordance with Section 150.
The Contractor shall so conduct his operations that there will be a minimum of
interference with, or interruption of, traffic on the travelway. This applies to initial
installation and the continuing maintenance and operation of the facility. At least one-lane,
two-way, traffic shall be maintained at all times unless approved otherwise by the
Engineer. As a minimum, the Contractor must comply with MUTCD, current edition and
Georgia Standard 9102.
GC 24 of 26
AED - GPS/Surveying Equipment
and Associated Services
The Contractor shall provide all temporary traffic control devices needed to safely direct
traffic through the construction area. All temporary traffic control devices are to be placed
in accordance with Georgia Department of Transportation Standards and Specifications.
GC -47. FLAGGING:
Flaggers shall be provided as required to handle traffic, as specified in the Plans or Special
Provisions, and as required by the Engineer.
All Fla ers shall meet the requirement of part 6F of the MUTCD Current Edition and must
have received training and a certificate upon completion of the training from a Department
approved training program. Failure to provide certified Flaggers as required above shall be
reason for the Engineer suspending work involving the Flagger(s) until the Contractor
provides the certified Flagger(s).
Flaggers shall wear a fluorescent orange cap or hat, and a fluorescent orange vest, shirt, or
jacket, and shall use a Stop/slow paddle meeting the requirements of Section 6F-2 of the
MUTCD Current Edition for controlling traffic. The Stop/slow paddle shall have a shaft
length of seven (7) feet minimum. In addition to the stop/slow paddle, a Flagger may use a
24-inch square red/orange flag as an additional device to attract attention. For night work,
the vest shall have reflectorized stripes on front and back.
Signs for Flagger traffic control shall be placed in advance of the flagging operation in
accordance with the MUTCD Current Edition. In addition to the signs required by the
MUTCD, signs at regular intervals, warning of the presence of the Flagger shall be placed
beyond the point where traffic can reasonably be expected to stop under the most severe
conditions for that day's work.
GC-48. MAINTENANCE OF ACCESS:
1. The Contractor will be required to maintain access to business establishments during all
time they are open for business, to churches, schools and other institutions during the time
they are open and to all residential and other occupied buildings or facilities at all times.
Bridges across open trenches and work areas will be required to provide vehicular and
pedestrian access. Bridges with handrail protection will be required for crosswalks at
street intersections. It is recognized that it will be necessary to remove bridges and to
block cross traffic while equipment is in operation. The Contractor shall, however, plan
and pursue his operations so as to minimize the time that direct entrance is blocked.
GC -49. SPECIAL EVENTS:
When Special Events occur, such as the Augusta Masters Golf Tournament, all work shall be
safe up, shut down and maintained until the Engineer okays the resumption of work. No
project is exempt without the expressed approval of the Engineer. If these type work
GC 25 of 26
AED - GPS/Surveying Equipment
and Associated Services
stoppages impose a hardship, contract time wise, consideration will be given to extending
the contract time in an amount commensurate with the delay caused by such work
stoppages provided the Contractor has otherwise pursued the work diligently.
GC-50. SAFETY AND HEALTH REGULATIONS:
1. The Contractor shall comply with the Department of Labor Safety and Health Regulations
for construction promulgated under the Occupational and Health Act of 1970 (PL31-596)
and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91-54).
GC -51. WARRANTY:
Unless otherwise specified, all contract work is subject to a 24-month warranty. The 24-
month warranty is hereby modified to include the following: Any repairs, corrections or
modifications performed within the last six months of the original 24-month warranty shall
have the original 24-month warranty extended 180 calendar days past the date of such
repairs, corrections or modifications.
GC-52. PRECONSTRUCTION CONFERENCE:
1. A preconstruction conference shall be held at an acceptable time to the Owner and the
Contractor prior to the "Notice to Proceed" to coordinate the work and satisfy all
requirements of the Contract Documents.
GC 26 of 26
AED - GPS/Surveying Equipment
and Associated Services
Augusta, GA En�ineerin� Department
P Rt� POS
��
GPSiSurveyin� Equipmen#
and Associated Services
PROJ ECl' N U M BER: I�JCX-XX-�JtXX
� .
.. � . � . � .. . '.. � � . . . . . . . 9 � � � ..._. . _._. _.___ ........ ..._.. ...._ . .....
Pro rietar and Confidential
� '
�`�. Trirnble�
2.4.3 Approach and Scope
1. Duncan-Pamell wiil work with the AED staff to select an appropriate NGS CORS
approved base iocation central to the county. It will ideally be a pubiic buiiding constructed
of masonry and at least 15 years old. It wiil have a clear view of the sky above 10 degrees
off the horizon of the antenna location in all directions. The building ideally wil! be two
stories high and have power and intemet access.
2. DP1 will contract a local contractor or carpenter to secure the antenna mounting angle
iron bracket to the side of the building, A 2 inch threaded pipe will be welded to the angle
iron to aceept the antenna mount for north orientation and levefing. We will also contract an
electrician to set the ground wire.
3. DP{ wifi route the 100 ft antenna cable through the building to the receiver and Mire an
efectrician to instaii a grounding wire to #he cable. We will work with the city's IT dept to
connect to the NetR9 and configure the software to broadcast corrections and store data per
NGS specs. After sufficient data is logged, DPI will position the site via NGS OPUS in
addition to local monument ties as a check. Upon approval of the data, we will process all
paperworic and coordinate with NGS for station approval.
4. The NetR9 web interface is its own software for data storage, RTCM or CMR netcast,
security of access, monitoring, firmware updates over the web, powerup over the web and
generally managing the site and user access. No other entity would lay claim to the
software, and the city would dictate who would have access to the service. Access to
corrections would be by intemet only, as UHF radio data tink would only be good for 3-5
mi{es.
5. DP{ will provide 5 days training for the S3 robot and/or 5 days training for the R8 GNSS
rover as specified in Exhibits B and C. We could easily accomplish all training for 5 people
in 5 days if the city so desired. Mark White, PLS would conduct the training. The R8 GNSS
rover would require a data capable cell phone (tethering plan) or a Mifi card from Verizon or
Sprint suppfied by the city.
6. DP! woutd provide at least two years of priority support consisting of telephone (800-353-
7392), web page, (http://surv�ing-mapping duncan-earnell com/Technical-
Suot�ort.html?parentld=4&pushParent) vBooks, tip sheets, getting started guides, and
training manua{s. We also affer webex training on particular subjects and certain courses
are eligible for PDH credits. Trimbie provides telephone consultation and support via their
800-767-4822 and trimble_support �trimble.com emai! address.
7. A network subscription for 2 users for 4 years would not be required, as the base station
would serve the entire county if placed centrally. Alternatively, the SC Geodetic Survey
could add the site to its network with an MOU with the city. Doing so would allow a true
virtual reference station position for the users vs a singEe baseline solution with associated
- P1of9
AED - GPS/Surveying Equipment
and Associated Services
Pro rietar and Confidential
� '
p`��Trimble�
part per million errors. Two user subscriptions are $1200 per year for a total of $4800 for 4
years. SCGS charges the nominal fee to cover maintenance costs only. They are not a for
profit organization and are likewise a complete public entity. This would avoid taxpayer
conflict of interest lawsuits or appearance of private entities profiting from publicly
purchased equipment.
8. Trimble Access is a unique datacollection software in that it can provide a 2 way datalink
between the office and field via Trimble Access Services. It allows synchronization of data to
a 3 party secure server that is accessible from the office and field. Please see the attached
brochure. Although not quoted, the fee is $80/per rover per month billed in 12 month
increments. It will save at least a tank of gas per month and pay for itself!
9. Trimble Access will also allow truly integrated surveying between a VRS rover and a
robotic total station. You can instantly switch between the two and use the GPS to set resect
points that are immediately surveyed to set up the robot. It also allows an active map
interface of GIS and DXF files that can be layered and filtered.
P2of9
AED - GPS/Surveying Equipment
and Associated Services
c� DunG�n- r
�
i'� riell
12/16/2010
City of Augusta
530 Greene Street Room 605
Augusta, GA 30911
Duncan-Parnell and Trimble can provide the City of Augusta Engineering Department with a
completely stand-alone NGS-approved, fully autonomous GNSS reference station and network access
software that will be whollv owned bv the citv for the life of the svstem Its reach will encompass all of
Richmond county and will be free to use by the city from day one throughout its useful life. We will also
provide an extremely advanced, industry-leading magnetic drive robotic total station and network-driven
GNSS rover for use by the city's surveyors and technicians. We will provide 5 days of comprehensive
training for surveyors by a surveyor to ensure maximum effectiveness and productivity.
Duncan-Parnell is the authorized Trimble surveying and mapping products dealer in the
southeast. We offer complete sales, service, support, training, and rentals of Trimble GPS equipment
for surveying and mapping applications. Our Trimble Certified Trainers, Mark White, PLS, and Clay
Pate, PE each conduct over 25 training classes per year to both private and governmental entities. We
are a Trimble certified repair facility and offer cabling and hardware repairs. Mr Josh Ayers has over 7
years experience in repairing survey instruments and electronic components. We have a Trimble
salesperson dedicated to each state, each with over 8 years experience in commercial GNSS use and
Trimble products.
Today's electronic environment is getting more and more pervasive in all industry groups,
particularly for land measurement applications. Trimble is the industry leader in GPS equipment having
the largest R&D budget of all survey companies combined. They have more patents in GPS than any
other company and are the recognized industry leader for sunrey and mapping applications. Many
government and private agencies both statewide and nationwide use Trimble's equipment exclusively
for the above reasons, and because all of the system components are engineered and manufactured by
Trimble from start to finish. These agencies include the National Geodetic Survey, SC Geodetic Survey,
Santee Cooper, SCDOT, NCDOT, SCE&G, Duke Power, USACOE and many county and city public
works, planning, GIS, and utility districts throughout the southeast.
Surveying and Engineering as a profession is rapidly changing to accommodate global
coordinate systems in all stages of planning and design so that the final structure or survey can be
easily integrated into geographic information systems for management. GNSS is an integral tool that
allows this integration, and Duncan-Parnell has been recognized as one of the premiere dealers in the
country for Trimble.
Sincerely,
Chuck Drouillard
Phone: 843-747-6033 Toll Fxee: 800-849-7710 F'�: 843-744-8073 Internet: www.duncan-�arnell.com
3150 W. Montague Ave. N. Charleston, SC Zip 2p$18F �Tail: P.O. Box 61136 Zip 29419
AED - GPS/Surveying Equipment
and Associated Services
FEE PROPOSAL
I have read and understand the requirements of this invitation to Bid, Bid Item 10-200 and agree to
provide the required equipment and services in accordance with this bid and all attachments,
exhibits, etc. The proposed fee shall include all labor, material and equipment to provide the
services as outlined including communications devices, computer hardware and software, any
travel or per diem expenses and any other miscellaneous expense involved. The fee for
providing the required services and equipment is:
Item Qty Units Unit Price
GPS Surveying Base Station Unit Package -[see �+E"� ,� C�
Exhibit A for detail and rovide itemized rice 1 each !G&rV
PS Surveying Rover Unit Package- [see Exhibit � A��J �
B for detail and rovide itemized rice 1 each �C" !iv
" Robotic Total Station Package- [see Exhibit C ��
or detail and rovide itemized rice 1 each G
On Site Training for Survey Equipment and �� �
oftware u to 5 0 le for five da 1 Lum Sum
echnical Support and Assistance for �
E ui ment and Softwar 2 ears minimum 1 Lum Sum
Total: � �o �
EXHIBIT A
G.P.S. Surveying Base Station Item Price
1. GPS Base Station Receiver wlAntenna and Cabling Necessary
for Installation and capable of Tracking GPS and GLONASS
Carrier and Code Signals and Functionally Capable of Meeting 2O ��
Requirements for becoming a N.G.S. CORS.''* $ �%
2. Installation of Sase Station in Suitabie Location for becoming
a N.G.S. CORS., Including Mounting of Antenna per N.G.S '
CORS Specifications. $ �� U �
3. Base Station Software with Maintenance Support for Four Years $ ��D' � v
4. Access ta GPS Network with complete coverage of Richmond, �CLQ�'>S -�'D C�
County, Georgia for Two GPS Rover Units for Four Years- ,�(�U(' �gC $ �
�-u�t
5. Access to GPS Network with complete coverage of Richmond, ��Q� 5•�U � C�
County, Georgia for Two GPS Rover Units for Four Years � $
�yQ 5���
6. All Data Logging, Documentation, Filing and Work Necessary ���
to achieve and ensure N.G.S. CORS status $
*"It is Understood that AC Electric Power for the Base Station and a High-Speed Internet Connections are not
included.
P4 of 9
AED - GPS/Surveying Equipment
and Associated Services
EXHIBIT 8
G.P.S. Rcver unit Item Price
1. One GPS Rover Receiver and Antenna capable of �� ���
Tracking GPS and GLONASS Carrier and Code Signals $
2. Battery Charger with Two Batteries and all Necessary Cables. C�� $ l� G�t� �G� (Il G��(
3. Hard Case for Storage and Transport �,�/ $ � t�.�� � �� c�.U/8N
4. Hand Held Data Col{ector with Fie1d Software suitabie for GPS
and Conventional Surveying , Including all Necessary ����
Cables and Battery Charger - $
5. Office Software for Uploading/Download, Conversion and Processing
Of Data Gathered By or to be Used in Conjunction with t,�, � �� � 9 1 J�
Data Collector e � $ G�
�Cc� w
6. Office Software for Processing RTK and Post-Processing Raw GPS �� ��
Static Observation Data (Baseline and Network Processing) $
7. One Carbon Fiber or Composite (Light) Pole $ �UD
8. One Pole Bracket and Cradle Assembly $ J`
9. One Bipod, Thurnb Release $ l�
10. Five Fufl Days on On-Site Training @ 'A $ t�`-G��� _ 1 i� J�v�� ��
**It is Understood that AC Etectric Power for the Base Station and a High-Speed tnternet Connections are not
included.
��/���
[ ��_� �
o�J� 'r`a-� - G LUG�' c�-c� �`�" Wt�
�— Yc� �'r�' r �'`�
��T � � 2 � ►�-�. � ���� �
P5 of 9
AED - GPS/Surveying Equipment
and Associated Services
EXHIBIT C
Total Station Item Price
1. One 5" Robotic Total Station ��� (�� �-�
2. Battery Charger with Two Batteries and all Necessary Cables. e� $� J�G l v� � ���'
3. Hard Case for Storage and Transport �,+� $ tw.0 � V � ��. �
4. Hand Held Data Collector with Field Software suitable for GPS
and Conventional Surveying , Including ail Necessary
Cables and Battery Charger - �(� � � w�� ��,�Q� �
5. Office Software for Uploading/Download, Conversion and Processing
Of Data Gathered By or to be Used in Conjunction with ��
Data Collector $
6. One 360 Prism and Accessories, Cables and/or Radios Necessary r o e
for Fully Remote Surveying, Including a Hard Case for Prism/Kits �� $ � r� G`�t1 ���A `(,� '
7. One Telescopic Rod, 8 Foot Minimum $ �
8. One Pole Bracket and Cradle Assembly �� $ p..� �v Q `�f,Q, �
9. One Bipod, Thumb Release $ �-�
10. One Heavy Duty Tripod $ � �
11. Five Full Days on On-Site Training �`� $ ��� � 1�
�l� 'A� �`�.C�-�f'_ L �
Bid Submitted By: f � ��(p�
Narne: � \ �,� l l�-'� Printed: �.� ,
Address: _ � (� � � �'�-�" f� ( �jQ �t��
City/State/Zip Code: i " � �G� �J"� �"� CjC �- I � � �
Telephone: � �� ° t�� J� t� �- Fax: � �� � � �- " �� �
P6 of 9
AED - GPS/Surveying Equipment
and Associated Services
� QUOTATION
di������� Dec 15 2010
�roc�uci Soli�tions
o City of Augusta Engineering FRaM Chuck Drouillard
Bid 10-200 Duncan Parnel{, Inc.
3150 W Montague Ave
N Charleston, SC 29418
843-709-3784
chuckd � duncan-parnell.com
. � , .
NET 10 End of
56-056-1956 60 Da s Month
! . � - . . - .
_ NetR9 Ti-2 Reference Station with Zephyr Geodetic 2
Antenna. Web interface allows broadcast and storage
options; no additional software needed; purchaser controls �
all access for life of system, 2Gb Internal Memory, USB
1 97502-10 O tional $13,000 $13,000.00
$0.00
Subtotal $13,000.00
Sales Tax add applicable
7otal $13,000.00
1 Install Installation of Base Station $5,000 $5,000.00
1 EW NETR9 Trimble NetR9 one-year Extended warranty $900 $900.00
EWNETR9 - Trimble NetR9 one-year Extended warranty - Firmware
2 FW ONLY Only $360 $720.00
ccess o e o wi compe e coverage o
Richmond County for 4 Years - Not Required as you own
the system outright. Optional SCGS VRS Subscription at
1 SCVRS $4800 if statian is added to SCGS network $0 $0.00
1 CORS All Datalogging, documentation, filing for NGS CORS $500 $500.00
Total $20,120.00
P7 of 9
AED - GPS/Surveying Equipment
ciated Services
° i"�"'"�'"e�� Quotation
��0���� December 16, 2010
Chuck Drouillard
3150 West Montague Ave
North Charleston SC 29418
843-709-3784
Email: chuckd@duncan-parnell.com
Bill To: Ship To:
City of Augusta Engineering
Bid 10-200
. � �
56-056-1956 60 Days NET 30
� • �- . .
•
Trimble R8 GNSS RTK, VRS Rover Kit. L1, L2, L2C, L5,
1 R8301-50 Glonass, One Yr Warranty $16,465 $16,465.00
TSC2 Datalogger with Trimble Access. Includes GIS shp
1 TA-TSC2-1 file export, One Yr Warranty $3,375 $3,375.00
Office Software - Trimble Business Center Survey
Advanced. Post Processing, Network Adjustment, Quality
1 63610-00 Control, Editin , Ex ort $2,550 $2,550.00
1 43169-00 Carbon fibre ran e ole, aluminum bi od and carr ba $445 $445.00
1 56044-00 TSC2 acceso kit - ole bracket, cable $285 $285.00
1 47926-00 Case - Pouch for Cell Phone $30 $30.00
1 EWR8 Warranty- Trimble R8 Extended Warranty $875 $875.00
1 EWTSC2-TA Warranty- TSC2 with Trimble Access Extended Warranty $495 $495.00
Shipping $0.00
Subtotal $24,520.00
Sales Tax $0.00
Total $24,520.00
L,€LirYC�''� i ' � a . .
—��r���: � �c� ��e�� ���� ��;��m���� ���� �r ��r��dvs��� ��� 2i56�, ���-3��—����
n`= �Trim
�' b�E'- Autodesl�8 �f 9 sp
$� / eyin� Equ
Auth�rized �lalue Added k�se�:e� and Associated
��"�'��� Q U OTATI O N
� , ���� Dec 15 2010
F roduct Solut�of�s
o City of Augusta Engineering FROM Chuck Drouillard
Bid 10-200 Duncan Parnell, Inc.
3150 W Montague Ave
N Charleston, SC 29418
843-709-3784
chuckd�duncan-parnell.com
. � �
NET 10 End of
56-056-1956 60 Da s Month
• • � - . � .
r •
S3 5" Robotic with TSC2 Datalogger and Trimble Access - Includes 2
S3 Batts and Charger, 360 Prism, Case and Cables, 2 Year Warranty
1 SLSU-S35012 on S3, 1 Yr Warranty on TSC2 $22,250 $22,250.00
Trimble Business Center Standard - Quality Control Desktop software
1 63600-00 No Processin or Network Ad'ustment $445 $445.00
1 51003007 Trimble standard com osite telesco ic rod 2.6m $335 $335.00
1 5217-04-YEL SECO Bi od i
$145 $145.00
1 90550 TriMax Hea Du Tri od with lar e aluminum head $295 $295.00
1 EWTSC2-TA Warran - TSC2 with Trimble Access Extended Warrant $495 $495.00
Shipping $0.00
Subtotal $23,965.00
Sales Tax $0.00
Total $23,965.00
�
P9 of 9
AED - GPS/Surveying Equipment
' ted Services
Au�usta, GA Engineering Department
TECH N I�A
�
T1 _ N�►
SPECIFI�A O
GPS/Sur�reying Equipment
and Associated Ser�rices
PRO.I ECT N U M B E R: XX}t-�C�C-�4x�CX
� ���� ' �,. .; : _ .... . .....
yy, «
r � y �,".� ' .� � � � ' �" � ,, �. � . trrr �
-
,
� .
x » �� � � .. � . . ,
�, �, �
k� $ _`
i=
9.4 �, �,1 ,. . ,� ., .
� • • • � �
+�.k� � ,�'� � � � "� = . •
f ` �
F >i
� � � ,
i', , ..q� � ��- .� ?
5 . .� r�'p i.
}��� t
The Trimble` R8 GNSS Receiver seis the new standard for full-featured GNSS (Global Navigation
KEY FEATURES G Satel{ite System) receiver technotogy. This integrated system delivers unmatched power, accuracy
� �� and performance in a ruqged, compad unit.
AdvanCed Trimble R-Track fecftnoiagy ADVANCED TRIMBLE R-TRACK TECHNOLOGY enabling ultimate fiexibility for rover or
The Trimble R8 GNSS delivers the latest base operation. As a base station, the
Unmatched GN55 tracking performanee � adva�cements in R-Track'" technoloqy, internal NTRIP caster provides you with
designed to deliver reliable, precise positioning customized access' to base station corredions
lneludes T�im6fe Maxwell 5 chrp with Performance. In challenging areas for GNSS via the internet.
� surveying, such as tree cover or limited sky
220 channels Trimble's exciusive, Web UIT" eliminates travel
view, Trimble R-Track provides unmatched
tracking performance of GNSS satellite signals. requirements for routine monitoring of
Remate canfiguration and access base station receivers. Now you can assess
Trimble R-Track with Signal Prediction'" the health and status of base receivers and
Base and rover commur�ications options �ompensates for intermittent or marginal RTK perform remote configurations from the
to suit any apptication � corredion signals, enabling eutended precision office. Likewise, you can download post-
i
operation after an RTK signal is interrupted. processing data through Web UI and save
E additional trips out to the field.
