HomeMy WebLinkAboutCONSULTANT SERVICES AGREEMENT DOVER-LYMAN DESIGN SERVICES ZIMMERMAN, EVANS AND LEOPOLD (ZEL ENGINEEERS �.�
�.--- �.-��..��. r ��,^.� ,_...-1- _,-r,c�-:-.
c; �` r'� rz ' [; i, ��
C(�NSi,�LTANT SERVICES AGitEEMEN'T
DOVER-LYMAN DESIGN SERVICES
PROjECT NUMBER: 323-041110-208823601
TABLE OF CONTENTS
REQUEST PROPOSAL ..............................................................................................................................1
SCOPE SERVICES ......................................................................................................1-3
PROjECT UNDERSTANDING .................................................................................................1-2
WORK SUMMARY ......................................................................................................................1
FEE PROPOSAL .........................................................................................................................1
AGREEMENT ...............................................................................................................................................
➢ Design Criteria ....................................................................................................................2
➢ Amount of Contract .........................................................................................................3
➢ Signature Page ...................................................................................................................4
GENERAL CONDITIONS ..........................................................................................................................GC1-9
➢ Accuracy of Work .................................................................................................................
➢ Assignability .........................................................................................................................
➢ Audits & Inspectors ..............................................................................................................
➢ Compensation .......................................................................................................................
➢ Confidentiality ......................................................................................................................
➢ Construction Manager .........................................................................................................
➢ Consultant Coordination ......................................................................................................
➢ Contract Disputes .................................................................................................................
➢ Contract Termination ...........................................................................................................
➢ Coordination with The National Geodetic Survey .............................................................
➢ Coordination with Utilities ..................................................................................................
➢ Covenant against Contingent Fees ......................................................................................
➢ Delivery Notices ....................................................................................................................
➢ Drug Free Workplace ...........................................................................................................
➢ Employment of County Personnel ......................................................................................
➢ Insurance ..............................................................................................................................
➢ Personnel ..............................................................................................................................
➢ Responsibility for Claims and Liability ..............................................................................
➢ Review of Work ...................................................................................................................
➢ Right to Enter ......................................................................................................................
➢ Subcontracting ....................................................................................................................
➢ Supervision and Control ....................................................................................................
ATTACHMENT B
➢ Contractor's Statement of Non-Discrimination .......................
➢ Non-collusion of Prime Bidder/Offeror .......................
➢ Conflict of Interest Statement .......................
➢ Contractor's Affidavit and Agreement Statement .......................
➢ Bidder's Form/Acknowledgement of Addenda .......................
➢ Certi�cation Statement of Local Vendor Preferences .......................
➢ Contractor's Bonds/Insurance .......................
➢ Contractor's Experience/ Financial & References Information .......................
➢
APPENDIXES
➢ Appendix A- Standard Specifications A-1
➢ Appendix B- Survey Specifications B-1
:� .K.�> �
4� k 4 1 A
v
CITY OF AUGUSTA, GEORGIA
OFFICE OF THE PROCUREMENT DIRECTOR
530 GREENE STREET SUITE b05
AUGUSTA, GEORGIA 3090I
(706) 821-2422
www. au t�tstag_a. stav
DATE: Ju1y 20, 2010 RFP NO. 10-156
SUBJECT: Request for Proposal to submit on the fMlowing services.
NAME OF RFP: Design Servic�s for pover-Lyme�n
This letter extends to your Firm an invitation to submit a proposal to suppiy the City of Augusta with
equipment, �pplies, and/or services as indicated abave. Seal�i propasals for the abave wiN be r�'rved at
the Office of the City Procurement Director, 530 Greene Stresi — Suite 605, the Municipsl Buitding, Augusta,
Georg{a, up to 3:Oa P.M., Wednssday, Augus# 25, 2010 at which time, proposals �rill be opened and
publicly read. The Boarc! of Commission reserves the right to reject any and atl bidslRFPs and to waive
famalities.
tnstructions for preparatic�ri and submission of a proposal are eontained in the attached packei. �ease nate
that specific fom�s for submission of a proposal are requir�. Praposals must be typed or prrnted in ink. If
you do not submit, retum sigr�d RFP i�vitatian sheet arxi staEe reason. Aiso, pt�se clearly mark the
outsida of your envolo� �s "No aasponse."