} The new CMRx communications protocol
provides unprecedented correction ENABLING THE CONNECTED SITE
compression for optimized bandwidth and Pair the speed and accuracy of the Trimble
t full utilization all of the satellites in view, R8 GNSS receiver with flexibility and
; giving you the most reliable positioning collaboration tools of Trimble Access'"
! performance. software. Trimble Access brings field and
�._. ._,...�.�„ �
r ( Featuring the Trimble Maxwell'" 6 chip, the
office teams closer by enabling data sharing
''�� and co�laboration in a secure, web-based
Y �� i+� I E Trimble R8 GNSS advances the industry with
� � � more memory and more GNSS channels. enviro�ment. With optional streamlined
�� sx, workflows, Trimble Access further empowers
� � Trimble delivers business confidence with a
� surveyors and survey teams for success. Now
} sound GNSS investment for today and i�to
' the future. it is easier than ever to realize the potential
i of the Trimble Connected Site. Connecting
Broad GN55 Support the right toois, techniques, services and
� The Trimble R8 GNSS supports a wide range relationships enables surveying businesses to
f of satellite signals, induding GPS L2C and achieve more every day.
L5 and GLONA55 L1/L2 signals. M addition,
f Trimble is committed to the next generation
j of modernized GNSS configurations by i GalfleoCommercialAuthorizatfon
Receiver technology having Galileo capability to operate in the
� providing Galileo-compatible products GalileofrequentybandsandusinginformationfromtbeGalileo
system for future operational satellites is �estricted in the publicly
; available for customers well in advance of availableGalileoOpenService5ignal-In-SpacelMerfaceControl
� Document (GAL OS SIS ICD) and is rrot cwrentlyauthorized for
; Galileo system availability'' In support of commercia/use.
; Receiver technology that backs the GIOVE-Aand GIOVE-B ies[
, this plan, the new Trimble R8 GNSS is capable satelli[esusesinformationthatisunrestrictedinthepublicdomain
j oftrackingtheexperimentalGlOVE-Aand intheGIOVEA+BNavigation5ignals-In-SpacelnterfaceCOn[rol
� Document. Receivertetbnologyhaving developmental GIOVE-A
; GIOVE-B test satellitesforsignal evaluation andBCapabilityisintendedfoisignalevaluationandtestpurposes.
� � df1C� t25L PUf pOS25. . 2 For more information about Tiimble and GN55 modernization,
please visit Mttp:llwww,trimble.comisrv_new_era.shtml.
� FLEXIBLE SYSTEM DESIGN 3 Cellular modem required.
� The Trimble R8 GN55 receiver combines the
� most comprehensive feature set into an
� integrated and flexible system for demanding
i surveying applications. The Trimble R8 GN55 I �" . Trimble
j includes a built-in transmiUreceive UHF radio,
TECH SHEETS 1 of 14
a . � ' . ' : � a s =.
� � ° � p � �._ � � ' ,�� .�'� a . �'�,� t
� � � ,•,� ��d � �� -�-g� � ��`"�� �;�-'� �}'".
�
� , � ��_ ....._ .� , .. . . .... .. .,.� .�. .._. . , . .�_ ... w . _ _ u, . . �. . . » �,..Q �,. �...:`� �,� � �v . � ..
PERFORMANCE SPECIFICATIONS Shock and vibration . . . . . . . . . . . . . . . . .Tested and meets the tollowing
Measurements environmental standards:
• Trimble R-Track technology Shock ........ Non-operating: Designed to survive a 2 m(6.6 ft) pole
• Advanced Trimble Maxwell 6 Custom Survey GNSS chip with drop onto concrete. Operating: to 40 G, 10 msec, sawtooth
220 channels Vibration . . . . . . . . . . . . . . . . . . . . . . . . . . . . MIL-STD-810F, FIG.514.5G1
• High precision multiple correlator for GNSS pseudorange
measurements Electrical
• Unfiltered, unsmoothed pseudorange measurements data for low • Power 11 to 28 V DC external power input with over-voltage
noise, low multipath error, low time domain correlation and high protection on Port 1(7-pin Lemo)
dynamic response • Rechargeable, removable 7.4 V, 2.4 Ah Lithium-lon battery in internal
• Very low noise GNSS carrier phase measurements with <t mm battery compartme�t. Power consumption is 3.2 W, in RTK rover
precision in a 1 Hz bandwidth mode with internal radio. Operating times on internai battery:
• Signal-to-Noise ratios reported in dB-Hz - 450 MHz receive only option . . . . . . . . . . . . . . . . . . . . . . . . 5.8 hours'
• Proven Trimble low elevation tracking technology - 450 MHz receive/transmit option . . . . . . . . . . . . . . . . . . . . 3.7 hours
• Satellite signals tracked simultaneousiy: - GSM/GPRS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4.1 hours'
- GPS: L1UA, L2C, L2E (Trimble method for tracking L2P), L5 • Certification Class B Part 15, 22, 24 FCC certification, 850/1900 MHz.
- GLONASS: L1UA, L1P, L2UA (GLONASS M only), L2P Class 10 GSM/GPRS module. CE Mark approval, and C-tick approval
- SBAS: L1UA, L5
- Galileo GIOVE-A and GIOVE-B Communications and Data Storage
• 3-wire serial (7-pin Lemo) on Port 1. Full RS-232 serial on Port 2
Code differential GNSS positioning' (Dsub 9 pin)
Horizontal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0.25 m + 1 ppm RMS • Fully Integrated, fully sealed internal 450 MHz receiver/transmitter
Vertical . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0.50 m + 1 ppm RMS option:
WAAS differential positioning accuracy ........ typically <5 m 3DRMS - Transmit power: 0.5 W
Static and FastStatic GN55 surveying' - Range 3-S km typical / 10 km optimal
• Fully integrated, fully sealed internal GSM/GPRS option�
Horizontal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 mm + 0.1 ppm RMS . Fully integrated, fully sealed 2.4 GHz communications port
Vertical . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3.5 mm + 0.4 ppm RMS (Bluetooth�)9
Kinematic surveying' • Euterna► cellphone support for GSM/GPRS/CDPD modems for RTK and
Horizontal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 mm + 1 ppm RMS VRS operations
Vertical . . . . . . . . . . . . . . . . . . . . 20 mm + 1 ppm RMS
• Data storage on 57 MB internal memory: 40.7 days of raw
Initialization time typically <10 seconds observables (approx. 1.4 MB /Day), based on recording every
.........
Initialization reliability . . . . . . . . . . . . . . . . . . . . . . . . . . .typically >99.9% 15 seconds from an average of 14 satellites
• 1 Hz, 2 Hz, 5 Hz, 10 Hz, and 20 Hz positioning
HARDWARE • CMR+, CMRx, RTCM 2.1, RTCM 2.3, RTCM 3.0, RTCM 3.1 Input
Physical and Output
Dimensions (WxH) . . . . . . . . . . . . . . . . .19 cm x 11.2 cm (7.5 in x 4.4 in), • �6 NMEA outputs, GSOF, RT17 and RT27 outputs. Supports BINEX and
including connectors smoothed carrier
Weight . . . . . . . . .134 kg (2.95 Ib) with internal battery, internal radio,
standard UHF antenna.
3.70 kg (8.16 Ib) entire RTK rover including
batteries, range pole, controller and bracket
Temperature
Operating . . . . . . . . . . . . . . . . . . . . -40 °C to +65 °� �-4� °F to +149 ° F� 7 Accuracy and reliability may be wbjec[ to anomalies due to multipath, obstiuctions, satellite geometry,
Storage . . . . . . . . -40 C to +75 °� (-4� °F to +167 °F� and atmospheric tonditions. always follow recommended survey practices.
a
' ' � � ' ' ' ' ' ' ' ' ' ' 2 Depends on WAAS/EGNOS s}rstem performance.
Humidity .....................................100%,condensing 3/waybeaffenedbyatmosphericconditions,signalmultipath,obstruRionsand
Water/dustproof. .......... IP67 dust roof, rotected from tem ora satellitegeometry.
P P P rY 4 May be affected by atmospheric conditions, signal multipath, and safellire
immersion to depth of 1 m(3.28 ft) geometry Initializationieliabiliryiscontinuouslymonitoredtoensure
hiqhest qualiry.
� 5 Receiver will operete normally to 1!0 °4 inrernal batteries are iated to -10 °C. /♦�
6 Varies with terrain and operating conditions. I F
7 Varies with temperature. � �
� 2005-2009, Tiimb/e Navigation Limited. All rights reserved. Tiimble and Me Globe & Triang/e /ogo are trademarks 8 VafieT with tEmperaNre and wi/eleTS data �ate.
ofTrimble mavigation Limited, registered in the �nired States and in other countries. Access, m[egrated Surveying, 9 Bluetooth type approvals are rountry specific. �
Maxwe/l, F-Track Signa/ Prediction, Trimble Survey Contro//er, VFS and We6 UI are trademarks of Trimble Navigation Contact yrou� IoCal Trimble AUtho/lled DiStributlon Partnel
Limited. The Bluetooth word mark and logas are owned by the Bluetooth SIG, Inc. and any use of such marks by for more information. Q Bluetooth
Tnmble Navigation Limited is under license. All other trademarks are tAe property of their respective owners. �
PN 022543-0791(i 1/09) Spe[ifi[ations Subject to [hange witAout notiCe.
.. .. : . n,., .. � . ., , .. _
... �, � �j, . , .. . ... _ , .. , -., � . .. . , , ... . ,.- - , � , . _,_ .- .,-, -� .�, � .
-� - . „ . ,.r .,.�„' .
NORTN AMERICA EUROPE ASIA-PACIFIC
Trimble Engineering Trimble GmbH Trimble Navigation
& Construction Group Am Prime Parc 11 Singapore Pty Limited
5475 Kellenburger Road 65479 Raunheim • GERMANV 80 Marine Parade Road
Dayton, Ohio 45424-1099 • USA +49-6142-2100-0 Phone 1i22-06, Parkway Parade
800-538-7800 (Toll Free) +49-6142-2100-550 Fax Singapore 449269 • SINGAPORE
+1-937-245-5154 Phone +65-6348-2212 Phone
+7-937-233-9441 Fax +65-6348-2232 Fax
'� . Trimbte. ���
TRIMBLE AUTHORIZED DISTRIBUTION PARTNER TECH SHEETS 2 of 14 ��
www.trimble.com
_
�,, �
,
�t�*� r � � y ��;- � �
� ` , ,,t„ : {
�`� '
� � �
KEY FEATURES The Trimble NetR9 Global Navigation Satellite System (GNSS) reference receiver series consists
of full-feature, top-of-the-line receivers designed to provide network operators with maximum
features and functionality from a single receiver platform.
Proven GN55 technology from Trimble
Utilizing the proven Trimble R-Track'" to IP67 and MIL-STD 810F for environmental
technology in combination with two Trimble protection. When it comes to logging data for
440 channels for unmatched GNSS Maxwell"" 6 chipsets, the Trimble NetR9 any type of post-processing work, the Trimble
tracking performante reference receiver offers an industry-leading NetR9 reference receiver excels. And, with
440 channels for unmatched GN55 multi- an internal storage of eight gigabytes, along
constellation tracking performance. With the with support of external USB logging devices,
Bluetooth�, Ethernet, Serial and world's GNSS in constant development, the the Trimble NetR9 reference receiver offers
USB support Trimble NetR9 reference receiver provides the unparalleled storage capacity. In addition,
operator with the assurance that it has the the Trimble NetR9 reference receiver can log
capability to grow with the industry, both data at rates up to 50 Hz in a wide range
Large Capdtity internal memory plus today, and well into the future. of dissemination formats, including T02,
external U5B device logging capability RINEX, BINEX and Google Earth files. When
The Trimble NetR9 reference receiver supports these are factored together with FTP and
a wide range of satellite signals, induding Email Push technology, you can achieve an
Convenient front panel display GPS L1, L2, L5 and GLONASS L1/L2 signals. In uncompromised blend of functionality
and tonfiguration addition, Trimble is committed to the next and efficiency.
generation of modernized GNSS configurations
by providing Galileo-compatible products. The Trimble NetR9 reference receiver comes
Power over Ethernet (PoE) technology In support of this plan, the new Trimble NetR9 with powerful built-in remote management.
reference receiver is capabte of tracking Utilizing Internet Protocol (IP) as the primary
the experimental GIOVE-A and GIOVE-B communications mechanism, the familiar
Eight independent logging sessions test satellites for signal evaluation and test Trimble Infrastructure web user interface
purposes'•Z. provides full receiver status, configuretion,
Multiple data file formats The Trimble NetR9 reference receiver su o� firmware updates and data access, and
PP supports a variety of security levels and access
the new CMRx communications protocol, control. Furthermore, the receiver supports
which provides unprecedented correction Email Alerts so the o erator knows exactl
Integrated battery which can act P y
compression for optimized bandwidth and full What is taking place at the receiver. For simple
ds d primary power sourCe or as utilization of all satellites in view. This gives hands-on configuration, the Trimble NetR9
an uninterrupted power supply you the most reliable positioning performance. reference receiver offers a seven-button, two-
(UPS) backup line display and status information so that
The Trimble NetR9 reterence receiver's compact
form factor, low power consumption and performing in-field configuration is pradically
powerful network capabilities make for an effortless. Best of all, no handhelds are
Powerful remote configuration required to get this job done.
ideal combination supporting a wide range of
dnd dtcess applications. A few specific examples include Available in three configurations, including the
high-accuracy positioning as part of a Trimble NetR9 Ti-1 (full feature), along with the Ti-2
VRST"' network, as a mobile field base station and Ti-3 (both are fully upgradable), the NetR9
for Real-Time Kinematic (RTK) applications, provides the most flexible receiver platform
for atmospheric research, as a Continuously offered to date. And, with the NetR9 receiver
Opereting Reference Station (CORS), as a platform's robust functionality, you can trust
field campaign receiver for post-processing Trimble to provide the very latest technology
applications, and as 5upport for Differential in the GNSS industry to help position your way
�� Global Positioning System (DGPS) MSK beacons. into the future.
�,� In addition, the Trimble NetR9 reference
. �`^- ; 7. Galileo Commercial Auffiorizatim:
� receiver can also be used for monitorin the
� - g Receiver technology baving Galileo capability to operate in ffie
°� �, integrity of VRS networks as well as physical Galileo frequenry bands and using information from ffie Galileo
��z.: "�" system for future operational satellites is restricfed in the publidy
infrastructuresuchasoilplatforms,mines, availableGalileoOpenService5ignal-In-SpacelnteAaceCOntrol
�" dams, bridges, or other natural and manmade Document(GAL OSSISICD)and requires mmmercialauthorization
ob'ectswhen fE?CI52Cl2fOffTlatlOf115CfUCIaI. foruse.ReceivertechnoloqyMattrackstheGlOVEAandGIOVE-B
� �� � P test satellites uses intormation that is unrestricted in the public
�. domain in the GIOVE A+B Navigation Signals-In-Space Interface
=� The rugged Trimble NetR9 reference receiver Control Dotument Receiver tecbnologyhaving developmentdl
is a to -notch device that offers the latest in GIOVE-Aand6 capabilityis intended forsignalevaluationand
P test purposes.
GNSS technology. It has physical memory built z.FOrmoreinformationaboutTrimWeandGNSSmodernization,
into the circuit board, providing a high level v�ease visithtt�o:ll�wwatrimble.comisrv new era.shtml.
of data protection, an integrated battery for
up to 15 hours of opereting time and is tested I �' . Trimble �
TECH SHEETS 3 of 14 �
'�7=[�l f� [�1_� i [�7,F�
SAT�LLITE TRACKING COMMUNICATION
• Two advanced Trimble Maxwell 6 GNSS chipsets for a total of • Serial Ports
440 channels - One D9 Male, EIA-574 RS-232N.24 Full 9 wire serial `
• Trimble EVEREST" multipath signai rejection - One Lemo 7 pin Oshell, 3 wire serial with power input, 1 PPS
• Trimble R-Track° technology output and event input
• High precision multiple correlator for GN55 pseudorange - One Mini B USB 5 pin; supports Device and Host
measurements ' ` ' mode operations
• Unfiltered, unsmoothed pseudorange measurements data for low • Bluetooth' '
noise, low multipath error, low time domain correlation and high - Integrated 2.4 GHz Bluetooth; supports 3 simultaneous
dynamic response . ; connections
`• Very low noise GN55 carrier phase measurements with <1 mm • Ethernet
precision in a 1 Hz bandwidth - Integrated R145 jack
-• Signal-to-noise ratios reported in dB-Hz - Full-duplex, auto-negotiate 100Base-T
'• Proven Trimble Jow elevation tracking technology - Power over Ethernet (PoE) support with a Class 3 PoE supply
• Current satellite signals tracked simultaneously: - H1TP, HTTPS, TCP/IP, UDP, FTP, NTRIP Caster, NTRIP Server, NTRIP Clierrt
- GPS: L1 UA, L2C, L2E (Trimble method for tracking L2P), L5 , - Proxy server support
- GLONA55: L1 C1A and unencrypted P code, L2 UAZ and - Routing table support
unencrypted P code - NTP Server, NTP Client support
- Galileo GIOVE-A and GIOVE-B - UPnP and Zeroconf support
- SBAS: U UA, L5 supporting WAAS, EGNOS and MSAS `- Email Alerts and File Push >
- L-Band OmniSTAR VBS, HP and XP :
. DATA LOGGING
POSITIONING PERFORMANCE Storage Capacity
`. Code Differential GNSS Positioning , Onboard memory . . : . . . . . . : . . : . . . : . . . . . . . .'. . . . . . : . : . .8 GB
Horizontal . . . . . . . . . . . . . . : : . . . . . . . . . . . . . . 0.25 m + 1 ppm RMS ` External memorye . . . . .`. . . . . . . . . : : . . . . . . . : .greater than 1 TB
. . : . 0.50 m + 1 ppm RMS ' Maximum logging rate . . . : . . . . . . . . . . : . . . : . . . 50 Hz
Vertical :..:........:...:....:.:.... ...:......
WAAS differential positioning accuracy'. . . . typically <5 m 3DRMS File durations . : . . . . . : . . . . . . . . . . . . . . . . 5 minutes to continuous
' ` Storage sessions . . . . . . . . . . . . . . . . . . : . .8 concurrent independent
Static GNSS Surveying - sessions with dedicated memory pooling and ring buffers
". Baseline <30 km . ; ° - File formats : . . . . . . . . . . . . . . .T02, RINEX v2.11, RINEX v3.0, BINEX,
Ho ri zo nta l . . . . . : : . . .
. : . . . . .'. . . : . . . . . . .3 mm + 0.1 ppm RM5 ; . Google Earth KMZ ,
, VerticaL . . . . . . . . . . . . . : . . . . . . . . . . . . . . .4 mm + 0.4 ppm RM5 ` File naming options. . . . : . . . . . . : . : . . : . . . . . . : . . . . . . . . .multiple
` Baseline >30 km , Data retrieval and transfer . . . : . . . . . . . . . . . HTTP, FTP Server, USB,
Horizontal . : . . : . . . . . . . . . . . . . . . . . . . . . . . . 4 mm + 0 ppm RM5 : , _ FTP Push and Email Push
Vertical . . . . . . : . . : . . . . . . . . . . : . . . . . . : . . . . 9 mm + O ppm RMS Events . . . . . . . . . . . . . . . . . . . .`. definable file protection on events . ,
< . - : _.
Real Time Kinematic 5urveying3•5 PHYSICAL SPECIFICATIONS ` `
Single Baseline <30 km
Horizontal . . . . . . : . . . . . . . . : . . . . . . : . . . . . . 8 mm + 1 ppm RMS Dimensions (L x W x H) . . . . . . . . . . . . . 26.5 cm x 13.0 cm x 5.5 cm
..... 15 mm + 1 ppm RMS . ' :. (10 43 in x 5.12 in x 2.16 in)
Vertical. . ..... .. .. .. ... . .... ` We�ght : . ... .. .. . .... .. .. . .. 1J5 kg (3.85 Ib)
Networked RTK
Horizontal : . . . . . . . . . . . . . : . . . . . : . . . : : .S mm + 0.5 ppm RM5 �NPUT/OUTPUT FORMATS
Vertical. . : : . . . . . . . . . . . . . . . .15 mm + 0.5 ppm RMS - :
Initialization time. : : . . . : : icall <10 seconds • Correction Formats:
'�� y o `- CMR, CMR+, CMRx, RTCM 2.1, RTCM 2.2, RTCM 2.3,
Initialization reliability . . . . . : . . . . . . : . . . . . typically >99.9 /o
, RTCM 3.0, RTCM 3.1 ;: . ' ,
� ; : ; : Observables: '; , . ` ,`
�� � � - RT77, RT27, BINEX, RTCM 3.x
-�,, r < '� • Position/Status I/O:
�'��e� `� > ' � - NMEA-0183 v2.30, GSOF
`� 3 `��� �'� • Up to 50 Hz Output
` �� � 'c � � � ` • 70 MHz Extemal Prequency Input
� �
�`��" �"�;; _ � � �� : - Normal input level 0 to +13 dBm
„ �� � , �F- • ° �'
•- � � �' ; :��.� �_� � - Maximum inputlevel +17 dBm, t35 V DC `
?; . -.
— - Input impedance 50 Ohms � 10 MHz; DC blocked .,
' • 1 PPS Output `
_ � _ • Event Input
� �' �-� �`` • MetlTilt Sensor Support "
_
n; „
,Y'3� p,...���� _ �; ,
..�i ,xt . . . . � .,
� O � � x
�
n - ^
, xi. ... .. .
�.' � <: �
� i�."�� � �� �~ =9 xe '
� . . , .•
TECH SHfETS 4 of'14
_� '
� � �
ENYIRONMENT ` ELECTRICAL
Rated to . . : : . . . . . . . . . . . . .'. . . . . . .`: . . . : .IP67 antl MIL-STD 810F ' • Power over Ethernet (PoE) 802.3af; requires a Class 3 PoE supply
Operating temperature ..,;,.-40 °C to +65 °C (-40 °F to+149 °F) • 9.5 V DC to 28 V DC,input on Lemo port
Storage temperature . . . . . . : . . -40 °C to +80 °C (-40 °F to +176 °F) - User-configurable power-on voitage , '
Humidity. >; , , , , , , ; ; , , , , , , ,', , , , , ,', . , , , , ; , ` , ,100% condensing ` - User-configurable power-down voltage �
Shock . . . . . . . . . . . : : : . . . . : . . . Survival: Non'-operating 75 g, 6 mS; • Integrated internalbatteryJ.4 V, 7800 mA-hr, Li-lon; 15 hours of ''
Operating: to 25 g, 10 ms, sawtooth; ; continuous operation, dependent on user settings
designed to survive a 1 m drop onto hard surface • Internal battery operates as.a UPS in the event of power
Vibration. .' . . . . . . . : . . . . .Operating: 7.5 Hz to 350 Hz 0.015 gz/Hz, source outage
350 Hz to 500 Hz 0.006 gz/Hz -6dB/Octave; • Seamless switching between external/internal' power sources
Non-Operating: 10 Hz to 300 Hz 0.04 g • Intemal battery will charge from external power source when
300 Hz to t000 Hz -6 dB/Octave input voltage is >12 V DC
Ingress protection ...... tested to IP67; waterproof for temporary • Integrated charging circuitry '
immersion to a depth of 1 m(3Z8 ft); dustproof • Power consumption 3.8 W nominal, dependent on user settings
. USER INTERFACE ' REGULATORY COMPLIANCE
• Fro�t Panef Display ` • RoHS
- 2-1ine x 16-character vacuum fluorescent display • China RaHS '
- Advancedpower saving modes • PCC Part 15.247 FCC certifications .
- Escape and Enter key for menu navigation • Class B Device FCC Part 15 and ICES-003 compliance
- 4 arrow-keys (up, down, left and right) for scrolling and • RSS-310 and RS5-2101ndustry Canada compliance ,
tlata entry • CE mark compliance
- Power button and indication LED ` • C-Tick mark compliance
• Web User Interface' • UN ST/SG/AC.10.11/Rev. 3, Amend. 1(Li-lon battery}
- Secure • UN ST/SG/AC.10/27/Add. 2(Li-1on battery)
- Allows remote configuration, data retrieval and firmware updates • WEEE
• Programmatic Interface
- Allows for open, non-proprietary access, control and configuration
ANTENNA SUPPORT
Output voltage . . . . : . . . . . . : : . . . . . . . . . . . . . . . . 5.0 V DC nominal
Maximum output current . . . : . . . . . _ .. . . . . . : . . . . . . .". . ., 150 mA
Maximum cable loss. . . . . i . . . . . . . . . . . . : . . . . . : . . . . . . . . . . 12 d6 '
Recommended antennas. . . . . . . . . . . . Trimble Zephyr Geodetic'" 2,
Trimble GN55 Choke Ring
�� 7 NeM9availa6le in ffiree configurations T'r1, Ti-2 and Ti-3.. :Spxificallons shown reflect full featutes and
SECURITY � apabilityofTi-lmodeL PleaseconsultyourlocaldisVibutorforadditionalJnformallon.
. . . .. . 2 LI UA on �GLONASS-M sate/lites � - . .. . .
• OpLIO�TaI HTTP IOglll � ' 3 Accuracy may be su6%ect to degradallon by Mulfipath interference, o6structions, satellite geometry and
atrnospAeiic ronditionx Always follow iecommended survey p�adices.
• H�PS � �� 4 Dependron WAAS/EGNOS rys[em�perfo�mance.
• R@8�-tICTI@ Stf2d�1'1 �8Ut�1efltlCatl011 �. � 5 NeUt9limited to 1,000 m R7K baseline lengih. �.: ��., ��.�
� � � ��� �� 6 Nelworked NTK PPM values are referenced to ffie.closest physical base station. ` �
• Pf0g�8fTT(IIdtIC II1tEFf8C2�2UtF12ntIC8tl0�) '�7Bluetooth:rypeapprovaBarecounfryspecHic..Contactyrourlocalautl�orizedTrimbledisbibutionpaKner
� � � for more information. : . � �. .. - - .: �. . �. �: : �.
• NTR�P . 8 USB�device minimum recommended�spxification mustsupport USB 2.0 Hi-Speed with a�minimum wrltz
� speed of 6 Mbps. Solidstate drivet�rxommended for optimal performan�e. � .
� .? 9 The intemaf battery wiN opeiate from -20 °C�.to +50 Y(-4 �°F ro +122 °F). �..The intema/ tiattery cbarger
-�. will operate from.0�'C to�40 °C(31 °F M 104 °f).: �` �
�:
�I, #; °
z=
�°
� � . - �.
. g; � :
; . ` �� � : �" �`:^.,,� ,. ..'.. . ,.,. , . .'_ •.s
e
� �;. '� .. ' � � �,
r;
�� �`Y���'�' �r,
+� � , -'°"` P" ,zir� 2�
' ;� � �. �
a .
�
.
�� a. .�` ,- �
. �
y
t �
.
. ,,, � � °�.� � . . . , . � , _ ..
�
� i��. . ,
. , �
` � -.... . + �
r �<.. ��
? •
, °
� , . .... . �t
;,.t ' ,
.., .�.�, �,_ �:
TECH SHEETS 5 of 14 �;�
�;
Y ..v'e' .,.'�,'C"R*;°'e15.'4.�Tr +.:.-�,9fi• . , a..F "',z,�4't."Y`"'y°"' �'n'pp'°y°K?F,'x�'�rc �:A�r+�
.�:ua, ^a,�,' '
� .'u. , r.^.'e'm' ,
,, a�. s .� 5^�^es rc•n .•.i2 ±rr�wY' :R °c+eK"4�C
. , � . �A`P r'." �?' .
{ .
E _ :
�
�'
� : . ��� �
(
: _ , �..
1 , ��. � ��� � � _: �� � �
�
� � �
�
� � ` " �
f
i
`
, _
� ° -
;
, '
�
�
# ; . . _
i
� _
, . CEt'i :
I
� � O 2010, TilmMe NaNgatlon LfmlMd. All rlgA4 ieselved h1mWe and the Gla6e 9 Trlangle bgo ue bademarks ofTdmble NaWgadon Lfmlted reglstered fn tlx ' Q. B'uetOO���'
� � United States and In other counbles. EVEREST, Mavwel4 Netq$ F-TYack, VRS snd Zephyr Geodet/c arc trademarks of hlmWe NavfgaNOn Cimtted The Biuetootli � �
t �� wo,d mark and lagas are owned by the Bluetooth SIG, Ix and any use o/wch marks byTilmble NaNgaLon Umlted As untler N�enze. All otl�ei bademarks are � ►
'.,. � Me property of thNr rspecqve ownevx PN 022506-728A (O7/10) . . . . . . .
i
NORTH & SOUTH AMERICA EUROPE, MIDDLE EAST ASIA•PACIFIC
Trimble Infrastructure Division & AFRICA Nimble Navigation
, 10355 Westmoor Drive, Suite 100 Trimble Germany GmbH Singapore Pty Limited
Westminster, CO 80021 • USA Am Prime Parc i t 80 Marine Parade Road
800-480-0510 (Toll Free) 65479 Raunheim • GERMANY #22-06, Parkway Parade
+1 720-887-6100 Phone +49-6142-2100-0 Phone Singapore 449269 • SINGAPORE
+1 72�-887-6101 Fax +49-6142-2100-550 Fax +65-6348-2212 Phone
+65-6348-2232 Fax
� �� . Trimble.
� TECH SI�ETS 6 of 14
TRIMBLf AUTHOR/ZED DISTR/BUTION PARTNER
WWW.tI'1fl1�I@.00111
� ,�'.' � ; �� ��,� :���+ I .
� : ��
f �+ � �; �
� � rt � � f �,
� � � � �J���� � � � ' �
�``"� �
� . � � �- �� �
. � � �� : „ � �
�M
� ,��.
P ,. 2 � . '� f, .� C
„.n s ' .. . . . . ..
, , .. �.. , . � � . �
� r � h
�
. �. ,..� .: ......._ .. .:: t ...� '. �. > . '.� , . . s e , _ .,. �., . . . . . .. . . . �. . . . . '� ' . ' ., f '.: 1" .?'?1:.... � : �"
KEY FEATURES EVERYTHING YOU NEED FOR EFFICIENT COAXIAL OPTICS, EDM, TRACKER, LASER POINTER
SURVEYING CAMPAIGNS The Trimble S3 Total Station optics by Carl
All you need to perform efficient surveying Zeiss are fully coaxial for measurement
Everything you need to perform efficient �ampaigns is included in the Trimble� 53 confidence and reliability. With over 100
surveytrtg job� Robotic Total Station solution: An accurate years ot high accuracy optical instrument
and reliable instrument, integrated robotic knowledge and expertise, Trimble builds
radio and popular Trimble TSC2�controller the Trimble S3 system with the same high
Built on proven, r�liabte, Trimble with your choice of field software, integrated standards of quality that Trimble is known for.
technology high capacity battery and dual charger, and
prism. The Trimble TSC2 controller, included in HIGH CAPACITY INTERNAL BATTERY WITH
the robotic solution, is one of the most trusted INTELLiGENT SYSTEM CHARGER
Dependability backed by world-c{ass and reliable data controllers and works with
The Trimble S3 runs for six hours in Robotic
training, service, and support your choice of Trimble field software: Trimble mode on one internal integrated lithium-
Access'", Trimble Survey Control�er'", Trimble ion battery, with no cable needed. With
Foundatiatt for Integrated Surveying Survey Manager'". intelligent batteries, you can immediately
check how much power each battery contains.
The new Trimble 53 Total Station is backed The convenient, all-in-one battery charger
by Trimble's extensive and knowledgeable included in the Trimble S3 package, allows you
dealer network providing world-class training, to simultaneously recharge your total station
service, and support to maintain your and GPS/GNSS system batteries in the same
I pro�uctivity. Whether you need to equip a charger.
' new survey crew, replace older gear, or start a
� new office, the Trimble S3 Tota� Station can be SERVO AND AUTOLOCK
depended on to get the job done well. The Trimble S3 Total Stations are also
i
� available in servo or autolock only versions.
i PROVEN, RELIABLE TRIMBLE TECHNOLOGY The Trimble S3 Servo and Autolock versions
f The Trimble 53 Total Station is built upon contain a fixed Control Unit with Survey
i proven Trimble technologies. The instrument Controller on board for convenient, simple
contains the reliable servo drives based on operation in any environment.
MagDrive'" electro-magnetic technology with
fewer moving parts which reduce servicing STEPPING INTO INTEGRATED SURVEYING
requirements. It also includes intelligent The Trimble 53 Total Station provides the
battery and power management systems for foundation for Trimble's Integrated Surveying'"
6 hours of operation on a single battery, and solutions. With Integrated Surveying, you
�; :., r_ �` � Trimble DR technology providing exceptional �an seamlessly integrate complementary
�,�k�� ° measurement performance and acwracy. technologies on the job site, such as Trimble
� GPS/GN55 and optical measurements, which
TRIMBLE DR TECHNOIOGY allows ou to use the most a
'�` I Direct Reflex (DR) technology from Trimble y ppropriate tool for
;� the jobsite conditions. Trimble's fieid and office
� enables measurement without a prism
software combine and manage all the data,
;;,; �t� on almort any type of surface. Operators making it easy to take advantage of the best
�v �;', in the field can capture information on
� � that each technology has to offec Combine
�° hard-to-reach targets in dangerous/unsafe the Trimble S3 with Trimble's GN55 receivers to
i locations. Measure quickly and safely without �reate a Trimble I.S. Rover and start reaping the
� compromising accuracy. Overhead cables, productivity gains from Integrated Surveying.
�a tunnels, bridges, quarry faces, stockpiles,
�" �."�' buildings, and elevations can all be measured For more information about the benefits of
� � quickly, easily, and safely.
Trimble's Integrated Surveying, check out the
j technical white paper at www.trimble.com/
i Integrated5urveyingWP.
�`� . Trimble. �
TECH SHEETS 7 of 14 �.�°j�
�
�� Y
$� �1<b� - _ q 4.
� � �� is €�' ° � 4
��„°�;�' _ ;� :
;
�.
,
, ., ,
�, o ,. - � , � _
� : .. '
_ . . . ° ��� �
.
��.._ .� H. ,.. ., _� _ �.. _. _.. ,___ �_.. �. �..__ _ __ �., . ._ . m. _ '_ _�s �,�__... ��,_.,€_
PERPORMANCE GENERAL SPECIFICATIONS
Angie measurement Leveling
Accuracy (Standard deviation based on DIN 18723) . . . . . .2" (0.6 mgon) Circular level in tribrach . . . . . . . . . . . . . . . . . . . . .8'/2 mm (8'/0.007 ft)
5" (1.5 mgon) Electronic 2-axis level in the LC-disp►ay
Angle reading (least count) with a resolution of . . . . . . . . . . . . . . . . . . . . . . . . . . 03" (0.1 mgo�)
Standard .......................................1"(03mgon) Servosystem.................MagDriveservotechnology,integrated
Tracking . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .2" (0.6 mgon) servo/angle sensor electromagnetic direct drive
Averaged observations . ... . . . . . . . . . . .. . .. . .... 0.1" (0.03 mgon) Rotation speed. . . . . . . . . . . . . . . . .. . . . . . . ... . . . . . . . . 86 degrees/sec
Automatic level compensator Rotation time Face 1 to Face 2 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3.2 sec
Type .......................................Centered dual-axis Positioning speed........................................3.2 sec
Accuracy . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0.5" (0.15 mgon) Clamps and slow motions . . . . . . . Servo-driven, endless fine adjustment
Range . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .5' (t100 mgon) Centering
Distance measurement Centering system . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Trimble 3-pin
Accuracy (RMSE) Optical plummet . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .In Tribrach
Prism mode Magnitication/shortest
Standard . . . . . . . . . . . . . . . . . . . 2 mm + 2 ppm (0.0065 ft + 2 ppm) focusing distance . . . . . . . . .23x/0.5 m to infinity (1.6 ft to infinity)
Standard deviation according Telescope
to IS017123-4 . . . . . . . . . . 1 mm + 2 ppm (0.0049 ft + 2 ppm) Magnitication . . . . . . . . . . . . . . . . . . . . . . . . . . . 30x
................
Trac ing . . . . . . . . . . . . . . . . . . 5 mm + 2 ppm (0.016 ft + 2 ppm) Aperture . . . . . . . . . . . . . . . . . 40 mm (1.57 in)
DR mode ....................
Field of view at 100 m(328 ft) ...... 2.6 m at 100 m(8.5 ft at 328 ft)
Standard measurement. . . . . . . . . 3 mm + 2 ppm (0.01 ft + 2 ppm) Shortest focusing distance . . . . . . . . . . . . . . .1.5 m (4.92 ft to infinity)
Tracki�g . . . . . . . . . . . . . . . . . . . 10 mm + 2 ppm (0.032 ft + 2 ppm) Illuminated crosshair . . . . . . . . . . . . . . . . . . . . . . . . . Variable (10 steps)
Measuring time Tracklight built in . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Standard
Prism mode Operating temperature. . . . . . . . . . . -20 °C to +50 °C (� °F to +122 °F)
Standard ............................................ 2 sec Dustand waterproofing....................................IP55
Tracking . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0.4 sec Power suPP�Y
DR mode Internal battery ......... Rechargeable Li-lon battery 11.1 V, 4.4 Ah
Standard . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .3-15 sec Operating time
Tracking . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0.4 sec One internal battery . . . . . . . . . . . . . . . . . . . . . . . . . Approx. 6 hours
Range (under standard clear conditions'• Weight
Prism mode Instrument (Servo & Autolock) . . . . . . . . . . . . . . . . . . . 5.6 kg (12.35 Ib)
1 prism . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .2,500 m (8,202 ft) Instrument (Robotic) . . . . . . . . . . . . . . . . . . . . . . . . . . 5.25 kg (11.57 Ib)
3 prism . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .5,000 m (16,404 ft) Tribrach. . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . 0.7 kg (1.54 Ib)
Shortest possible range . . . . . . . . . . . . .. . . . . . . . . . . .0.2 m (0.65 ft) Internal batte
DR mo e ry . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .0.35 kg (0.77 ib)
Trunnion axis height . . . . . . . . . . . . . . . . . . . . . . . . . . . . 196 mm (7.71 in)
Good Normal Difficult Communication . . . . .. ..... .. . . . . . . . . . . . . . . . . . . . . . . . . .U56, Serial
White Card (90% reflective) >400 m 400 m 200 m ROBOTIC SURVEYING
(>1,312 ft) (1,312 ft) (656 ft) Robotic RangeZ
Gray Card (18% reflective) >250 m 250 m 150 m Passive prisms . . . . . . . . . . . . . . . . . . . . . . . . . 300-500 m (984-1,640 ft)
(>820 ft) (820 ft) (492 ft) Shortest search distance . . . . . . . . . . . . . . . . . . . . . . . . . . . .0.2 m (0.65 ft)
Reflective foil 20 mm . . . . . . . . . . . . . . . . . . . . . . . .>200 m (656 ft) TYPe of radio internal/external. . . . . . . . . . .2.4 GHz frequency-hopping,
Reflective foil 60 mm . . . . . . . . . . . . . . . . . . . . . . >500 m (1,640 ft) spread-spectrum radios
Shortest possible range . . . . . . . . . . . . . . . . . . . . . . . .1.5 m (4.9 ft) Search time (typical) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .2-10 sec
EDM SPECIFICATIONS SERVO & AUTOLOCK CONTROL PANEL
Light source . . . . . . . . . Laser diode 660 nm; Laser class 1 in Prism mode, Display. . . . . . . . . . . .QVGA,16 bit color, TfT LCD, backlit (320u240 pixel)
Laser class 3R in DR mode Keyboard . . . . . . . . . . . . . . . . .19-key alpha-numeric + 4-way arrow key,
Laser pointer coaxial (standard) . . . . . . . . . . . . . . . . . . . . . . Laser class 3R dedicated navigation and instrument control key(s)
Beam divergence Prism mode Audio . . . . . . . . . . . . . . . . . Integrated speaker for audio systems events,
Horizontal . . . . . : . . . . . . . . . . . . . . . . . . . . . 4 cm/100 m (0.13 ft/328 ft) warnings and notifications
Vertical . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 cm/100 m (0.13 ft/328 ft) Operating system. . . . . . . . . . . . . . . . . . . . . . Windows Embedded CE 6.0
Beam divergence DR mode Memory . . . . . . . . . . . . . . . . . . . . .128 MB SDRAM, 128 MB Flash Memory
Horizontal . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 cm/50 m (0.066 ft/164 ft) Processor. . . . . . . . . . . . . . . . . . .624 MHz Marvell ARM920T-PXA300 CPU
Vertical . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 cm/50 m (0.066 ft/164 ft)
Atmospheric correction . . . . . . , . . . .-130 ppm to 160 ppm continuously
7 Standard dear: No haze. Overcast or modeiate sunlight. with very light .;,. .. .
heat shimmer.
2 Range and accuracy depend on atmospheric conditions, size of piisms � �
and backgiound radiation. � •'°"' �
3 Kodak Gray Card, Catalog number E7527795. ���'.,�
O I009-1010, Trimble Navigation L�mited. All rights reserved. Trimb/e, the Globe & Triangle /ogo, and TSC1 are 4 The [dpaCity in -20 °C (-5 °FJ i5 75% of thP [apdCity at +20 °C (68 °F).
tredemarks o(Trrmble Nav�gabon Limrted registered in the United States and in other rountries. Atces; Integrated 5 Dependent on Sele[[ed Size of Sea/Ch Window.
Surveying, MagOrive, Survey Managei and Tiim6/e Survey Controller are trademarks of himble Navigation Limited. All
oMer trademarks are the property of their respective owners. PN 012543-092A (01 /10) SpECifiCation5 Subje[t to chdnye withOUt nOtice.
NORTH AMERICA EUROPE ASIA-PACIFIC
Trimble Engineering Trimble Germany GmbH Trimble Navigation
& Construction Group Am Prime Parc i i Singapore Pty Limited
5475 Kellenburger Road 65479 Raunheim • GERMANY 80 Marine Parade Road
Dayton, Ohio 45424-1099 • USA +49-6142-2100-0 Phone #22-06, Parkway Parade
800-538-7800 (Toll Free) +49-6142-2100-SSO Fax Singapore 449269 • SINGAPORE
+7-937-245-5154 Phone +65-6348-2212 phone
+1-937-233-9441 Fax +65-6348-2232 Fax
'� . Trimble. �
TRIMBLE AUTHORIZED DISTR/BUTION PARTNER
TECH SHEETS 8 of 14 +�
www.trimble.com
�
.
: - ,
.�;
: �..
: , �;
� t:�.
� ;.� .
� ,���
i �., a
`� ��� � ` � . � . � � .
: f�',� ..'r �« � e � ' r r
��=
� � �,� � � � � � �
�
� � � �„ � � �
.� s� � ;u ��� s . , .� :> z� �,, � �� �`�,�' . � �°* i � � >
� � �'�`e�"..+4 �,� � ,,� s *a � t. �z� ,� �, �.
� { � � ��
��� `� � �� c����s � �*�' €�.�:r� - a � , r � ve �
` "�� �� €�? Y �` a� � �� � . ������ �' � � ,; �„��i� a��
��. �, n ,�'"" � � ; + � r
°�'.�� �� �� � � • � g � �.r '` t � � :
*� � �. r � � � . � f
�' ��' � � � a �' ; 3 � � �.
�' �. �� `�� ��� � � X # ^�� �� ���' a .