My cha�ges to the conclit� arui specif�Cations must be in the form af a written addendum to be valid;
therefore, tt� City wi!! issue a written addendum to docx,+ment al4 approved cfianges. My RFP submitted
which do� no! acknowledge the rsceipt o# an addsndum will not bo consid�ed.
The City of Augusta s�eeks to ensure tR�at aN se�meMs af the business community have acxess to su�lying
the goods and service� rt�eded by City programs.
Doing business with Augus#a has become easi�! The new ARCBid link, which is located on the
Procurement �ep�rtrnent's wehsite at www.a�austaaa.syav, er�k�es you to view current and past public bid
information onlme. Shcwid you have any que.stions concerning the bid doeuments, or need additional
informatia�, you may contact a m�ntyer of the Bid and Contract Team directly Q 70fi 821-2422. A request
for bid dc�uments must l� fax� to 708 821-2811.
A Proposal from yaur Firm wilt be appreciated.
Sir�cerely you�,
��
Geri A. Sarns
Procurement Director
RFP 10-156 Design Senrices �ver Lyman
v ,
Au�gttsta, GA E�t�ineerint� D+�►at�ame.�t#
.1' � �. _ �
� � �� �
� �
r � �� ��'�
�
I� �
DOVER-LYI�[AN DESI�i111 S""�R�'IC�'i
PROJECT NUMB�R: 323-04111Q-ZQ�Z3�i01
REQUEST FOR PROPOSALS
Request for Proposals will be rec�ived at this office until Wednesday, August 25, 2010 �d 3:�0
P.M. for fumishing:
RFP ITEM #10-158 D�ign Servfces for pover-Lyman for Engineering Departmetrt
RFPs wi11 be ret�eived by: The Augusta Commission hereinafter referred to as the OWNER at ths
offic:es of:
Geri A. Sams, Director
Augusta Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 3Q901
RFP documents may be obtained at the off+rs of the Augusta, GA Procurement Departmertt, 530
Gresne Street — Room 605, A�usEa, GA 3t)�1. Atl qusstions must be �ubmitted in writ�ng to
the office of tho Procur�err�nt Dspertme�rt by Tuesday, August 1T, 201Q � 5:t10 P.M. by f>tx
at 70&821-2811 or by mail. No RFP wil! be accepted by fax, a!I must be received by mail or hand
delivered.
The iocal bidder prefsrence program is applic.�bfe to this project. To ba approved as a local
bidd$r and rscsive bid preft+�snce on an aligible local proje�t, the ceitific�t�n sts�emer�t aa
a local bidde� and slf supporting docamen� must be submitted to the Procunement
D,pardrwnt with your bonafids bid package.
No RFP may be withdrawn for a period of 90 days after time has been calied on the date of
opening.
An invitatian for bids shall be issued by the Procurement Uffice and shall include speaficatior►s
prepared in acc�rdance wi#h Anicle 4(Product Speciffcations), and all contractual terms and
conditions, applicable to �e procurement. All s�fic r�uirements contained in the invitaticrn to
bid including, but �ot limi#ed to, the rwmber of copies needad, the timing of the submissian, �e *
required financial data, and any c�ther �equirements designated by the Procurement Department
are considered material conciitians of the bid which are not waiveable or modifiable by the
Procurement Direc#or. Please mark RFP number an the outside of ti� envefope.
Bidders are cautbned that s�uestration af RFP docurnents through any sourc�s other than the
affics of the Prc�urement Deparrtrnnent is not advisable. Acquisition of RFP documents from
unautMorized sources places the bidd�r at the risk of receiving incomplete or inaccurate
informatnon upon v�fiich to base his qual�cations.
Augusta-Rlchmond County� Georgis� does ncrt o�rate a DBE, M8E o� WBE Program but
rather pursusrrt to its codo of c�rdinances, thia locsl government aper�tes instead a Local
3matt Busineas Opportunity Program.