��� � � � � ���
�� � �
� �� �� �,�� � ,� ���� �
� � ����� s � �� �
3 Y 9, �
������ � � { `p.t{fe , + �` .. £ `' � r,^i �r��{�,�� F"
. v �'�, �.. ° � S, , •'�t � � �u. 8�, "s . �'x .
re� �'��' 0. � � � �.; � �.� �
� �' $ �, s y'�' Nt� Ya � .'
� °'� ��" '� -r �� §.. � "�^+�.'� � � �
� . C� �� h ` � # ..
, ���=r�`� 3;, � �`�.n �.;.d�� ���'ra�� , 4 � � ��� Y �� a� ;_..
« � �. . . �. .
, �. w �t � _,' �w af� � � �, ����+ -
� # � �- � � �' ,< � �, . � � 3 E� s�'��. 4�` �z .
�� �°,: d� .�� �� �� � "� � r• ��
'�. 4� «. �. 4 � � � : $ �' , �'h.� � � :
� � � �' �� x '.. x ;� � � ,y',s � r "� '� � �#��
� . ' i ��' � �' �§,.;,; . � y ,�� .� -e'� t'
h � r '�,°�.` ���s���`,`�`'��`������. � � � �• �.# � � .�° „�� r� ��:.
: � �i �
� � � � �. �. � �
����a�� i; � ' �� �-c,�+..
��, '� ,� � �'�'��
� ' � :. ° ; �
�L � � �' T ; � ��'�
�.� �, �. �� . �. �����u� , � s�� � -
�,� [} �,-��'' _: .. � ��
�' x_ ;� �z. � ��'°
�
�xy,�. � � n �"� r r �� � � �
� �•� a � �? ��� t^i�i''�i,q r` � � `���-rs. �
a �,
,
v
° a', ,�,�: �� . �. '.. ; ` ,� �r �yr
� �
, a � Eu� .. . . �. , � > �. . ,�,_ �d ., .
�' � r ��
� k � �+?
� � � �� `� �
� >
�,+ � `�Y� , '`.,'�
,���t.�= '` a �
�.. ! j t�,.� , .��,..� - �� �� ��*n,
� � � �� � � ���:
' R � 4
' t s � ,
�r .. �. ��. z,�` � .. s � ��'�,°� ' `�.> � - ..
S ';� i�3 '�mi� � a 4 .�g' ..
� �w ,+'�`k,*�. �.! ^. q
T£CY. 3P���'TS 9 of 14
V - .o r
,
,
� � �
�
� ,
��� , � � ��t�� �; d,< i � '� M �!��a� ���
r ; �,r -
�� � � ��_ � � .�.. .=
�r r� �; � � .���,� � p ���� ;� �,�
�
�
�...--
�,� � � � .�...�..�-�,. _
� ;� ti ..
All surveying organizations - large or smal4, private or public - tan make meaningful advances in
efficiency by enabling a con5tant flow of information between the field and the office.
• Missing a file?
• Change of plans at the jab site?
• A client needs data right away?
Trimble Aaess software lets you handle whatever challenge comes your way.
Simply rynchronize the files onto your Trimble co�troller from wherever you are. Upload fi{es to
the office the same way. Any changes made to files, in the field or office, can be automatically
updated through Trimble AccessSync'" in real-time.
That means less disruption, less time spent returning to the office, less problem solving over the
phone. Instead, you can avoid expensive downtime and put your protessional expertise to work
where it counts...surveying smarter and completing the job faster.
Immediate Data Defivery
With Trimble Access software the handover of data is automatic and seamless, and the
numerous benefiits equate to one thing...improved efficiency from start to finish.
In-HNd QwNty Asswance
Because data delivery with Trimble Access software takes place as soon as field work is
completed, any queries from office staff can be answered while the field crew easily remembers
details of the job...even before they have {eft the work area to assure data quatity.
transfer more than just data: photographs and other supporting information can eliminate
guesswork back in the office. Office team members can use the images to quickly orient
themseives in the data and make better decisions.
Begin Dsta Procetsing F�t
As soon as data is collected, it can be synchronized via Trimhle Access5ync software. And as soon
as the files have been updated, office staff can begin data processing, and client deliverables.
Immediate praessing of data enables projects to be completed more quickly.
'tECH 5Ht�T'S 10 of 14
��
f �i �'�ia �t�
'���I�'�'���I _,I �� I I�s���,�
�
. � f � " �� � + � -� ,�,
� '� �
Trimble Connected �ommunity
lust as networked data has trensformed other industries, Trimble Access software provides the
surveying industry with the first comprehensive data collection solution that bridges the office
and the field. Available to your team anywhere and at any time, all the files you need for a job
can be securely shared via the Trimble Connected Community" for immediate access by you and
yourteam.
�
� �
� �
�,
, '1�0�
Trimble AccessSync software:
Real-Time Data Synchronization
Trimble AccessSync'" software is your key to control
the upload and downlaad of your survey files. While
connected, files synchronize, without delays of
disruptions to your standard computing pracesses.
I''y:,
Trimble AccessSync software is an order of magnitude
improvement over existing data transfer syrtems.
��� Because it is integrated into the complete surveying
�.� �" r' solution, it puts an end to manual e-mail setup; slow,
��ci �� problematic uploads to FTP and error-prone didation
�.,.~ over the phone.
� : _ �. ,,< Data Security
.°
� With automated synchronization at the ready, you
can be assured that your data is protected by a secure,
redundant system. User-configured authentication
ensures that only authorized parties can access your
files. You can be confident that your files are safe with
Trimble Access.
TECH SHEET� 11 of 14
i `tr�
� , i� , S' ,... 1 � �p���� � � :
� ' .,� V y i:. �.� �' �„`-3
�
� } , � �
With Trimble Access software you are in controi of every asped of your surveying project: from
data collection to final deliverable. Now you can master every detail of a project.
Trimble Access enables a new dynamic of team collaboration focused on achieving the same goais.
Surprises encountered in the field are easily addressed with new instructions and new work files.
• Is the crew unable to access a jobsite? Upload the necessary files and instructions to start
another job.
• Did the crew discover unexpected challenges v+fiile out in the field? They can upload images or
data and send back for review.
The ability to review and assess progress in the field offers management control at every step. You
can take corrective measures when necessary, and respond to issues as they arise. You will also
streamline time-consuming post-fieldwork review and avoid unnecessary rework.
New Streamlined Workflows
�
n �'
��
�
�.
rhe streamlmetl workflpws of 7rrmble Access Software allow sun to shrfr hxus from maraging rhe field 5c�hv�are ro e,recu�ring
rhe suneying job ai hand
For the first time, Trimble Access software offers streamlined worktlows that guide crews through
common project types such as road and tunnel surveys. These new workflows make data collection
fast and simple. And they altow you to focus entirety on the defiverables not on the so#tware
commands for each task along the way.
The streamlined workflows do more than save you time. These new workflows also help to ensure
that all teams collect and deliver data based on a single set of standard guidelines.
TECH SHEETS 12 of 14
_ _�
� � , ,_
, �- �
� �
� , �°:
t� ""z' �' ,„' i+t��' t'y�"'� �' �� I � �� o» '
e "
� .:1► - f�`�a�
.
, , , � .
..... . .. . . . . .. . . ,a.aa�. �.r . .. _.
Trimble Access software offers tield and office
efficiencies to greatly improve your bottom
line. Teams will finish jobs...both the data
collection and the postprocessing...much faster
than ever before.
Win More Bids in More Applicatioos
With significantly lower costs and shorter
timelines, your bids can be more competitive.
With the flexibility of the streamlined
workflows available, you can take better
��' A���S advantage of your team's strengths. You will
have more flexibility in the types of jobs you
take on and the people available to bring them
in under-budget.
� � � �
1
� , � ` � �.�
� I
j Noeds Aeee�yne
� � I � ,� �� �
�AIS , plif Inl�nd iAwnd
� ' ►arn�rl. �_� �
7he intuiinre field use� rnter#ace ol T�imbfe Access makes
even canplex surveying tasks eary and eff'rcient
Building on the Familiar
Trimble Access software builds on the powerful
. performance of Trimble Sunrey Controller'"
software, considered the industry standard by
surveyors around the world.
The easy transition to Trimble Access provides
constant benefit of data flow improvements
and the option to explore any of the
streamlined workflows available from Trimble.
www.trimble.com/access
TECH SHEETS 13 of 14
� : � � ��'� � ;
, � � 1� � � � a �
� ': +�
�� 3 ,ce �`��. .��,e, ;;*� "`x ,c a�,a�-� � � « � � ' 4 �-�. at�,,. �
�t 9�� ,� ,k � x a �Y�" x . �t�`.� �.�,��
' : a �` 2 � 9-� �
. � � � � ���� �
� � §�� �s�s ���� �' �� � : ��� � : -� � �
„� � , �; �' '� � -+�. '�.�
��� t���� � �� �„�� ��� ���� �.' ��� � � �` ,
� � *� :��`��. � �-'�� „ ' 4 � ��.. � �'.� -, � '"`�. i „ > " '�
�
� �
�''�� � �`�, ° '� � ��� ` *" � � ��a „ t ` r ' � �
�, � � � �, '��€� � �.'� � � � � ��, .�
� � � s, � � � , � t�� ��� �� � �� t �� �,
�`� "r��"�,�� �? ,,�.' � ���.«� � , t �.r �
a �, �
..e ��� ��. :��. ������� ��a ����� ;� ; �� � � � -����� .
�
� � �y«�j,� �.� �'� y .:' r �z �° f � :� � .� � �.. a, � s � �� �p
z+ar
�' � ; `'�` ..e .� r �. : a -�.z�, '�"'�`' �"�� � :. ��� s..,
_ r"� � ,�
' �"�`-
� ; � �� �.
� ,� �` � , � � �� ��"E� �' z � € �` �'�"�
-�. � : u a ' .. r.t'�� � � �:`� t " � ` � ��� � �'"�r`R� ? f;.��.
3: '� � a.�±:`_� �'v �+ � �>k������.,,� r � �`,
_ � � � ' ± ,E" a- � �n ' a � . g '*�''� : ,� § � �n.�` '''� A ��� .s= �.
� �; ���'� ���.��`,��r �°��� �� �� � � �'�'"�'c � "
z
i �
a�� �� �i��� �' �' �� � =�� � �� m �, � � s �� ��,� �
` ' �f` � � ��� �' �� a� �'� �,;�� � �����, � � �:�..��
a . � y. � � '� � � « ��� ' € r
� � � ��' ��� �. Y��
� � �
� �' � a� � � � �� � �a� � �� �� �,� � � � , �
� sC „a, � �
s
€. '�
q � � �' b�.. , � �, ;�.� i;�� '�3 �S¥ �`� � �..f 1 �� �,��€ ���tt,�� ��� �c�.� �;`.
�
�� `����� �� �,���� � �" ��` *�������������� � � ��� �
�, �� �� �z � �� � d: � `� `` � � � �.� � ,��„ '` � � � ' :�
�� "� .� � ����.���'�`'��.�*� ��"��; � �a : � �+ ��° �� ,� a��.
�, �� � � � _� =�c
"'�" 4 � � �" � �a `� s .�:w"",�'': s �-�4 � 4 .-"� ..a �':�� '^:" f ,. . �, �,. � ,�'a.
`�'�Y�'� ,.'�.������� 'fr'�' '�3..� r ir �. a �^�� r4a �'^, � �, °� �«s � a�
g� . �f`� � ��>'„a �-� Y �,� !�,� �'��`���"?��
�' � . � ;�e`� �' ' �'
r
' � � ,� L�'� ^ � s§ 1��„,� �' � ; ,} x
%'� � � � � � � � e'� � �*� �s � � �.,° � �� x^� �
� � � �� wa , � � � �rT �
7', ���� sz . � < t . � e �`�� `� �` - �"� �
� ' ���e� '�' '� � � g se� � � � '� '�� � �„ ,�,� � a
�., a� a �. ;:' 4% a s . � i.� 't �-�. � r�- � :� .
��c:, � � 7 � �`��.. 4� �� > ; .
»: t ��.� x : �: s � z � � � �� ��.
*., '`��' i,�,aa� ": #v ;�, . ;»: ��. �r ��.� .� s � � y � � ' �t ,
<, ` 4
!� � a r c f ` �- . ,�` +: .b �� � ,� `� � .
: r�* � .,� '�J;. _ �a ,�, ��. � �� �- �.� � � .
Nr�
� ,a'�� #� : �'
�g�n 3E ��'� � �,� � �� �^ A � ��" �� �
^" �� � ` �"� �� a,���� �: ��� �,�}...
`� ,� ''°"� ;� ✓ t: � '' `��+ ''� �< �'��
= r �, � g a . � � � �, �. .
. �k� � i* � 5`� �. a�+�F :..� �e �
r ,
� » ti .' � �
° . to- �
�` .�a*"�. � dr� ��`"�'�,� � ",� y �T +��;��� r�., .�' �.
e �� .�tA � .yx {�' � � �- � � .- ° .,
� � �
'�� � 7 �� 6 p�� .. � �'�+ ' " � Y ��' � �ip� �,�'..
� ��3�. . -� 'R ��� .� �s���r°,��� . {. � ��� µ � ..%..
5 � �#��^ ,�,:.-�'i � � ; � s �,�� , ��. <
� . ���� � . ,�� �� .�� � ��.. � . .. � ...
��s`�`�A�. � ti � `�� �' �` �� '�� y� � �� � � , <
r � � �„�fa3 �Jr�"`=��+F`�
� � � I ���� � ��°""��� � � 3 '�� � � �� � s . '�`�,� '�`�'�' «��` :
�'' � $' I s,'����'��.d`''� �.,� y_ � �Y�, z "'x� 5�'� �,,� f ✓���,� � "� �' �`"�'u'� �`� � i �` ����z. �'<` �
� � � �; � r .m .
��'��' a �r� '��, ���� �'� `
�
r � � � ��� �: � � � �
. 1 W ' �� $�� f� �yan. S S�'iM�� .. t *i } 5t . ��. +� » Y '2� zt '+x' �/y' .
4 �+* r � �� � � y ?d^
` L �� '�'� � � �"` � �' . � � a ' `'�° '' z �.
c p. �a ��€"�``��'P� ' '� l���'t��' ,� ? c.. € � �s -'d� .
� '�.�,sr+$�� a� �;s '�� � .� � ,�` �.x � a.8 .. . :
; '� � ¢.aa� & f* w� � a 9 a�+e� � ry
` � � � � � ��� � � � a � � .��� � u�- � ,� � � ��� � � �� � ��� �.'�� �' �� �,.
� � t `+ r �` � s ' s` � � � �.��i' �` ,
�� � � � ss � r � ' � A �-
, � �'� � � r , � �" r a * �° �,�",� #G � .�
� � .. � �. . �� ���;� �� .:* � } �$ �- �x �#°���q ,�� � �` � �
� fi - �v 8 �. � . �.�
� � S Y 4.� �s . �': �e �� �'�y� �, �c'y„n'y ,"� t+� t � �'. �� :
. �.'�e� �� a .`� ��x �*� � +� '� .� = r � � �
a�,��"�` ��`'�r�� � t � a, '� ��� �. � ` t �' � � � ''��' ��� � � ;��� ��`���°.. ` .
"' � ���'� ;,� ��' �' � a '�' �"�""'. `��, �a ,�� s � z � ��- �
4 '� � a� � � Jt.,' '� -� �� �,� s � ����� � � � ; �' er ��
g � �as,
y �� �v xa � �,t
` � �
� � ,
� � �� �r � _ � �:; :,w : �,,
x ; �..
# _�
TECH SHEETS 14 �f 14
__
,� ' � ��,;
� � � , ,
� �`'� � �� (i ��"j� � ��_��" ���„�
r ;
�. � _; � :
�
� � � : ; , s '' � :.
•
I' � ����'�I� � � ti >
, -., � , . , .. r i- " . . _ . ..
• ,; . .»,. - ` 4
,.. , , , i � ! .
. .i � �• .r ' ' S . ` i.' � •
M
r +h °
�
, ? g-' �, . � , . . ` ,
�
, c.
,� r :. �"�
���°. �` � -�' . . . � • • Fw' .
�,., ,. _
., .
,
-: & .r
,,
� �
,
� .. t s �
. ,. , �
, :
.; .; r
, �
� �_ � . �-� � � �. � ,
,4 �. .a . . . ,. . , _�__�..._ , . _ � �:.� ,�iw�u �
l � � 41 � � • Integrated web services designed to improve survey operations
Acc�BS �� st+� , ��ss • Com licated data management tasks are made simple and secure
Sync Derfoes �C�aatk►n Farecpt p
Bridging The Fie{d and Office
r�����
Trimble Access Services are the perfect complement to j �'"'�,, f �� ="
Trimble Access field software and Trimble Business Center f� �� ! -'. ��
des ktop so f tware. Using t hese services wi l l a l low you to ; a�r� :,.� .!*��
take fu11 advantage of the power in your existing software � +� ;� ,� �,
and add capabilities that are both useful and easy to learn. '! � we, ;...�.
� _ ...aa .: . ra�w . . a� . .
Trimble Access advanced data services provide all the
management tools you need for your survey projects and
allows your users immediate access to information and FOR THE OFFICE Trimble Connected Community ��;,,�
surveying data in the office and field.
• Coilaboration & Communication
Trimble Connetted Community T�C provides a backbone infrastructure that enables
The Trimble Connected Community (TCC) portal enables a!I parties working on a project to share a wide range
head-office management, site-office teams and field of information immediately throughout the project
crews to securely share information and collaborate on all life cycle.
appropriate aspects of the project.
• Services for survey workflow including tools for setting
Deditated Workflows up and managing your survey projeds from within
TCC teams up with other Trimble Access services to provide the Trimble Co�nected Community or Trimble Business
market specific tools for the surveyor. These services are Center software.
designed to streamline data workflows, helping to bridge
the field and office. FOR CONNECTING THE FIELD AND OFFICE:
Designed for Demanding Customer • Access5ync, File Conversions & TC� ���:�
Requirements " Sen d da ta bac k an d fo r t h, no t pe o p l e".
Trimble Access services and the Trimble Connected • Registered Device Management
Community are ideal for survey companies: TCC and Trimble Access Services can display a list of all
• with internet connectivity in the office and (at least the controllers linked to your TCC organization, and
sometimes) field provide you with the information you need to manage
• Who want the latest technology and tools to help your hardware and software versions.
manage and streamline their work flow
• Who want to improve efficiency by connecting the FOR THE FIELD: �+
field and office • GNSS Forecast
• Who want to improve intercompany/intracompany Get up-to-the minute updates on satellite availability
communication and visibility into organizational and ionospheric conditions for the areas you plan to
activity work, before you get on site. The GNSS Forecast service
• Who need to manage multiple Data Collectors with ease provides a comprehensive view of on-site conditions
that saves time and eliminates unnecessary downtime.
;;. � �
''' �Itl1��. �
TECH SHE ,�.���
� a+�� �' � # .:x "' a , h.+! � u �, �. �
� � �
k� � •{''`� M � %' � {
� . : < _
ti a
T
�
n i .. . . .. � '. * . � , ;
.. ... .. . . .. .. .i . � „ . _ . ._ . � . ._ � a _... .. __..._, r. . a ...,� ., ur . .,a .. . ... . .� , ..�.. a . .,. � . . :. _ . ,_. � e . ..... .�. _ � nf�c.s . � c .,..u.e .. .k...,, v . , ..
SERVICES FOR THE OFFICE: SERVICES FOR CONNECTING THE FIELD AND
THE TRIMBLE CONNECTED COMMUNITY OFFICE
Feature Details Feature Details
Security • Be confident your data is safe with a Trimble Access5ync, • Access5ync securely synchronizes
secure internet �ogin File �onversions folders on Trimble Access data
• Allocate logins to users, and control & TCC collectors with folders on TCC, so the
who has access to your data surveyors in the field and office have
• Control the level of access - owner, the same information at all times
editor or viewer access • AccessSync can operate seamlessly
in the background while a survey is
Collaboration & . being conducted or manually when an
Share files using the filespace internet connection becomes available
Communication • Facilitate project communications via • AccessSync automatically converts
forums job files to the correct version for the
• Capture & share company knowledge destination field device as part of the
via the wiki transfer
• Capture progress updates via blogs
• Schedule and track important events Registered Devices • Display a list of all controllers
with calendars registered to your TCC organization
• Use Visual Organizer; a map based with the following information:
visualization tool to display your data - Purchased software modules and
in layers
services
• Use Webframes to link to information - Installed software modules and
on the internet - display content from services
the internet as though it was part of - Available updates
the system - License expiration dates
• And many more... Quicknotes, - Last user to login
RSS Viewers, Site Cameras...
SERVICES FOR THE FIELD
Services for survey • Projects
workflow including - Use the site creation tool to
tools for managing automatically create sites, add Feature D2t8115
your survey projects gizmos, and set up user permissions GN55 Forecast • Satellite availability
just as you need them for use with • lonospheric conditions
the Trimble AccessSync service • Nearly any location or time
• File Conversion Utility
- Use this service on TCC to convert
old Survey Controller or General
Survey job files to the latest
versions, then sa�e them �oca��y SYSTEM REQUIREMENTS FOR THE TRIMBLE
or directly onto TtC for transfer to
thefield CONNECTED COMMUNITY
• Internet connection
• Web Browser (Internet Explorer 7 or later,
Firefox v2 or later, Safari v1 or later)
• Servers are managed and hosted by Trimble
� '� . Trimble.
O 20t 0, Trimble Naviganon Limited All rights �esenea Trimble and the Globe & Triangle logo are trademarks of Trimble Naviganon Limrted, registeretl
www. t r i m b l e. co m � n the United 5tatez and in other wunlnes Access is a trademark ot TrimbleK��lfon ICM1tlt�7[�r/�uqf�ftC! tl}Po�rt��their respective
rnvners. PN 022543-S7E (10/10) � ��� Jf7CC 1 � I�IV 1 LJ
,
� � ° � § �� r ,
� ,; s � �r `' � � �'�;� � �`� �'�� ��
',� � i rt r �:'� � .G' � � �a� `� "% i�.. - � �� ,�
:# k t"�'� f� ��,.���.h �� z �� t
n � "' -� � d b � �. � }� # jt A � l,. °� � C
�� � ' ' "i °".x ( .:4v_ .�` � #� ��. F3 ° x f � {'� f
T ! ^£
k 1 - �� �� { � ' ;� �" � � �
t� �
�
T � � '. t ' � � _y{, (.�. '.�' J .�� + �� ���^�'.'������ ''^�' F
a d �
� $ � r ,�s ,� � �.. � , v � � 's �„ ,y�`� ��, � .:�' � �� � a � � g .
� Y ., s 5�� ,, ; „F��.�i����� ". w � " �'`�+� x r
: _
K �` 5 �' t c , �y ,� �`:` � � $ .�"i�'c t�u$ s� � ,��',����'�*'�S�} ��„�. i
r � s ^ra �' � ;:,��'�� „S' �'�� � : r
..� ,..,. �.. �, , _a _.... _ _ . ...__.. . .. .�._ .. .� . .._. .�. . , . ._.._ . ._.< ...__..ws_ �.�x�wa., _�� , , �.
TRIMBLE BUSINE55 CENTER - YOUR COMPLETE OFFICE SOLUTlON
Designed for today's fast-paced surveying affice, Trimble� Business Center unlocks the potential of
terrestrial and GNSS surveying data. Now with flexible licensing options and powerful visuafization
and modeling tools, Trimble Business Center is as versatile as it is powerful.
TOP FEATURES COLLABORATE
Trimble Business Center software takes survey office software into the • Internet connectivity and direct link to the Trimble Connected
future by integrating common tasks into a single, unified package. Communit}; enabling live data exchange between the field and office
(requires Trimble Access'" software services and subscription - see
CALCULATE Trimble Access documentation for details)
• Full GNSS observation support , with eartremely fast GNSS baseline . Direct field device connection for fast synchronization
processing and RTK data handling . Multiple importers/exporters, based on your customers requirements
• Terrestrial support, including total stations, levels, and spatial stations , Windows 7 compatibility
for 3D scanning data management
• Optional Trimble SCS 900 support
• Fast and accurate surface modeling
• Extensive corridor modeling and computation
• Feature code processing for map creation and elcport
• Seamless coordinate computation based on datum transformations z
and projections using hundreds of published coordinate systems from • , �
around the world. ,-'.n.,
• Complete network adjustment r""?-�c
• GNSS site calibration --°--
• Advanced COGO functions, including coordinate transformations � ""'
• Creation of ground coordinate systems and site definitions �' ,_
CUSTOMIZE ' �
• Fleacible network licensing options
;.
• Customization for comfort and efficiency, including toolbars, menus �;� � . ;'
and layout views _ - '
• Fast and interactive data visualization '
• Data selection and view filtering for faster access to information ���~�-`
• Reports for quality assurance and quality control _
''`�>,'
, «.,.
.;_'`' -
TECH S
,•• ��.
WORK WITH GNSS DATA
• Import static and kinematic GNSS data in a variety of file formats, including RINEX. Integrate ""�'- `
;",� `:"`:-�� , .�� �,...
the GNSS data with terrestrial data collected as part of a survey project. w r �.� #. �. . _.. ,.,.„ q ..<.„;
• Uerify and correct field errors in the raw data during import. '° '" -� � `:
•�ew and edit GNSS occupations and vectors. ` �.
`,.
•�ew dme-based data in a chronological format to leam how session and occupation times � � �`�
relate to each other. � -` +
\,
• Cross-out sma11 regions of GNSS observations in a session, such as those containing large �" ` �
numbers of cycle slips, and disable problematic data when performing trial-and-error tests to - �' 1 �
.' � ___�:
improve baseline solution quality. ° - -•— --
• Plan and schedule a project based on good and bad satellite coverage and geometry. ��,, .,, --
• Specify the quality acceptance criteria used to verify GNSS data. '- .N
' .�.r. ,.. ,
• Process baselines to achieve the highest quality coordinates from both static and kinematic
occupations, including "stop-and-go" sessions and continuous sessions. i'iewing processed baselines
• Enable and disable baselines for processing.
_.�,. �..,.._.�..
� .. y .'; n ,,_�� .. . x,�, .. �,,.,
• Store individual vectors, instead of combining them into a single trajectory, when you need the �:.. ,.....-. .,� w.-: R r ..��
abffity to manipulate them separately. '" ''° �" '
• Use baseline rocessor s les to save rocessin settin m tem lates so ou can uickl a 1 ' '�
P tY P g $� � P Y 9� Y PP Y �_ �"
these styles to projects as needed. ;�
• Generate a Baseline Processing report to review the solution types, precisions, and an � �
�,
acceptance summary for the processed baselines. �
• Generate a GNSS Loop Closure Results report to identify bad vectors. ��
• Process event data, in which event markers indicate the precise time of each event during the �i
survey.
• Generate a point list to see a simple summary of the coordinates for each point in your project. �
• Generate a Point Derivation report to see details on the survey data used to calculate the final ""` "`"' "` �`
coordinates of points in your project. F�'orkrng with GNSS datcr in Trintble Business Center software
SET UP GEODETIC REFERENCE DATA IMPORT DATA
• Choose the appropriate coordinate system and geoid model for your Importing survey data into office software has never been easier. That's
project by selecting from a list of recently used systems or directly because Trimble Business Center software automatically recognizes
from a library of systems from around the world. GNSS and terrestrial file formats.
• Use the Coordinate System Manager, a stand alone utility, to create • Easily drag-and-drop file imports from controllers or receivers.
new coordinate systems or to edit e�sting coordinate systems in the . Import compressed files, such as .zip and .tar files.
coordinate system database (Current.csd).
• Quickly convert one or more Trimble Geomatics Office version 1.63
• Perform a site calibration to minimize residuals between local control (or later) projects to Trimble Business Center (.vice) projects.
coordinates and WGS-84 RTK data you collect. . Choose whether to merge data contained in a newly imported
• After you perform a site calibration, name and save the site so it is version of the file with the data already in the project, or import it as
auailable to use as a coordinate system. a separate file.
• Generate a Site Calibration report to see details on the local site . Define a custoin format for importing an ASCII file with a non-
settings, horizontal and vertical calibration parameters, and residual standard format.
differences between GNSS and grid points in your project.
• Import survey data using a scale-only projection.
• Create a datum grid file for projects that require a datum.
• For large geoid files, define a subsection or sub-grid before uploading
to a field device.
2 TECH SHEETS/NOTES 4 of 10
--- �_
T �rMB�'� BUSIIVE55 CENTE� SOF
r WARE
' Use th� Internet �o
coor�nates, or � Oad tool to
Also obtain CORS data
use it t � pheme �s data t6at i
' 1 'erfortn a S relevant ' COnk'ol _.
. ra �� searc to your pm�ect. �'
ImPort file f h �'� e a �n th
receiv °rm ats used by most Gp s c � ordinat es in 1• �
er inc}ependent
' Auto yO �prOlect,
maGca,I ��X forrz� m � uf ac�rers, � �,y,ell
sessio lY conyert time diffei- ���
n tirnes.
� impo e � fia1r's�pO� Report [o see nces and find overlapping
and any associ a p sp�mary deta�]S on
FOt a complete list of� ated errors
the end of this do�ument patible fi]� � es, or warning messages.
see Irnpo� D�ta Section at
TRAIVS�FR qND
• Clse t1� O� S SYN�HRONlZE
Ynct �ronize r , a st �ATq
der,��een youF � �
/site � uti1��Y to tr
co ntroller, � d Y°ur Cg or Windo ansfer data
Same, or ��hr venfl'that t �s Mobile- Fles
' USe the P n � ed. h e data in b b ns a f eld
Devzce oth lo�atio
or Wind tO �rectl the
° v"s Mob��w b Y access ��ros
• Select a daturn field �� Windp �,
�d fi]e dev�ces ws°
�oordin ( f ° r Trirnble C E�based
�'stern, and � ) based o � Tablet. °' �t
' Seleet a g�oid uPioad i daturn � � .�' � � �' ' � �
rtd f� f t to a 6eld us � in Che �
co ordinat e g � •� ) based on device. projec� � �
SEL DA systern and uptoad it to a fi d de� � Sea thep
ra i
Use h �
' Sele �nany Select co
ct a]t ofthe v a d � d s to:
' D eselect the �u�,entl Selectable oblects.
u nselect e d Y selected pb"
• Select ob J e cts visible ' lects, and sele
' Select p�n ts tvith S P�cific p pe�lew Ct � c urrent]y
' Select surv ���h the sarrie poznt IDs.
• Select � observations v�� S
a11 session pecific
' Select c� r N'hich b�eli properties.
��thin, or ou�id o f nes have not
ct dat� b a �h
' Select clata yl � � 3�er, a SPecific el ev�taon r �� ce � ed.
' Create,
�'°� the entire
cornmo m��' and reuse sele �� set using a �usto
" Rev�� �d usec� obJeets f�ter a m ts to m�Ite sele set of�riteria,
have �t the p ore consiste °ting�.ou�s of
Che cor p��ies for nt.
rect a�r�b selected
' Use view filters to ut�� ° �Iects to ensu ��
y� �°� �'hat is displaye� ih SPbili[�, o f�
aGh data
graAhic viei.ys, help �� d mp� to �. `� ��� � #�
f Y what ,
� �'
� �
� <:�:, I �,
,�.
� - TECH SHE
-- _ �S/NOTES 5 af 10 ,:
�� •' ��' i
rt{
��:�
�
��
>
, ��.�� \ .�.�....� .�
� ��" ... , f �
bieivingsumercinta displayed on ageorefere�tced tmage
VIEW YOUR PROJECT DATA
Visualizing your project data has never been easier. Triinble Business
. Center software provides an extensive array of tools to help you select
. the view you need and e�cplore your data quickly and efficiently.
. • Graphic views: �ew data graphically on any of the available graphic
view tabs. Trimble Business Center's powerfizl gaphic engine delivers
fast results.
• Plan View: View your project in two dimension from above, as in a
map display. Pan and zoom to explore the view.
• 3D View: View your project in three-dimension using predefined
view points or by rotating the view with easy-to-use controls.
• lmage View: View registered photos in your project, with overlayed
survey data.
• Profile V'iew: View the vertical alignment geometry.
• Cross-Section View: View surface cross-section geometry.
• Google'" Earth: Viewyour project superimposed on photog,raphic
satellite images of the location in a Google Earth window.
• GNSS Time-Based View: V'iew GNSS data in a chronolog,�"ca1 format
�� -� W*--� �-«- �.-+.�»... ,.. W...« for clear visualization.
'' � Y r♦ xF ,.. .. h 1 y. A a Y w' T i'; �`.Y ,� i r a��. }�m
` ' " �" �'`" ' ` ' rt ` ` °' - ' ' � + � t 4 a • • Spreadsheets: Copy data directly to MS Excel. Filter and sort the data
,
�' "��` ' to best suit your needs:
� ��; � : _. • Points
,e _
___�
.�.-�,� _ _,
` • Uectors
• Optical
--�- • Occupation
.:. ,
4 TECH SHEETS/NOTES 6 of 10
TRIMBLE BUSWESS CENTER SOFTWARE
USE COGO CONTROLS
:. �. � ..� ... �. �. .�,. �,. «.., �. ...... � 5
Use COGO (COardinate GeOmetry) controls to calculate angles, u . . j .. . ,, , � v ; - � s . �,r •- �.� . �a � - . }� � Y -� �
_�e,
�s, ' r . r ��...�' E ,. L ♦ . � , h '� . •a. !' � p.
bearings, coordinates, distances, elevations, and offsets in your project. --- -- - �
They enable you to enter data in a variety of ways, including: i �� « � '{° i- b
+ �.. .._ s,
• Typing in values and point IDs �
• Picking points in graphic views �� �
• Right-clicking in graphic views and selecting additional snap and 9 �
� COGO options froin the conteact menu � ��
COGO controls provide this fleacibility so that you haue many ways � :`
in which you can enter data within a sina�le command, rather than j �
forcing you to work through multiple commands. � �
• Enter numbers in many of the COGO controls. When a COGO �
control supports numeric entry, you can use basic mathematic ,„,,,, .,.. ,.. �
expressions by including the operators. ?'
.� ,
• Calculate geometry while using snaps to help you specify and select _ s �
. ,
coordinates and points more easily and accurately. Snaps can either °"^ • '' "'�
.������. ,��.r��.�k,.,�.�,�.�� ���3-��,�, .� . x.,.�
use eacisting geometry or values that you enter during the command. perjonrring a net»-nrk nctjri.rtme�u
• Calculate and report inverse values between any two points in your
project.
• Use object transformation commands to move, rotate, scale as MODEL SURFACE$
needed. • Import surfaces to your project, or create them using eacisting data.
• Visualize and analyze the topography at different phases in your
ADJUST A NETWORK project. _ .
Perform a least squares adjustment of your network of processed • Compare one phase to another to generate volume reports for cut-
vectors. Project data may include a combination of GNSS and terrestria] and-fill earthwork operations.
data. Use the adjustment to: • Represent stockpiles and depressions.
• Estimate and remove random errors. • Create contour maps from topographic surveys.
• Provide a single solution when there is redundant data. • Upload a surface to a field device to check grades, or for accurate
• Minimize corrections made to the observations. staking of an alignment or daylight boundary.
• Detect blunders and large errors, and ensure any remaining errors • Import surface files in .ttm or .�nl format from colleagues, clients, or
are sma11, random, and properly distributed. field crews using field software.
• Generate information for analysis, including estimates of precision. ' Create a surface profile to review the elevation of a surface along a
• A least squares adjustment ensures good positional closures and vertical alignment.
estimates of repeatability. It ensures the reliability of your current and • Create a surface cross-section to check geometry along an alignment
future measurements. anywhere it coincides with a single, specific surface.
• The adjusted values for each point appear in the Properties pane. • Use the surface slicer view to check any surface cross-section by
You can analyze the results in the Network Adjustment report. slicing vertically through the surface. Multiple surface slicer views
• After network adjustment, each station's horizontal and vertical can be open at a time and you can view multiple surfaces in the view
error ellipses are displayed. You can quickly and easily inspect the concurrently.
network's quality. • Create a simple breakline to add linestring segments between points
• Perform an adjustment using the individual observations that make- �'here surface triangles converge (at vertices), or add simple breakline
up mean angles, or use the mean angles themselves. segments freely between any two locations on or near the surface.
• Specify individual horizontal and vertical coordinate standard errors ' Create a boundary to delineate a portion of a surface. This is useful
for control points of differing survey precisions if you do not want to send an entire surface to field software, and it
enables you to include a smaller surface model with your design data.
• Manage materials by creating and editing libraries of materials for
volume calculations.
TECH SHEETS/NOTES 7 of 10 �
• anage materials by creating and editing libraries of materials £or . � ++° ' �r .. , . _} y _ y _, . � ' ' '
�-
��...�� __� �, .. ..ma�- .«,_�. ,
�,... ..... ... w. �.. �. e.o. ..., �... «o. ..� �
volume calculations. � . W „ w � ,, , ,,,w � � z- w �s s s � �;� ti • � �,rE e j��; 4 »�
x n��e'�.+�,. .,vs ,: T•w r.ry�14�� +r� 4` 'R-{+st'.sS�f:Gtt
• Generate a Surface Information report to see surface measurements ,;r—r.:., :------- —
and limits, as well as the number of triangles, vertices, and other �`� ' " .} `
s�� -�;� , + �.� { c.
items in a surface in your projec� , 4 , + +
• Generate an Earthwork report to calculate volumes based on a single µ; ,� �� � i ',.:�-,r '�,
surface, or the comparison of two surfaces. " '� " ' � > ; ' ,, ' .�
* . ., ; ,.,_, � i „ .
• Define the limits of a surface by adding or removing one or more y '� "� ;� ; �`•
boundaries or closed lines. ' � �� : �
r ;,
. .
r .* .
- . x-.`l,r- x .
4 , y{ , �.':�..��.+ �a�. y; .
� 1 ii
. .. . . � Z t 4 . -� i-+r
`�t,. E . . ., t f ,
� �'�` �"��- �z�e����. .
� M Y �
, . ., .. - , �.-
� l�F.w�..� W! '�'.:��M7?� .
L'ieu�ing a surfuce iu P[an [ iew ��
WORK WITH FEATURE CODES
Features represent objects that surveyors might encounter as they collect survey data. Examples include trees, fences, gates, signs, utility poles,
and buildings. After import and processing, the softwaze can display symbols and line work that represent the real world objects. Features can be
eicported to other systems ( for example, CAD packages) as necessary.
• Use the Feature Definition Manager, a standalone utility, to create and manage feature libraries (.fxl files) for feature code processing and GIS
attribute data collection. A feature library is a collection of features with codes and attributes that describe them, as well as line control codes that
modify how the features relate. The Feature Definition Manager comes with a default library of features with predefined attributes.
• Manage feature definitions, symbols, text, offset lines, attributes, and line control codes. � �-"� `' "" - - " "• -� -` ' ' •' •;
• Use feature coding to: i -
• Make detailed data collection in the field more efficient and consistent by controlling how features and � !�
attributes can be captured. Set parameters for what you can and must enter ensures data integrity and �
� y�a�Fn4
completeness. ' "`"' ,
• Add symbols and annotations to feature-coded field data so that the information can be presented in a more >
visual format
G
• Connect points to define line features, such as pauement or building edges, or the centerlines of ditches or .' `'"" """"�''°""�°'.`*""""�'"^"
fences. Line control codes give you the power to add newpoints automatically, and add lines, curves, and ares Viewi�lgfeatnre codes in Plan View
between points.
If you are woridng with surfaces: '" ,`. j' '. �� _
�n +� s i i
� - } e!+'1*►Wa .T'.
a
.r.:�.. ?o , ...o
• Define the breaklines of a surface. , , , „ , _ •
• Control how surfaces are formed by specifying which points should be used, and which lines ':°; :
should act as breaklines. Surfaces can be modified by moving points to specific layers based
on their feature codes. � ,
After importing feature data into your project: � '
• Process features codes to display features correctly in graphic views. �
• Review the Plan V'iew and Point Spreadsheet to ensure the survey was correctly performed _.�:�., '' —� -
and feature codes were conectly entered. If appropriate, create a surface to ensure that :, �, F _
features aze correctly included in it
__ _.. <.,, .-.
• Edit the nnported feature code strings as necessary. Merge feature attributes and split line -- --
features.
• Export feature data contained in your project to a geodatabase XML file from which the data can be imported into an ESRI geographic
mformation system (GIS).
• If the attribute includes a value that specifies a file path ( for example, a photo attribute specifies a path to the photo file) view the file.
6 TECH SHEETS/NOTES 8 of 10
rR����E BU51lVESS CENT�R SQF
T wRRE
TR � MB �E'4CCES
Interact withYourfield SERVICES
than ever using Tri
cre� ana remote o
Center: mbleA ccessg er ��es�af�'trtore .
' Col[abo vices cLr�ctly frorn T rim e��i�ntly �.
�'ate on a r ble $
' �npo� � �� � ity web it�stored re inote]Y on the Trirttbl us�ess • � � a � ► R � , � � ��
e
♦ M�essSYneStatus ofata from t6e fi�]d bYco nnectin� t a Trirnbl
�e the
Access data y � e
collectors, �sterEd
• Crea�� de1'ices, ineludin
�eu' Triznble S Tri�bl
��YQUr C °nnect
����� � �a GNSS fi] s be ���mmu�t3'sites t1�at correg�ond
p by e xtern�] �
�H Positioning
ECK Fp
g su � you � R UPpATES
K'aYs bave tFie 7 atest fi] at
new or uPdated files &om the Internet;
' �`utoria� YO � ��osal, Easily d
�'nload
' Confi �u'atip� fi
� c Ops inate system library
� GN planni
�are n� So
• So �are
Patche
D ENERqr� REPpRTs
rea Su � e Y r esults to clie
��Teports• Trirnble BUSi nts in profession�
MI, format that is e i7 SS Cen ter softyyare dPpear�n� and easy-to-
browsing sof(��,�.
. M e, or (in sorne �SplaYed in wor plays re ports ir� eith
�ypr�defin r eases} o � d Processin� and Web er � .<,.,
eports a t � in the �� �;��
� `�gnin��t �epmetry are av�labl , • SO�'are. °"'
e i ncluding, �,
� $aseline px I s,., 6"'�
cessin� � �.: c „�
. � Wo � `
�
� r � 71 j�61t t y". � .
' Leve] -. ', ti,,,�,ww�..
���
' Loop Closure ,- :
� Mean Angle �,�� _ �
� NeLlvorj� AdjusC7n@nt '��' �`'� .`k� � G".�,a.,�,,..�"' � .. .
Mnr r � N
` L� � �,.
--�. --� �'�` --.�.
y ?;
......�--,J .
— _ TECH SHE�-
-- _ /NOTFS
_ � - __ 9of1p ,
TRIMBLE �USINESS CENTER SOFTWARE
IMPORT DATA tUSTOMIZE THE LOOK AND FEEL
• Import data from a wide range of file types, including: Rinex, .ali, .alz, Trimble Business Center soflivare provides a customizable user
.asc, .cal, .crd, .csv, .dat, .dc, .dgn, .ds, .dwg, .dx� .eje .hpt, .htm, .ilj, .ini, interface. Its flexibility and user-friendliness let you work the way you
.job. .jxl, .mos, .plt, .pts, ras, .raw, .reb, .rxl, sce, sp3, sp3c, .t00/.t01/. wan�
t02, .tra, .trv .um, .txt, xml, and .yxz. • Customize toolbar and menu layouts using configuration tools that
• Import Bentley, Buhodra Ingeneria ISPOL, Aneba Geoinformatica aze familiar to all Microsoft` Office users.
CARTOMAI? Tool CLIP and Aplitop TCP-MDT files • Create custom commands.