GERI A. SAMS, Procurement Director
Publisfi:
Augusta Chronicle July 22, 29, August 5, 12, 2010
Metro Courier July 28, 2010
cc: Tameka Allen Interim Deputy Administrator
Abie Ladson Engineering Department
Hameed Malik Engineering Department
RFP 10-156 de�ign Sarvic� Dover Lyman
P
Augusta, GA Engineerin$ Deparbmrent
� ��
��� �
�
E ���I �
SR 't��
1)t3VER-LY1�+�AtN DES�Gl1i SE�►�+�
PROjE�T NUMBER: 323-04i11Q-2tl�31S�t�1
`-� --.--�,-_�. �,,.�-_,� -�..'�
C; i,> C'? It �C�a : l A
REQUEST FOR PROPOSALS
FOR
DOVER - LYMAN- DESIGN SERVICES
ENGINEERING DEPARTMENT
Augusta-Richmond County, Augusta, GA
I. PROBLEM STATEMENT:
The Augusta-Richmond County Engineering Department is currently requesting design
services for the Dover- Lyman Streets and Drainage Project. The infrastructure in the area
is currently in poor condition. The work will consist of the design and preparation of
preliminary and final construction plans in accordance with Augusta-Richmond County
Plan Presentation Guide for addressing drainage roadway issues, sidewalks, curb and
gutter, street resurfacing, and street lighting along the following streets:
1. Dover Street
2. Lyman Street
3. Miles Street
4. Frohman Street
5. Shearton Drive
6. Quist Drive
II. SERVICES TO BE RENDERED:
The Engineering Department expects the following services to be rendered, but not limited
to the following.
1. Soil Explorations.
2. The ability to prepare permit application to the United States Army Corp of
Engineers and/or required permits needed to construct the project.
3. All Engineering studies such as drainage designs, stage construction plans, etc.
4. Surveying and Mapping.
5. Preliminary Construction Plans.
6. Right-of-Way Plans
7. Final Construction Plans and Contract Documents.
8. Construction Observation
1
AED CSA - Dover Lyman Design Services
III. EVALUATION CRITERIA:
DOVER - LYMAN- DESIGIV SERVICES
1 ualifications of Com an 10%
2) Qualifications of Key Professionals that will actually train and
mentor the technical staff of the En ineerin De artment. 30%
3 Work Plan and Overall Service Schedule. 25%
4) References (include specific individuals with addresses and
tele hone numbers . 10%
5 Pro osed Fee Include breakdown for each task . 25%
Submit all required information for any subcontractor(s) that will be used to perform any
part of the requested services. Contractor(s) will also be evaluated using the above listed
criteria in that order of importance.
2
AED CSA - Dover Lyman Design Services
LYMAN-DOVER STREET AND DRAINAGE PROtECT
�
� ��
. .. �
�+ ,�io '� '�
s
<.
�� � ��
�•
4¢�
,�
�r �a
��%� �"v
�
��
�
3
AED CSA - Dover Lyman Design Services
�,
Augusta, GA En�neering Lleg�r�t�t
� � �
��
1CJ �� I� E 1�.� T�Q��C�T II� I�'� ��
�►��.���������
�
PR�OJECT NUMB�Rc 3Z3-0�111{l-2t���Z�i6ttfl
,
. .
w
2. SUAAMARY OF PROJECT UNDERSTANDING
ExPER1ENCE:
�'4'e ha�e designed reneuai of infrastructure for Augusta and other clients. Qe�r East Augusta
I?rainage project provided the b�ckbone for ali drainage in East Augusta for the first time. Vt?e have
designed rniles of raadwa�• both w and ���ithout curb and gutter. V4'e are presently doing a similaz
project in Columbia Counc�r v��ith Hereford Farm Road from Belair Rd to the new schaol; adding
side��alk$, new roadu•a�• curb and gutter, drainage, all to Ga. DOT Specification. We are a qualified
DOT Design Firm. �i'e ha�e v��arked on major interseetions for Augusta on Hwy 56 at Phinizy Rd.
and at Old W"aSacsboro Rd.
�UR UWDERSTANDI�iG;
�� L E v u r w� E R 5 2010- P09 Psoposal SlV.CIOCX
i • • s . � • s I � .