• Import georeferenced .tif and .gif files • Specify stariup and display options, file locations, Internet download
options, and settings for e�cternal services.
EXPORT AND UPLOAD DATA
• Export and upload multiple file types:.asc .bmp .cdg, .csd .csv, .dc, FLEXiBLE LICENSING OPTIONS
.dc.l� .dgf, .d�cf. .dwg, .fal, .fcl, .�cl, .gi� .gg� .ilj ani, .job, .jpg, .j�cl, .png, .pro, Install a multiple-user license on a network server, which can then be
.profile, .pts, .r2c1, .svd, .svl, .tif, .ttm, .tatt, .xml accessed via the network on an as-needed basis by individual users.
• Specify which additional related files ( for example, geoid files or
datum grid files) to automatically export with a JOB file when you are
e�orting to a field device either directly (the device is connected) or
indirectly (the files will be stored for upload at a later date).
• Use the Export Format Editor to create a custom converter to export
your custom format. The converters created with this editor are
used within the Export command to export ASCII files with a non-
standard format
SYSTEM REQUIREMENTS
Operating system: Random Access Memory (RAM):
Microsoft Windows 7(32- and 64-bit versions) Mi�zimum: 512 MB
Microsoft Windows Vista (32- and 64-bit versions) Recommended• 1 GB or more
Microsof� Windows XP (32-bit version with Service Pack 2) Hard disk:
Processor: Minimum: 80 GB
Minimum: Intel" Pentium' Dual-Core E2160 Recommended 160 GB or more
(1.80 GHz, 1 MB L2 Cache, 800 FSB) Graphics: DirectX 9(or higher) compatible a�raphics card
Recomme�zded• Intel Core'" 2 Duo Processor E6320 with 256 MB memory or more
(1.86 GHz, 4 MB L2 Cache, 1066 FSB)
Monitor: 1024 x 768 or higher resolution with 256 or more
colors (at 96 DPI)
I/O Ports: USB 2.0 port
02006-2010, Trimble Navigation Limited. All rights reserved. T�imble, the Globe & Triangle logo, and DiNi are trademarks of Trimble Navigation timi[ed, registered in che United States and in o�her
ountries. Access and Trimble Survey Controlkr are hademarks of Trimble Navigation limihd. Microsotc a�d Wi�dows Modile are either regisiered hademarkz m hademarks of Microsok Gorporation
in the United States and/or ather <ountries. All other hademarks are th¢ property o� their respeRive owners. VN OII543-I56D (10/10)
NORTH AMERICA EUROPE ASIA-PACIFIC
Trimble Engineering & Trimbie Germany GmbH Trimble Navigation
Construction Group Am Prime Parc i i Singapore Pty Limited
5475 Kellenburger Road 65479 Raunheim • GERMANY 80 Marine Parade Road
Dayto�, Ohio 45424-1�49 •USA +49-614Z-21�0-0 Phone #22-06, Parkway Parade
800-538J800 (Toli Free) +49-6142-2100-550 Fax Singapore 449269 • SINGAPORE
+t-937-245-5154 Phone +b5-6348-2212 Phone
+1-937-233-9441 Fax +65-6348-2232 Fax
'� . Trimble.
TRIMBLE AUTHORIZED DISTRIBUTION PARrNER yyW W
TECH SHEETSjNOTES 10 of 10
Guidelines for New and Existing Continuously
Operating Reference Stations (CORS)
National Geodetic Survey
National Ocean Survey, NOAA
Silver Spring, MD 20910
February 2006
CORS Guidelines 1 of 33
Table of Contents
Summaryof Updates .................................................................................................. 3
Introduction................................................................................................................ 4
Conventionsand Definitions ....................................................................................... 4
Timeof Applicability of Guidelines ............................................................................ 4
Proceduresfor Becoming a CORS ............................................................................. 5
Guidelines for Establishing and Operating a CORS ................................................. 6
A . General Site Operator Requirements ............................................................... 6
B . Monument .......................................................................................................... 6
B .1. Stability ......................................................................................................... 6
B.2. Location, Obstructions, and Radio Frequency Environment .......................... 7
B .2.a. Location ................................................................................................. 7
B .2.b. Obstructions ........................................................................................... 7
B.Z.c. Radio Frequency Environment ............................................................... 7
B.3. Ground-based Monument .............................................................................. 7
B .3.a. Pillar ...................................................................................................... 7
B .3.b. Braced ................................................................................................... 8
B.4. Roof-based Monument .................................................................................. 8
B.4.a. Building Characteristics ......................................................................... 8
B.4.b. Location and Attaching to a Building .................................................... 8
B.S. Attaching Antenna, Mount and Monument .................................................... 8
B .6. Orienting Antenna ......................................................................................... 9
B .7. Antenna Cable ............................................................................................... 9
C . Equipment .......................................................................................................... 9
C.1. Antenna ........................................................................................................ 10
C.2. Antenna Radome .......................................................................................... 10
C.3. Receiver, Settings, and Power Supply ........................................................... 10
D . Communications, and Data Archiving ............................................................. 11
E . Site Metadata .................................................................................................... 12
E.1. Digital Photographs ...................................................................................... 12
E.2. Site Log ....................:................................................................................... 13
F. Assessment of National Versus Cooperative CORS ........................................ 13
G. Cooperative CORS Web Page Specifications ....................................................14
H. Quality Control and Day-to-Day Site Operations ........................................... 14
APPENDIX 1: Form for Evaluating a Proposed CORS site .................................... 16
APPENDIX2: Site Log Instructions ......................................................................... 19
APPENDIX3: Blank Site Log........... ........................................................................ 23
APPENDIX4: Sample Site Log ................................................................................. 29
CORS Guidelines 2 of 33
Summary of Updates
Guidelines Effective: 1 January 2006
Document Updated: 21 June 2006
Revisions:
19 Jul 2006Section E2 added link for blank log and corrected reference for sample log.
Appendix 3 modified location of blank log.
28 Mar 2006 Fixed two bad URL's
08 Feb 2006Procedures: Added explanation for appeals of SST modification request; Added
explanation of applicability of guidelines to existing stations. Modified Procedures
for becoming a CORS, requested native binary data rather than RINEX and access
to ftp site; Section B.S, added explanation for need of a leveling and orienting
device, restricted use of tribrachs, corrected filename how to_modify_a_tribrach
adaptor; C.2. Defined PCV; D corrected GPS to UTC time; D. National archiving by
site operator of native binary files increased from 14 days to 30 days; D corrected
error in �le name for RINEX archive and specified file name for archiving
obs,nav,eph etc files; E.1 Azimuthal photographs must include the antenna in the
picture if at all possible; Previous G. was Day-to-Day Operations now Cooperative
CORS Web Specifications H. Day-to-day specifications; Appendix 1 Completely
revised to make it consistent with sections in this document and easier to understand.
15 Dec 2005 Expanded section on procedures for becoming a CORS. Clarified language in Sections
B.3.a, B.4.b, B.S; B.7 expanded discussion on possible antenna cable problems and
lightning arrestors; E.1 specified photograph resolution.
04 Nov 2005 Corrected 1 typo.
14 Oct 2005 Corrected typos and wrong URL's.
07 Oct 2005 Added section on monument stability.
22 Sep 2005 Added cover page.
20 Sep 2005 Expanded section on procedures for becoming a CORS.
19 Sep 2005 Reardered sections switched A with C.
CORS Guidelines 3 of 33
NGS welcomes comments on any part of these guidelines.
Please contact Giovanni Sella giovanni.sella@noaa.gov or
ngs .prop o s ed. c ors @no aa. gov
CORS Guidelines 4 of 33
Introduction
This document outlines the requirements and recommendations for establishing and operating GPS
stations in the Continuously Operating Reference Station (CORS) network, managed by NOAA's
National Geodetic Survey (NGS). The CORS network is a multi-purpose cooperative endeavor
involving more than 150 government, academic, commercial, and private organizations. Although
participation in the CORS network is voluntary site operators must adhere to certain basic standards
and conventions. CORS sites have a fundamental role in establishing and giving access to the
National Spatial Reference System. These guidelines aim to minimize GPS signal distortion and
maximize the quality of calcuYated positions, in accordance with models used in processing GPS
data, to obtain centimeter to sub-centimeter accuracy.
NGS emphasizes it will not automatieally include a station in the CORS network simply because
it meets the criteria described in this document. Selection is made on a case-by-case basis; taking
into account current CORS network coverage needs, the quality of data and robustness of
communication of existing or potential nearby stations.
Conventions and Definitions
The following conventions have been adopted for this document.
The term "must" means that compliance is required; the term "should" implies that compliance is
strongly recommended, but not required.
Monument: The structure (e.g., pillar, building, etc), including the mount, which keeps the GPS
antenna attached to earth's surface.
Mount: The device used to attach the antenna to the monument.
Mark: This is a unique and permanent point on the monument to which the antenna reference point
is measured. This mark must remain invariant with respect to the monument.
Antenna Reference Point (ARP): The point on the exterior of the antenna to which NGS references
the antenna phase center position.
Antenna phase eenter: The electrical point, within or outside an antenna, at which the GPS signal is
measured. The realization of the phase center is determined by the set of antenna phase center
variations (PCV) corrections that have been defined/adopted by NGS to account for the non-
ideal electrical response as a function of elevation and azimuth angles.
Antenna eccentricity: The vertical and horizontal distances from the mark to the ARP.
Site operator: Point of contact responsible for operating the CORS site
Site log: Plain ASCII file that contains all historical information about a site and details the
equipment and monument used.
Time of Applicability of Guidelines
CORS sites accepted before 1 January 2006 may deviate from monumentation requirements
(Sections A and B), but must comply with all C.3 Equipment Settings, D: Communications and Data
Archiving, and D: Site Metadata.
CORS sites accepted after 1 January 2006 must abide by all sections of the guidelines.
The guidelines will continue to be revised as technology and NGS's needs change. NGS will be
responsible for ensuring that site operators are informed of any needed changes and giving them an
appropriate time frame to incorporate any changes.
CORS Guidelines 5 of 33
Procedures for Becoming a CORS �
1) Site operators should ensure that their site meets all the criteria outlined in sections A-E of this
document. NGS strongly recommends that before a CORS site is built NGS is contacted,
ngs.proposed.cors@noaa.gov to obtain site specific advice on the proposed location, choice of
equipment, and installation method; this should significantly reduce the chance that a site is
rejected or require major and/or costly modifications
2) Send e-mail to ngs.proposed.cors@noaa.gov with "Proposed CORS Site" in the subject line and
in the body of the e-mail a short description of the site, its location, and contact information. By
using this e-mail address rather than an individual NGS employee's site operators will ensure a
more timely response.
3) Supply the following (Appendix 1 will help):
- Site photographs (Section E.1.)
- Completed site log (Section E.2.)
- Link to ftp or http archive with native binary files, if this is not possible then 3 24hr RINEX
observation files with GPS day of year included in the file name.
4) NGS will check data quality and verify the completeness and accuracy of the site log
5) If between the time the site is proposed and the site is accepted any changes are made to the site or
equipment the site operator must immediately send an e-mail to ngs.proposed.cors@noaa.gov
with the site ID in the subject line and a description of the changes, including serial numbers or
firmware versions and updated pictures if necessary.
6) NGS's Site Selection Team (SST) meets every 1-2 weeks and will evaluate the site using the
criteria outlined in Appendix 1. The site will be accepted, conditionally accepted, or declined.
The SST consists of 5-6 volunteer members from the Spatial Reference Division and Geosciences
Research Division, these individuals are involved in a variety of tasks including daily analysis of
CORS data, archiving of CORS data, and installing CORS sites.
If the site is conditionally accepted: The site operator must comply with the requested
changes. These may involve changing the equipment setup, removing nearby
obstructions, or modifying metadata after which the information is resubmitted with
updated photographs, if needed, to the SST.
If the site is accepted into either National or Cooperative CORS:
7) — National - NGS will coordinate with the site operator to establish data flow to NGS and begin
archiving of data
7) — Cooperative - NGS will coordinate with the site operator to ensure that the operator's web page,
and data archiving are acceptable
8} Once a site is accepted the site is transferred from the SST to the CORS archive and operations
group. Any changes that are made after this time to the site or equipment must be immediately
sent via e-mail to ngs.corscollector@noaa.gov with the site ID in the subject line and a
description of the changes e.g. new serial number(s), firmware versions, updated picture(s), etc.
9) NGS will add the site to the CORS webpage
10) NGS will begin analyzing the data and upload all site metadata to NGS's internal database
11) NGS will publish the official coordinates and velociry for the site
12) NGS will publish in its newsletter and on its base map the new site.
If a site operator disagrees with the SST decision they are encouraged to appeal the decision
to the SST. They should explain in detail why they believe the decision is not appropriate and
how the guidelines should be modified or reconsidered.
CORS Guidelines 6 of 33
Guidelines for Establishing and Operating a CORS
A. General Site Operator Requirements
All correspondence about an accepted and operating CORS site must be sent to:
ngs.corscollector@noaa.gov with the 4-character site ID in the subject line, or city
and state name if no site ID is assigned. By using,this e-mail address rather than an
individual NGS employee's site operators will ensure a more timely response.
The site operator provides and maintains all CORS equipment. Since NGS does not operate the
site(s) NGS should not be considered the primary verifier of a site's data quality, the site operators
should have their own data integrity checks.
The site operator must inform NGS of any planned outages, changes in equipment and firmware --
especially changes in antenna, radome, and physical space surrounding the antenna -- as soon
as they become known to the site operator.
A CORS site is expected to have high data quality and a lifetime of at least 15 yrs. The latter also
applies to the critical volume of space around the antenna that should remain undisturbed throughout
the lifetime of the CORS site. Power and Internet outages should be infrequent and short-lived,
B. Monument
Since there is no "perfect" monument, these guidelines only aim to avoid designs that are known to
cause (or are likely to cause) data quality issues, based on designs used in CORS/IGS (International
Global Navigation Satellite System Service) during the last 12 years.
GOALS: First, ensuring that the antenna is well anchored to the ground is essential so the
position and velocity associated with a given site represents the crustal position and velocity
of the site, not just of the antenna. Second, minimize multipath and differences in antenna
phase center position as compared to models used in data a�zalysis.
B.1. Stability
A CORS monument should be designed to maximize its stability (maintain a fixed position in
three dimensions) and minimize measurement of near-surface effects. The uppermost part of the
ground is subject to the greatest amount of motion e.g. soil expansion and contraction due to changes
in water saturation, frost heave, soil weathering, thus increasing the depth of the monument
improves its stability. A detailed discussion of benchmark stability that is equally applicable to
CORS monuments is given in "NOAA Manual NOS NGS 1 Geodetic Bench Marks" especially
pages 1-11. See: http://www.ngs.noaa.gov/PUBS LIB/GeodeticBMs
CORS sites should be designed to be at least Class B and hence minimize the impact of:
-Caverns, sink holes, and mines
-Areas where there is active fluid/gas pumping.
-Frost heave, shrinking and swelling of soil and rock
-Soil expansion and contraction
-Slope instability
-Soil consolidation
-Motion intrinsic to a monument e.g. thermal expansion and contraction
CORS Guidelines 7 of 33
NGS strongly recommends that if in doubt about the soil and geologic conditions, a conservative
"worst case" scenario is assumed.
B.2. Location, Obstructions and Radio Frequency Environment
B.2.a. Location
Choose an open area with minimal obstructions and minimum likelihood of change in the
environment surrounding the monument; e.g. avoid sites with future tree or shrub growth, building
additions, rooftop additions, new antenna masts, satellite dishes, parking lots, chain link fences, etc.
B.2.b. Obstructions
No obstructions 10 degrees above the horizon from the ARP and minimal obstructions from 0 to 10
degrees.
WHY: The greater the volume through which uninterrupted/unreflected signal can reach
the antenna, the greater the likelihood of a robust position estimate. No lightning rods, RTK
broadcast antennas, or any other objects should extend above the antenna or be anywhere
within 3 m of the antenna and all should be below the 0 degree of the horizontal surface
containing the ARP.
B.2.c. Radio Frequency Environment
The signals received by a CORS antenna and receiver can be detrimentally affected by interference
from other radio frequency sources (e.g. TV, microwave, FM radio stations, cellular telephones,
VHF and UHF repeaters, RADAR, high voltage power lines). This can cause additional noise,
intermittent or partial loss of lock or even render sites inoperable. Every effort should be made to
avoid proximity to such equipment now and in the future, and all such equipment must be
documented in the site log.
B.3. Ground-based Monument
B.3.a. Pillar
-Should be approximately 1.5 m above the ground surface to mimic the geometry used at NGS's
antenna phase center calibration facility. However, in light of possible obstructions (see B.2.
Location, Obstructions, and Radio Frequency Environment), a taller monument may be
necessary.
-Must have a deep foundation, Class B, that extends at least 4 m below the frost line and/or the
center of mass of the pillar must be below the frost line (see B.1. Stability).
-The top of the pillar MUST be narrower than the widest part of the antenna, and the smaller the
surface the better. In constructing the pillar, consider that future antennas may be smaller; hence
the narrower the top of the pillar the better. The distance between the top of the pillar (if it has a
surface) and the antenna should be less than 5 cm or greater than 1 GPS wavelength (---20 cm).
This will allow enough room to manipulate a leveling and orienting device (see B.S. Attaching
Antenna, Mount, and Monument). These recommendations apply to the top of the pillar only; a
very narrow pillar would be unstable and not recommended, however tapered pillars are good.
WHY: This will mitigate multipath issues. For construction of pillar type monuments
consult the following web links:
www.ngs.noaa. gov/CORS/CorsPP/forum2004/ray.ppt
gsc.nrcan. gc. ca/geodyn/wcda/gpsmon_e.php
CORS Guidelines 8 of 33
B.3.b. Braced
These monuments are especially stable and well anchored to the ground, although more expensive
than pillars. Extensive diagrams with details of all aspects of constructions are available at:
http: //pboweb.unavco. org/?pageid=45
http://www.unavco.org/facility/proj ect_support/permanent/monumentation/deepdrilled.html
http://www.unavco.org/faciliry/proj ect_support/permanent/monumentation/sdbm.html
B.4. Roof-based Monument
B.4.a. Building characteristics
Only masonry buildings are permitted and solid brick or reinforced concrete ones are
recommended. The building should have been built at least 5 years previously, to increase the
likelihood that all primary settling of the building has occurred. There should be no visible cracks on
the outside or inside walls. Buildings taller than two stories are not recommended. No wood or
simple metal frame with metal walled buildings, and no metal roofs.
WHY: This will minimize the effects of thermal expansion as well as multipath issues. The
following links are instructive but not exhaustive:
www. cement.ca/cement.nsf/0/742708 8E8 CB2AFF28 5256BF30063 F29C?OpenDocument
hyperphysics.phy-astr. gsu. edu/hbase/tables/thexp.html
www.masonryinstitute.com/guide/part4/construction b2�gl.html
B.4.b. Location and Attachment to a Building
-Stainless steel is recommended for longevity (Angle iron or circular pipe). Aluminum is not
recommended as it has approximately twice the thermal expansion of steel/concrete.
-The mount must be bolted directly to the main part of the building; a load-bearing wall near a
corner is recommended.
-The use of epoxy and threaded lock adhesives fasteners (bolts/anchors/rods) is strongly
recommended.
-Mounting on a chimney is not recommended unless it has been filled with concrete or if it is
particularly robust.
-The mount should not interfere with the building's replaceable roof. This will minimize the
chance that the mount will be disturbed when the roof is replaced.
Attaching laterally to a load bearing wall:
The mount should extend about 0.5 m above the roofline and be attached to the building for a
length of at least 1 m, with at least 3 anchors/bolts. The ratio of freestanding part to bolted part
should be approximately 1:3.
The bolts/anchors must penetrate directly through the mount, e.g. no u-bolts or unistrut brackets
with metal ties/clamps. Spacers to keep the mount from sitting flush against the wall are
acceptable.
Attaching vertically to a rnaster wall:
A bolt or rod must be anchored into a load-bearing wall. Take care not to void a roof warranty.
Avoid metal flashing on a parapet wall.
B.S. Attaching Antenna, Mount and Monument
A device must exist between the monument and the antenna that allows: First, the antenna to be
leveled and oriented to north (see B.6. Orienting Antenna). Second, if the antenna is changed,
the new ARP must return to the exact same point in 3-dimensional space as the previous ARP,
CORS Guidelines 9 of 33
or the change in position between the mark (See definitions) and the ARP must be measured to
within 1 mm.
WHY: If the antenna is simply attached to a threaded rod when it is replaced the new antenna
may not return to the same 3-D position or may be oriented differently (the latter would be
immaterial only if the phase center variation model is perfectly symmetrical). Both events would
require a new position to be compzrted, which is undesirable.
The antenna must be .leveled to within 0.15 degrees ar 2.5 mm/meter (This is easily achieved using
a good quality spirit level available in most hardware stores)
Tribrach's are not permitted, as there is no mechanism to lock the adjustable wheels in place.
A number of devices exist that will do this:
www.ngs.noaa.gov/CORS/Articles/modifying_a tribrach adaptor.pdf
www.unavco. org/facility/proj ect_support/permanent/equipment/mounts/levelingmount.html
www.unavco. org/facility/proj ect_support/permanent/equipment/mounts/scignmount.html
B.6. Orienting Antenna
The antenna must be oriented to true north using the convention of aligning the antenna cable
attachment point, unless the antenna has a different inscribed North point. Remember that
declination is the angle between magnetic north and true north. A magnetic declination calculator
far setting a compass correctly is available at:
http://www.ngdc.noaa.gov/seg/geomag/j sp/Declination.j sp
The declination used must be recorded in the log file (see E.2. Site Log).
WHY: All antenna phase center patterns assume an oriented antenna, and phase center
values can differ between north and east by up to a centimeter.
B.7. Antenna Cable
The antenna cable should not be under tension. Looping the first section of cable next to the
antenna and attaching it to the mount can best avoid this problem. If the cable is not encased in
conduit, then care should be taken that it will not move around and be damaged. Take particular care
at any point where the cable is subject to increased friction, e.g. edges and egress points. Typical
GPS antenna cables for CORS (RG213/RG214) have a signal loss of 9 db/100ft/30m at 1Ghz. Total
loss for installed length of cable at a CORS must be 9 db or less, implying a maximum cable length
of 100ft/30m. If a longer cable is needed then a lower loss cable must be used (The type,
manufacturer, and length of cable must be listed in the site log, see E.2}.
The antenna cable should directly connect to the receiver and antenna, no connectors should be
inserted e.g. TNC to N-type. The junction point of the antenna cable and antenna after the two have
been connected should be sealed with waterproof material e.g. butyl wrap.
Site operators are strongly recommended to insert a lightning arrestor in the antenna cable between
the antenna and the receiver with its own independent ground. The arrestor should be located on the
outside of the building at or near the egress point of the cable into the building. This should protect
the receiver in the event of a lightning strike on or near the antenna. The following URL may be
helpful, and clearly indicates the potential signal loss created by a poorly selected arrestor:
http://www.unavco. org/facility/proj ect_support/permanent/equipment/lightning/lemp_report.html
C. Equipment
Site operators must keep all receiver firmware updated, and inform NGS as soon as updates occur
by e-mailing ngs.corscollection@noaa.gov, please specify 4-character site ID in the subject line.
CORS Guidelines 10 of 33
NGS strongly recommends that equipment be upgraded and/or replaced as technology changes, e.g.
new GPS signals added. Equipment changes should however be minimized as they have the
potential of resulting in a change in position. If data quality decreases and the site operator is unable
to replace /upgrade equipment or otherwise mitigate a problem, NGS may choose to remove the site
from the CORS network (see H. Quality Control and Day-to-Day Site Operations)
C1. Antenna
-The antenna must be at least dual-frequency (L1 and L2).
-An NGS calibrated phase center model for the antenna model must be available. If the user
chooses to install a radome (see C.2. Antenna Radome), an NGS calibrated antenna phase center
model for the antenna and radome pair must be available. The NGS database of calibrated
antenna and radome combinations is available at:
http://www.ngs.noaa. gov/ANTCAL
WHY: A consistent phase center and ARP for the antenna is essential to tie the GPS
measurements to the mark. Ignoring the phase center variations can lead to multi-
centimeter errors. All analysis of GPS data at NGS requires that an NGS-validated phase
center model be used to calculate the official positional coordinates for a CORS site.
Antennas must be inspected regularly for damage.
C.2. Antenna Radome
NGS strongly recommends that no antenna radome be used.
WHY: It is well documented that an antenna radome changes the antenna phase center
position. Its benefit is limited as antennas are constructed so they do not need the
`protection" of a radome. The choice of material used, the effects of UV radiation, as well
as possible manufacturing inhomogeneities in the thickness of certain radomes, may create
additional problems in using a single Phase CenteY Yariation (PCV) model foY a paYticular
radome model. These two problems imply that ezther a time-dependent effect on the PCV
exists as the radome deteriorates or a calibration of each individual radome is needed, as a
general model calibration would not be valid e.g.
http: //pasadena. wr. usgs.gov/scign/group/dome
If a radome is used, the antenna and radome pair must have been calibrated together by NGS (see
C.1. Antenna).
C.3. Receiver, Settings, and Power Supply
Receivers must be able to:
- Track at least L1 and L2
- Track at least 10 satellites above 0 degrees
- Automatically switch between operating modes to retain full wavelength L2 when
Antispoofing (AS) is switched on
- Provide L1 C/A-code pseudorange or P-code pseudorange and L1 and L2 full wavelength
carrier phase
- Sample at a frequency of at least 30-seconds
Receivers must be programmed:
CORS Guidelines 11 of 33
- So that no smoothing is applied to the observables
- Track with an elevation cutoff angle of 5 degrees and 0 degrees is strongly preferred
- Record at 30, 15, 10, 5 or 1-second sampling intervals
- Log hourly blocks (strongly preferred), or 24hr blocks of GPS time. Dptimal configuration is
to deliver data in real time to NGS
- Track all satellites regardless of health status
WHY: The criteria used by the Department of Defense for designating an unhealthy
satellite are not always applicable to certain CORS users.
Receivers must have an uninterrupted power supply with a minimum of 5 minutes backup power,
30+ minutes strongly preferred.
D. Communications and Data Archiving
All data transfers between NGS and the operator's site must be done via the Internet.
NGS must be able to retrieve or receive the data immediately after the hour if logging hourly or
after 2400h GPS time.
Site operator's web and ftp server must operate 24hrs a day.
National CORS Archivin Coo erative CORS Archivin
NGS will create RINEX-2 files that will be Site operator will create RINEX-2 formatted
archived by NGS, indefinitely. data that must be stored on-line for a minimum
of 30 da s.
Native binary data must be made available to Site operator must make RINEX-2 data
NGS immediately after the hour if logging available to the public immediately after the
hourly, or after 2400h GPS time. hour if lo ging hourly, or 2400h GPS time.
Site operator must keep native binary data on- Site operator may also make native binary data
line and accessible by NGS for at least 30 available on-line, 30 days preferred.
days, (NGS will not archive native binary
data).
All file names and associated dates must be recorded with respect to GPS time (UTC plus 14s) NOT
local time (Most GPS receivers will convert UTC to GPS time without user input).
Directory stnzcture at operator's site MUST use the following convention and be all in lowercase:
/base directory/native/yyyy/ddd/ssss/ssssdddh[mm].[c]
/base_directory/rinex/yyyy/ddd/ssssfssssdddh[mm].yyt. [c]
If a site operator wants to deliver RINEX observation, meteorological, navigation, etc. files as a
group/archive, the files within the archive must be uncompressed and the archive must be labeled:
ssssdddh[mm].yy.c
Files must use the following convention all in lowercase, which follows the RINEX convention:
ssssdddh[mm].yyt. [c]
CORS Guidelines 12 of 33
base_directory — can be any directory on the site operator's ftp server where data are going to be
stared.
ssss - the four-character site ID (see E.2. Site Log)
ddd - the GPS day of year,
yyyy — four digit GPS year
h- a letter that corresponds to an hour-long GPS time block (see below) or 0(zero) for a fu1124hr
GPS time block.
00 O1 02 03 04 OS 06 07 08 09 10 11 12 13 14 15 16 17 18 19 20 21 22 23
a b c d e f g h i j k 1 m n o p q r s t u v w x
mm applies only to sites that record in less than 1 hour time blocks and consists of the minutes
after the hour that the file begins e.g. if 30 minute files are collected then 00 and 30 would be
used.
yy - the last two digits of four digit GPS year (e.g. 2004 is 04)
t- the file type as:
o — observation
d— observation Hatanaka compressed. The source code for creating and uncompressing this
format is available at: ftp://terras.gsi.go.jp/software/RNXCMP
m — meteorological
n — navigation
s — summary
c- compression is optional, but recommended as it saves bandwidth, but must be one of the
following three types:
zip — zip
gz — gzip GNLT zip (preferred) and available at: http://www.gnu.org/software/gzip/gzip.htm
Z — iJNIX compressed
The native binary files will obviously have the manufacturer specific extensions but should mimic
the afore mentioned format as closely as possible.
E. Site Metadata
E.1. Digital Photographs
A set of sharply focused digital photographs, at least 300 dpi at 5"x7", are required to evaluate and
document a site. When taking photographs, please remember that their purpose is to give a clear
view of the equipment being used, how it is assembled, as well as the space around it for someone
who has not visited the site. Photographs must use the filename specified in bold between the
dashes —(where ssss is the 4-charcter site ID). The convention to use for azimuth direction is 000 -
north, 090 - east, etc. Jpg format is preferred. The photographs must include:
— ssss_monu.jpg — A photograph showing the monument (pillar/braced/building) and antenna. The
ground surface of the building or monument and antenna must be visible.
— ssss mark.jpg — A photograph showing the mark. If no unique mark exists then a photograph of
the threaded section of the mount, either laterally or from above the monument should be
taken. (If the site has been collecting data then DO NOT REMOVE the antenna and instead
ignore this photograph.
— ssss_ant_monu.jpg — A close-up photograph that shows how the antenna is attached to the
monument.
CORS Guidelines 13 of 33
-Four oriented photographs taken at the height of the ARP surface. The antenna should be
included in the photograph but it should not significantly block the ability to view what lies
behind the antenna, stand about 3-Sm away. If this is not possible place the camera directly at
the top center of the antenna, and point the camera in the required direction:
— ssss_ant OOO.jpg — North (000)
— ssss_ant 090.jpg — East (090}
— ssss_ant 180.jpg — South (180)
— ssss ant 270.jpg — West (270)
(If photographs from additional directions are useful please use the appropriate azimuth in the
file name.
If the antenna is on a roof, you must include the following:
— ss§s ant bldg.jpg — A photograph showing "clearly" how the antenna is attached to the
building.
— ssss_ant_roof.jpg — A photograph showing the antenna and the roof surface.
— ssss_ant sn.jpg — A close-up photograph of the antenna showing its model and serial number.
— ssss_rec_sn.jpg — A close-up photograph of the receiver showing its model and serial number.
— ssss rec.jpg — A photograph of the receiver location.
These photographs must be updated if the equipment changes or changes occur in the physical
space around the antenna.
E.2. Site Log
The site log used at NGS follows the format specified by the International Global Navigation
Satellite System Service (IGS). This file contains all the historical information about a site and
details the equipment and monument used. The site log is of equal importance as the GPS data
collected at a site. Detailed instructions are given in APPENDIX 2; a blank log is given in
APPENDIX 3 and at ftp://cors.ngs.noaa.gov/cors/station_log/blank.log; a completed example log is
given in APPENDIX 4. Please fill out ALL parts for which you have information. DO NOT
DELETE any empty or inapplicable sections. Please remember that these files must be "machine
readable" and therefore should be saved as ASCII files and have the exact spacing as described in
the instructions (APPENDIX 2). Most entries can only be on one line, if more information is
needed please enter it in the Additional Information part of each section. A web-based interface is
being built.
F. Assessment of National Versus Cooperative CORS
The main difference between National and Cooperative CORS is that for National CORS sites the
public obtains the data from NGS, whereas for Cooperative CORS sites the public obtains the data
from the site operator.
National Coo erative
Site o erates 24 hours/da , 7 da s/week Site o erates 24 hours/da , 7 da s/week
NGS make RINEX-2 data publicly available Site operator makes RINEX-2 data publicly
indefinitel available for 30 da s minimum on-line
NGS produces RINEX-2 files and ensures Site operator produces RINEX-2 files and ensures
accurac of RINEX headers. accurac of RINEX headers.
• NGS maintains web site, with all meta data Site operator maintains web site with all meta data
( hotos, site lo , NGS osition information) ( hotos, site lo , and link to NGS osition
CORS Guidelines 14 of 33
information) and a link to the NGS Cooperative
CORS web a e
CORS map located on NGS web site links to CORS map located on NGS Web site links to GPS
GPS data in NGS archive data on site o erator's web site
NGS checks ositional coordinates dail NGS checks ositional coordinates dail
OPUS utility automatically selects three OPUS utility allows manual user selection of up to
National CORS for calculatin ositions three Coo erative CORS for calculatin ositions
For inclusion, the site must significantly Most qualified sites are accepted
enhance the functionality of the National CORS
network in terms of coverage, data quality,
reliability, latency, equipment quality, real-time
data, etc.
G. Cooperative CORS Web Page Guidelines:
The Cooperative CORS site operator must establish a web page through which the public can
access information and data for the site. It must contain the following in a clear and simple way:
-Access to RINEX-2 data via an anonymous ftp or web server. The archive must follow the
structure listed in section D.
-The 10-12 photographs that serve as pictorial metadata of the site labeled as specified in Section
E1.
-The site log as a plain ASCII formatted file as described in Section E2.
WHY: NGS must be able to routinely download this file, parse it and verify that the metadata
at the site is consistent with the information used to compute the daily coordinates. It macst
not be a.pdf, .doc, .wpd, .ppt, etc. as these formats cannot be parsed by NGS.
-A link, not a copy, to the official NGS coordinates to a site.
-A link to the NGS Cooperative CORS page:
http: //www. ngs. noaa. gov/C ORS/Coop
-A link to the NGS CORS page
http://www.ngs.noaa.gov/CORS ,
Optional content:
A link to the 60-day plots published by NGS. These plots show the difference between the
NGS published coordinates and the daily computed coordinates for the previous 60 days.
H. Quality Control and Day-to-Day Site Operations:
To ensure data quality the following verifications will be made on a daily basis using TEQC
(Translating, Editing, Quality Checking) to check the quality of the incoming 24hr RINEX files
decimated to 30-s epochs. TEQC is freeware available for a variety of computer platforms and
operating systems from: http://www.unavco.org/facility/software/teqc/teqc.html
- MP1 represents the RMS multipath in meters on the L1 pseudorange observable, averaged for a
50-point moving window (25 minutes for 30-s epochs).
- MP2 represents the RMS multipath in meters on the L2 pseudorange observable, averaged for a
50-point moving window (25 minutes for 30-s epochs).
- o/slp represents the average number of complete observations before a slip occurs simultaneously
on the derivative of the ionospheric delay observable and/or both MP 1 and MPZ.
- IODsIp represents the number of slips on the derivative of the ionospheric delay observable.
CORS Guidelines 15 of 33
The TEQC statistics will be supplemented with those obtained by forming the ionospheric free
linear combination of the Ll and L2 phases by the method of double differences. This is the method
used by NGS to calculate daily site coordinates. Note that double differences are dependent on data
quality from two sites, unlike TEQC statistics.
The combination of the afarementioned performance measures will be used to recommend
equipment upgrades for prospective or existing sites whose data under-perform compared to its
established peers (CORS network). In addition, these results will be used to search for systematic
effects in the CORS network, such as a tendency for a model of receiver or antenna to under-perform
when compared to its peers.
CORS Guidelines 16 of 33
APPENDIX 1: Form for Evaluating a Proposed CORS
21 June 2006
Dear ,
Thank you for submitting your GNSS site, ** to be considered as part of the National
Geodetic Survey's CORS network. The Site Selection Team (SST) has reviewed your site and has
the following comments.
If you have any questions or once you have updated the missing or updated information please:
1) e-maii ngs.proposed.cors@noaa.gov
2) Ensure you include the 4-character Site ID** or city and state in the subject line.
These steps will result in all members of the SST receiving your e-mail and hence a faster
response than an e-mail to an individual NGS employee.
Yours sincerely,
CORS-SST
**This is a proposed SITE ID unless NGS has already assigned you this 4-character site ID.
Otherwise, once your site has been accepted the NGS operations and data archive group will check if
your preferred 4-character site ID is available in a global database of GNSS 4-character site ID's and
reserve it or offer an alternative one.
In the table below unless otherwise specified "Sections" refer to those in Guidelines for New and
Existing CORS available at:
http: //www.ngs.noaa. gov/PUB S_LIB/CORS_guidelines.pdf
Site Location and Obstructions '� w'' �,
~ ~ U
Section B.2 z � ° �
B.2.a Location
B.2.b Obstructions
B.2.c Radio Fre uenc Environment
Additional comments:
Ground-based Monument � � �
Section B.3. z � ° �
B.3.a To of illar width narrower than antenna
B.3.b Braced monument
Additional comments:
Roof-based Monument � � �.
Section B.4. Q ' ° �
�
B.4.a Buildin made of mortar
B.4.b Mount attachment bolts
CORS Guidelines 17 of 33
B.4.b Mount bolted len th to free standin len th
Additional comments:
Attach. Antenna, Mount and Monument, Orienting
Antenna, Antenna Cable � �; �
Section B.5-B.7. Q � ° �
B.5 Levelin and orientin device
B.5 Antenna level
B.6 Antenna oriented to North
B.7 Antenna cable tension
Additional comments:
Equipment � �'' c,
U
Section C. Q � ° �
C.l Valid antenna e
C.2 Valid radome e
C.3 Valid receiver e
Additional comments:
Site Metadata: Digital Photographs Photograph � ��' �,
� �
SeCti0I1 E.1. name Q •- o �
A Photograph showing the monument (pillar/
bracedlbuildin and antenna ssss monu
B Photo ra h showin the mark ssss mark
C Photograph that shows how the antenna is
attached to the monument � ssss ant monu
D Photo ra h of view 000 north ssss ant 000
E Photo ra h of view 090 east) ssss ant 090
F Photo ra h of view 180 south) ssss ant 180
G Photo ra h of view 270 west ssss ant 270
If the antenna is on a roof, you must include
the followin :
H Photograph showing "clearly" how
the antenna is attached to the ssss_ant bldg
buildin .
I A photograph showing the antenna
and the roof surface ssss ant roof
J A photograph of the antenna showing model
and serial number ssss ant sn
K A photograph of the receiver showing
model and serial number ssss rec sn
L A hoto ra h of the receiver location ssss rec
CORS Guidelines 18 of 33
M Resolution and size of hoto ra hs
Additional comments:
Site Metadata: Site Log � �'' �'
.� ,� �
Section E .2 (S.1,S.3,S.4 are log file sections) Q ~ ° �
z
S.1 Detailed monument information
S.1 Hei ht of monument and dimensions of material
S.1 Dimensions of buildin /monument foundations
S.1 Descri tion of materials used
S.1 Date Installed
S.3 Receiver name and serial number match hoto ra h
S.3 Receiver install and removed dates are valid
S.4 Antenna name and serial number match hoto a h
S.4 Antenna install and removed dates are valid
S.4 Antenna cable e and len h
5.11-12 Contact information
Additional comments:
� w � �
Data Quality and Geographic Location Q � o �"
,
3 24hr da s of data
TE C results
Distance to nearest CORS
Additional comments:
a�
>
Site is recommended as � �
� � �
Section F. •� ° o
� � o
c z
Site is recommended
Additional comments:
CORS Guidelines 19 of 33
APPENDIX 2: Instructions for Completing Site Log
Instructions for filling out NGS site logs
Modified by NGS from IGS version of Ju12003
See log form at ftp://cors.ngs.noaa.gov/cors/station log/blank.log
General
Please prepare site logs in plain ASCII.
Line length is limited to 80 characters.
When ready, submit site logs by sending as a plain text email message to ngs.corscollector@noaa.gov
Date and time formats within the site log follow the basic format "CCYY-MM-DDThhmmZ" from ISO
8061; see
http://www. iso.ch/iso/en/prods-services/popstds/datesandtime.html
As a summary, CC=2 digit century
YY=2 digit year
MM=2 digit month
DD=2 digit day of month
T=date/time separatar
hh=2 digit hour
mm=2 digit minutes of hour
Z=UTC indicator
/=separator when begin & end times are given
A date without a time is specified like "2003-07-30", not "2003-07-30Thh:mmZ"
Latitude/Longitude formats are aligned to ISO 6709:
Lat: +/-DDMMSS.SS
Long: +/-DDDMMSS.SS
A+ or - sign is required. Leading zeroes must be used as appropriate to maintain the DDMMSS and
DDDMMSS format.
Valid longitude range is from -180 degrees to (infinitesimally less than) +180 degrees. Valid latitude range is
-90 degrees to +90 degrees.
"etc" indicates you may enter any relevant answer, not just a choice of the suggestions shown.
"F7.4," "A4" and so on indicate the FORTRAN-style format which the response should have.
Example 12345.7 = F71
ABED = A4
Blocks which have a"Nix" definition (namely sections 3-10) should always have the complete historic set of
information; when a change is made, the previous information is left (for example in section 3.1) and the new
information is placed in a new block numbered 3.2. Please leave the .x sections uncompleted to remind
yourself of the format when the next change occurs.
CORS Guidelines 20 of 33
Please remove the response hints such as "(F7.4 N/S)" as you fill out the log (except in the .x sections and
Date Removed fields for currently installed equipment, which you must not alter). If an answer in an optional
field is unknown, try to learn the answer for the next log update.
If you have any questions not answered here, please feel free to contact the NGS: ngs.corscollector@noaa.gov
Special Instructions by section
0. Form
If Update:
Previous Site Log : (ssss_CCYYMMDD.Iog)
ssss = 4 character site name
If Update:
Modified/Added Sections : (n.n,n.n,...)
Enter the sections which have changed from the previous version
of the log. Example: 3.2, 4.2
1. Site IDentification of the GNSS Monument
---------------------------------------------
Four Character ID : (A4)
This will be assigned by NGS
IERS DOMES Number : (A9)
This is NOT required. NGS may choose to assign one at a later time
Monument Description : (PILLAR/BRASS PLATE/STEEL MAST/FICTIVE/etc)
Enter one or more elements as necessary to describe the monument and mount.
Additional Information : (multiple lines)
Give a short paragraph description of the monument and mount used at your site. In particular describing
the materials and methods used in building the monument.
2. Site Location Information
-----------------------------
Approximate Position (ITRF)
This should be to a one meter precision. Use OPUS coordinates in ITRF. If the site is accepted
official coordinates will be determined by NGS.
3. GNSS Receiver Information
--------------------------------------
Receiver Type :(A20, from rcvr ant.tab; see instructions)
Please find your receiver at ftp://igscb.jpl.nasa.gov/pub/station/general/rcvr_ant.tab
CORS Guidelines 21 of 33
and use the official name i.e. receiver type not description, taking care to get capital letters, hyphens, etc.
exactly correct. If you do not find a listing for your receiver, please notify NGS: ngs.corscollector@noaa.gov
Serial Number : (A20)
Keep the 5 significant characters of the serial number field in SINEX in mind: do not enter "S/N 12345"
instead of "12345" since valuable information will be lost. Ensure that 0(zero) are not O(ohs) or vice a versa).
Firmware Version : (All)
Keep the 11 significant characters of the field in SINEX in mind. Ensure that 0(zero) are not O(ohs) or
vice a versa},
Elevation Cutoff Setting : (deg)
Please respond with the tracking cutoff as set in the receiver, regardless of terrain or obstructions in the
area. NGS requires that the receiver is set to 5 degrees or preferably 0 degrees.
Temperature Stabiliz. :(none or tolerance in degrees C.)
This refers to the temperature of the room in which the receiver is housed.
Date Removed : (CCYY-MM-DDThh:mmZ)
In the block far the receiver currently in operation, leave this line as is to remind yourself of the format
when the next receiver change is made.
4. GNSS Antenna Information
---------------------------------------
Antenna Type : (A20; see instructions)
Please find your antenna type at
http: //www.ngs. noaa. gov/ANTCAL/index. shtml
Do not enter the antenna description, taking care to get capital letters, hyphens, etc. exactly correct. If you do
not find a listing for your antenna, please notify NGS (ngs.corscollector.gov).
Serial Number : (A20)
Do not enter "S/N 12345" instead of "12345" since valuable information will l�e lost. Ensure that 0(zero)
are not O(ohs) or vice a versa).
Antenna Reference Point ; BPA
Locate your antenna in the file
http: //www.ngs. noaa. gov/ANTCAL/index. shtml
The arrow on the diagram for your antenna is the ARP. The most commonly used abbreviation used at NGS
for this point is the BPA.
Marker->ARP Up Ecc. (m) : (F8.4)
Marker is the permanent and unique mark, dimple/cross hair, to which the antenna ARP is referenced.
This is the antenna height measured to an accuracy of lmm and defined as the vertical distance of the ARP
from the mark described in section 1. If zero then enter 0.0000.
Marker->ARP North Ecc(m) : (F8.4)
Marker->ARP East Ecc(m) : (F8.4)
These must be filled in and will usually be 0.0000.
Alignment from True N:(deg; + is clockwise/east)
CORS Guidelines 22 of 33
The positive direction is clockwise, so that due east would be equivalent to a response of "+90"
Antenna Radome Type :(A4 from rcvr_ant.tab; see instructions)
Place a radome code from
ftp://igscb.jpl.nasa.gov/pub/station/general/rcvr ant.tab
"NONE" indicates there is no external radome. If an antenna has a cover which is integral and not
ordinarily removable by the user, it is considered part of the antenna and "NONE" is to be used for the radome
code.
Ensure that the antenna and radome pair are present in the NGS calibration page
Date Removed : (CCYY-MM-DDThh:mmZ)
In the block for the antenna currently in operation, leave this line to remind yourself of the format when
the next antenna change is made.
5. Surveyed Local Ties
-------------------------------------------------------------
Local ties to other marks on the site should be determined in ITRF coordinates to lmm precision in all 3
dimensions. Offsets are given in geocentric Cartesian coordinates (ITRF).
8. MeteorologicalInstrumentation
-------------------------------------------------------------
Height Diff to Ant : (m)
Positive numbers indicate met instrument is ABOVE GPS antenna.
12. Responsible Agency (if different from 11.)
-------------------------------------------------------------
The primary contacts listed here should always be the first choice for questions about operation of the site.
This person will receive automated emails regarding site log or RINEX errors and should be someone who
can answer questions about the configuration and data delivery for this site.
13. More Information
-------------------------------------------------------------
Primary Data Center .
Secondary Data Center :
If National CORS then Primary Data Center is
ftp ://c ors. ngs . no aa. gov/c ors
If Cooperative CORS it is site operator's ftp or http RINEX file archive
URL for More Information :
This would be the site operator's web page if any additional information exists.
Additional Info rmation:
Anything you feel is important. (This could also be kept at your local www site and referred to by URL in the
log).
CORS Guidelines 23 of 33 ,
APPENDIX 3: Blank Site Log
XXXX Site Information Form (site log)
International GPS Service
0. Form
Prepared by (full name) .
Date Prepared : (CCYY-MM-DD)
Report Type : (NEW/UPDATE)
If Update:
Previous Site Log : (ssss_ccyymmdd.log)
Modified/Added Sections : (n.n,n.n,...)
1. Site IDentification of the GNSS Monument
Site Name .
Four Character ID : (A4)
Monument Inscription .
IERS DOMES Number : (A9)
CDP Number : (A4)
Monument Description : (PILLAR/BRASS PLATE/STEEL MAST/etc)
Height of the Monument : (m)
Monument Foundation :(STEEL RODS, CONCRETE BLOCK, ROOF, etc)
Foundation Depth : (m)
Marker Description : (CHISELED CROSS/DIVOT/BRASS NAIL/etc)
Date Installed : (CCYY-MM-DDThh:mmZ)
Geologic Characteristic : (BEDROCK/CLAY/CONGLOMERATE/GRAVEL/SAND/etc)
Bedrock Type : (IGNEOUS/METAMORPHIC/SEDIMENTARY)
Bedrock Condition : (FRESH/JOINTED/WEATHERED)
Fracture Spacing :(1-10 cm/11-50 cm/51-200 cm/over 200 cm)
Fault zones nearby :(YES/NO/Name of the zone)
Distance/activity : (multiple lines)
Additional Information : (multiple lines)
2. Site Location Information
City or Town ,
State or Province .
Country ,
Tectonic Plate .
Approximate Position (ITRF)
X coordinate (m) .
Y coordinate (m) .
Z coordinate (m) .
Latitude (N is +) : (+/-DDMMSS.SS)
Longitude (E is +) ; (+/-DDDMMSS.SS)
Elevation (m,ellips.) : (F7.1)
Additional Information : (multiple lines)
3. GNSS Receiver Information
3.1 Receiver Type :(A20, from rcvr ant.tab; see instructions)
CORS Guidelines 24 of 33
Satellite System : (GPS/GLONASS/GPS+GLONASS)
Serial Number :(A20, but note the first A5 is used in SINEX)
Firmware Version : (All)
Elevation Cutoff Setting : (deg)
Date Installed : (CCYY-MM-DDThh:mmZ)
Date Removed : (CCYY-MM-DDThh:mmZ)
Temperature Stabiliz. :(none or tolerance in degrees C)
Additional Information : (multiple lines)
3.x Receiver Type :(A20, from rcvr ant.tab; see instructions)
Satellite System : (GPS/GLONASS/GPS+GLONASS)
Serial Number :(A20, but note the first A5 is used in SINEX)
Firmware Version : (All)
Elevation Cutoff Setting : (deg)
Date Installed : (CCYY-MM-DDThh:mmZ)
Date Removed : (CCYY-MM-DDThh:mmZ)
Temperature Stabiliz. :(none or tolerance in degrees C)
Additional Information : (multiple lines)
4. GNSS Antenna Information
4.1 Antenna Type :(A20,; see instructions)
Serial Number :(A*, but note the first A5 is used in SINEX)
Antenna Reference Point :(BPA/BCR/XX; see instructions)
Marker->ARP Up Ecc. (m) : (F8.4)
Marker->ARP North Ecc(m) : (F8.4)
Marker->ARP East Ecc(m) : (F8.4)
Alignment from True N :(deg; + is clockwise/east)
Antenna Radome Type :(A4 from rcvr_ant.tab; see instructions)
Radome Serial Number .
Antenna Cable Type :(vendor & type number)
Antenna Cable Length : (m)
Date Installed : (CCYY-MM-DDThh:mmZ)
Date Removed : (CCYY-MM-DDThh:mmZ)
Additional Information : (multiple lines)
4.x Antenna Type :(A20, from www.ngs.noaa.gov/ANTCAL/index.shtml)
Serial Number :(A*, but note the first A5 is used in SINEX)
Antenna Reference Point :(BPA/BCR/XX; see instructions.)
Marker->ARP Up Ecc. (m) : (F8.4)
Marker->ARP North Ecc(m) : (F8.4)
Marker->ARP East Ecc(m) : (F8.4)
Alignment from True N :(deg; + is clockwise/east)
Antenna Radome Type :(A4 from rcvr_ant.tab; see instructions)
Radome Serial Number .
Antenna Cable Type :(vendor & type number)
Antenna Cable Length : (m)
Date Installed : (CCYY-MM-DDThh:mmZ)
Date Removed : (CCYY-MM-DDThh:mmZ)
Additional Information : (multiple lines)
5. Surveyed Local Ties
5.x Tied Marker Name .
Tied Marker Usage : (SLR/VLBI/LOCAL CONTROL/FOOTPRINT/etc)
Tied Marker CDP Number : (A4)
Tied Marker DOMES Number : (A9}
CORS Guidelines 25 of 33
Differential Components from GNSS Marker to the tied monument (ITRS)
dx (m) ; �m�
d y � � (m)
dz (m) ; �m�
Accuracy (mm) ; (mm)
Survey method : (GPS CAMPAIGN/TRILATERATION/TRIANGULATION/etc)
Date Measured : (CCYY-MM-DDThh:mmZ)
Additional Information : (multiple lines)
6. Frequency Standard
6.1 Standard Type :(INTERNAL or EXTERNAL H-MASER/CESIUM/etc)
Input Frequency : (if external)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
6.x Standard Type :(INTERNAL or EXTERNAL H-MASER/CESIUM/etc)
Input Frequency : (if external)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
7. Collocation Information
7.1 Instrumentation Type : (GPS/GLONASS/DORIS/PRARE/SLR/VLBI/TIME/etc)
Status : (PERMANENT/MOBILE)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
7.x Instrumentation Type : (GPS/GLONASS/DORIS/PRARE/SI,R/VLBI/TIME/etc)
Status : (PERMANENT/MOBILE)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8. Meteorological Instrumentation
8.1.1 Humidity Sensor Model .
Manufacturer .
Serial Number .
Data Sampling Interval : (sec)
Accuracy (� rel h) :(� rel h)
Aspiration : (UNASPIRATED/NATURAL/FAN/etc)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.1.x Humidity Sensor Model .
Manufacturer .
Serial Number .
Data Sampling Interval : (sec)
Accuracy (� rel h) :(� rel h)
Aspiration : (UNASPIRATED/NATURAL/FAN/etc)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
CORS Guidelines 26 of 33
Notes : (multiple lines)
8.2.1 Pressure Sensor Model .
Manufacturer .
Serial Number .
Data Sampling Interval : (sec)
Accuracy : (hPa)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.2.x Pressure Sensor Model .
Manufacturer .
Serial Number .
Data Sampling Interval : (sec)
Accuracy . (hPa)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD}
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.3.1 Temp. Sensor Model .
Manufacturer .
Serial Number .
Data Sampling Interval : (sec)
Accuracy : (deg C)
Aspiration : (UNASPIRATED/NATURAL/FAN/etc)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.3.x Temp. Sensor Model .
Manufacturer .
Serial Number .
Data Sampling Interval : (sec)
Accuracy : (deg C)
Aspiration : (UNASPIRATED/NATURAL/FAN/etc)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.4.1 Water Vapor Radiometer .
Manufacturer .
Serial Number .
Distance to Antenna : (m)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.4.x Water Vapor Radiometer .
Manufacturer .
Serial Number .
Distance to Antenna : (m)
Height Diff to Ant : (m)
CORS Guidelines 27 of 33
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.5.1 Other Instrumentation : (multiple lines)
8.5.x Other Instrumentation : (multiple lines)
9. Local Ongoing Conditions Possibly Affecting Computed Position
9.1.1 Radio Interferences :(TV/CELL PHONE ANTENNA/RADAR/etc)
Observed Degradations : (SN RAT20/DATA GAPS/etc)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Additional 2nformation : (multiple lines)
9.1.x Radio Interferences :(TV/CELL PHONE ANTENNA/RADAR/etc)
Observed Degradations : (SN RATIO/DATA GAPS/etc)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Additional Information : (multiple lines)
9.2.1 Multipath Sources :(METAL ROOF/DOME/VLBI ANTENNA/etc)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Additional Information : (multiple lines)
9.2.x Multipath Sources :(METAL ROOF/DOME/VLBI ANTENNA/etc)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Additional Information : (multiple lines)
9.3.1 Signal Obstructions : (TREES/BUILDINGS/etc)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Additional Information : (multiple lines)
9.3.x Signal Obstructions : (TREES/BUILDLINGS/etc)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Additional Information : (multiple lines)
10. Local Episodic Effects Possibly Affecting Data Quality
10.1 Date : (CCYY-MM-DD/CCYY-MM-DD)
Event : (TREE CLEARING/CONSTRUCTION/etc)
10.x Date : (CCYY-MM-DD/CCYY-MM-DD)
Event : (TREE CLEARING/CONSTRUCTION/etc)
11. On-Site, Point of Contact Agency Information
Agency : (multiple lines)
Preferred Abbreviation : (A10)
Mailing Address : (multiple lines)
Primary Contact
Contact Name .
Telephone (primary) .
Telephone (secondary) .
Fax ,
E-mail .
Secondary Contact
Contact Name .
CORS Guidelines 28 of 33
Telephone (primary) .
Telephone (secondary) .
Fax ,
E-mail ,
Additional Information : (multiple lines)
12. Responsible Agency (if different from 11.)
Agency : (multiple lines)
Preferred Abbreviation : (A10)
Mailing Address : (multiple lines)
Primary Contact
Contact Name .
Telephone (primary) .
Telephone (secondary) .
Fax ,
E-mail ,
Secondary Contact
Contact Name .
Telephone (primary) .
Telephone (secondary) .
Fax ,
E-mail ,
Additional Information : (multiple lines)
13. More Information
Primary Data Center .
Secondary Data Center .
URL for More Information :
Hardcopy on File
Site Map : (Y or URL)
Site Diagram : (Y or URL)
Horizon Mask : (Y or URL)
Monument Description : (Y or URL)
Site Photographs : (Y or URL)
Additional Information : (multiple lines)
Antenna Graphics with Dimensions
http://www.ngs.noaa.gov/ANTCAL/index.shtml
CORS Guidelines 29 of 33
APPENDIX 4: Sample Site Log:
International GPS Service
KNGS Site Information Form
0. Form
Prepared by (full name) : Mike Craymer
Date Prepared : 2002-12-30
Report Type : UPDATE
If Update:
Previous Site Log : kngs_20020918.1og
Modified/Added Sections : 1, 11
1. Site IDentification of the GNSS Monument
Site Name : Kingston
Four Character ID : KNGS
Monument Inscription : MO23003
IERS DOMES Number : 40161M001
CDP Number : N/A
Monument Description : Stainless steel plate
Height of the Monument : N/A
Monument Foundation : Concrete block
Foundation Depth : N/A
Marker Description : Steel bolt
Date Installed : 2002-06-12
Geologic Characteristic : Bedrock
Bedrock Type .
Bedrock Condition .
Fracture Spacing .
Fault zones nearby : No
Distance/activity .
Additional Information : The GPS reference mark consists of a stainless
steel plate with a forced centering stainless
, steel bolt embedded on top of a 8 m high, 25 cm
wide concrete abutment reportedly anchored to
bedrock. The concrete abutment acts as a door
frame for the City of Kingston, Portsmouth
Marina and Recreation Office.
2. Site Location Information
City or Town : Kingston
State or Province : Ontario
Country : Canada
Tectonic Plate : North American
Approximate Position (ITRF)
X coordinate (m) : 1067510.934
Y coordinate (m) . -4452412.976
Z coordinate (m) : 4425573.166
Latitude (N is +) : 441307.28535
Longitude (E is +) . -0763102.15272
Elevation (m,ellips.) : 48.908
Additional Information : ARP ITRF00 POSITION (EPOCH 1997.0)
CORS Guidelines 30 of 33
: Computed in May, 2003 using 22 days of data.
3. GNSS Receiver Information
3.1 Receiver Type : TRIMBLE 5700
Satellite System : GPS
Serial Number : 0220268821
Firmware Version : NP 1.04/SP 0.00
Elevation Cutoff Setting : 0 deq
Date Installed : 2002-06=12
Date Removed : CCYY-MM-DDThh:mmZ
Temperature Stabiliz. : None
Additional Information .
3.x Receiver Type :(A20, from rcvr ant.tab; see instructions)
Satellite System : (GPS/GLONASS/GPS+GLONASS)
Serial Number : (A5)
Firmware Version : (All)
Elevation Cutoff Setting : (deg)
Date Installed : (CCYY-MM-DDThh:mmZ)
Date Removed : (CCYY-MM-DDThh:mmZ)
Temperature Stabiliz. :(none or tolerance in degrees C)
Additional Information : (multiple lines)
4. GNSS Antenna Information
4.1 Antenna Type : TRM41249.00
Serial Number : 12281766
Antenna Reference Point : BPA
Marker->ARP Up Ecc. (m) : 0.1000
Marker->ARP North Ecc(m) : 0.0000
Marker->ARP East Ecc(m) : 0.0000
Alignment from True N : 0 deg
Antenna Radome Type : NONE
Radome Serial Number .
Antenna Cable Type : N/A
Antenna Cable Length : 17 m
Date Installed : 2002-06-12
Date Removed : CCYY-MM-DDThh:mmZ
Additional Information .
4.x Antenna Type :(A20, from rcvr ant.tab; see instructions)
Serial Number :(A*, but note the first A5 is used in SINEX)
Antenna Reference Point :(BPA/BCR/XXX from "antenna.gra"; see instr.)
Marker->ARP Up Ecc. (m) : (F8.4)
Marker->ARP North Ecc(m) : (F8.4)
Marker->ARP East Ecc(m) : (F8.4)
Alignment from True N :(deg; + is clockwise/east)
Antenna Radome Type :(A4 from rcvr_ant.tab; see instructions)
Radome Serial Number .
Antenna Cable Type :(vendor & type number)
Antenna Cable Length : (m)
Date Installed : (CCYY-MM-DDThh:mmZ)
Date Removed : (CCYY-MM-DDThh:mmZ)
Additional Information : (multiple lines)
CORS Guidelines 31 of 33
5. Surveyed Local Ties
5.x Tied Marker Name .
Tied Marker Usage : (SLR/VLBI/LOCAL CONTROL/FOOTPRINT/etc)
Tied Marker CDP Number : (A4)
Tied Marker DOMES Number : (A9)
Differential Components from GNSS Marker to the tied monument (ITRS)
dx (m) ,
dy (m) ,
dz (m) ,
Accuracy (mm) ; �mm�
Survey method : (GPS CAMPAIGN/TRILATERATION/TRIANGULATION/etc)
Date Measured : (CCYY-MM-DDThh:mmZ)
Additional Information : (multiple lines)
6. Frequency Standard
6.1 Standard Type : INTERNAL
Input Frequency .
Effective Dates : 2002-06-08/CCYY-MM-DD
Notes ,
6.x Standard Type :(INTERNAL or EXTERNAL H-MASER/CESIUM/etc)
Input Frequency : (if external)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
7. Collocation Information
7.x Instrumentation Type : (GPS/GLONASS/DORIS/PRARE/SLR/VLBI/TIME/etc)
Status : (PERMANENT/MOBILE)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8. Meteorological Instrumentation
8.1.x Humidity Sensor Model .
Manufacturer .
Serial Number .
Data Sampling Interval : (sec)
Accuracy (� rel h) :(� rel h)
Aspiration : (UNASPIRATED/NATURAL/FAN/etc)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.2.x Pressure Sensor Model .
Manufacturer .
Serial Number .
Data Sampling Interval : (sec)
Accuracy . (hPa)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
CORS Guidelines 32 of 33
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.3.x Temp. Sensor Model .
Manufacturer .
Serial Number .
Data Sampling Interval : (sec)
Accuracy . (hPa)
Aspiration : (UNASPIRATED/NATURAL/FAN/etc)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.4.x Water Vapor Radiometer :
Manufacturer .
Serial Number .
Distance to Antenna : (m)
Height Diff to Ant : (m)
Calibration date : (CCYY-MM-DD)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Notes : (multiple lines)
8.5.x Other Instrumentation .
9. Local Ongoing Conditions Possibly Affecting Computed Position
9.1.x Radio Interferences :(TV/CELL PHONE ANTENNA/RADAR/etc)
Observed Degredations : (SN RATIO/DATA GAPS/etc)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Additional Information : (multiple lines)
9.2.x Multipath Sources :(METAL ROOF/DOME/VLBI ANTENNA/etc)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Additional Information : (multiple lines)
9.3.x Signal Obstructions : (TREES/BUILDLZNGS/etc)
Effective Dates : (CCYY-MM-DD/CCYY-MM-DD)
Additional Information : (multiple lines)
10. Local Episodic Effects Possibly Affecting Data Quality
10.x Date : (CCYY-MM-DD/CCYY-MM-DD)
Event : (TREE CLEARING/CONSTRUCTION/etc)
11. On-Site, Point of Contact Agency Information
Agency : Natural Resources Canada
Preferred Abbreviation : NRCan/GSD
Mailing Address : 615 Booth Street
Primary Contact
Contact Name : Mike Craymer
Telephone (primary) : (613) 947-1829
Telephone (secondary) .
Fax : (613) 992-6628
CORS Guidelines 33 of 33
E-mail : craymer@nrcan.gc.ca
Secondary Contact
Contact Name : Jason Silliker
Telephone (primary) : (613) 992-4367
Telephone (secondary) .
Fax : (613) 992-6628
E-mail : jsillike@nrcan.gc.ca
Additional Information : (multiple lines)
12. Responsible Aqency (if different from 11.�
Agency : (multiple lines)
Preferred Abbreviation : (A10)
Mailing Address : (multiple lines)
Primary Contact
Contact Name .
Telephone (primary) .
Telephone (secondary) .
Fax .
E-mail .
Secondary Contact
Contact Name .
Telephone (primary) .
Telephone (secondary) .
Fax .
E-mail .
Additional Information : (multiple lines)
13. More Information
URL for More Information :
Hardcopy on File
Site Map : (Y or URL)
Site Diagram : Y
Horizon Mask : Y
Monument Description : Y
Site Pictures : Y
Additional Information : (multiple lines)
Antenna Graphics with Dimensions
CORS Guidelines 34 of 33
- _
,� . _ . __.- . � _ _ ., .. . _ , __.,._ .� .�__ _
. � . �..,, - . . . . ` _ � :F
� � � r . �s
. Augusta, GA Engineering Department
GPS/Surveying Equipment
and Associated Services
Pro�ect Number: XXX-XX-XXX
March zou