Most of the streets in the scope of this project were constructed in the 1950's. Some have curhs and
others do not. The roads have been re-surfaced a number of times and only a few inches remain of the
curbs. The topography has good relief and drainage should not be a great challe�ge. The capacity of
the existing stozm drainage system must be checked and if insufficient, replaced. The Rights of Way
are 50 ft in most of the streets. It may be a challenge to add sidewalks on bath sides due to the many
obsta.cles in place, particulariy the power poles. Relocation of the poles is likely at least on ane side.
The sanitary sewer is in the roadway and same of the water system as well. Relocation of some
utilities may be necessary. The intersection of Lyman St. and Dean's Bridge Rd. is right turn only by
virtue of a solid divider, thus we 3udge that this intersection and that of Dover Street will not require
much change.
We have engaged James A Wombles, RLS. and CSRA Testing Labs, two qualified loeal firms to
provide their needed services. The costs of their services are included in our Fee Proposal. Our
electrical engineer, who was se�ected to provide services ta yaur recreation departtnent recently, is a
LEEDS certified engineer and has much experience with lightin� proj�cts.
We have compiled a preliminary opinion of construction costs.
Construction Cost
Opinion Qty Unit Cost
Road, SY 24,485 $ 25 $ 612,133
C&G, LF 18, 364 $ 25 $ 459,100
Sidewaiks, LF 18,364 $ 22 � 404,008
Lighting, EA 50 $ 1,250 $ 62,500
8eautification, LS 1$ 30,000 $ 30,000
Drainage, LF 12,243 $ 48 $ 587,648
2, 55, 3 9
Contingency @ 15°l0 323,308.40
Budget Cost 2,478,697.73
ZEL N G I N E E R S 2010- P09 Proposal S1v.C�OCX
� � . � . . . . � � .. ::. 3 i � .
Au�usta, GA Engineerin� I7�+�g�+�t
;
��� .
� ������ _
���
�� �
DOVER-LYMAN I3�GN ��+E'�S
PROjEC'f NUMBER: 3�3-�#iliQ-20�Z3+bQ1
� � • � � • � • - � .
10. WORK SUMMARY
T TASK y PE TIME � SE TIME TECH } TOTAl. Hrs }
5 .. c �o� *e�s : ,t sa a � r r4,,.�' } x � � a �.. ;� � is .�-' f �r{.M.t r �. �� �. "'�"' .�, , "�'�s-�"
p �.� � ��o�' �[ � e � _ : , � � � : , >� � ,�: _�€� i � ,�� � ,� � � �
�
���:.:�.: n�'T a ..F�:: ,-..a.t�.�.� ... .k��'�.x�,. .t�a�.,?�n.�'.�����.,#�._ .,.a,..w: k�.�:;.s_'�'i..��.���i#
;; Report (prepare a concept report for submittal to APWD for the ; i `
„ proposed , design based upon Prelimmary Evaluations 40 80 40 160
� ; Public meetings {3 min) ._._ __ �., _.. . . __._ _ 12 � . . _ ___ 12 � _ ..-;
_.______.._..�._._._.._---_..___..._. __....._�_ ._._______ __.____... __.�._... .....�_ __ _ .._.__.___. --,----._ _...__.- __ ..�.�_. _._:�.._ �
Traffic Stud 20 � 20 20 60 ����µ'
Y , ; =
.__._.__ _____.__..�._____��. __.�._.._._._.__.__._.____.._.�....__.___.;__.__ ____..�.�
UnT�' ^°5.�' tr,x., s s� - } m. } s . k ' �. -� 3� � � � 4 A a a °#, l. �,�a� i� .$� e ,y � -�' .
P�IA��I� _.���1�5,,_D�'�14�ASE=[NFQRMATt!QN� , � `v� , � �Y�- � z�` � m�'��� ����
�, ..� � ;�_ .,�.� . .�.�. _ :� .. ._ :q , ��� �� . x �.�:: �.. _�,_�� .���.�..w>.�?�..�.�;.,��
_ �.. -
! Sun�eymg (Field) �� � ; 40 160
...__.__. __.._. _..._____..._..._. % 320 a 520
� ,r� .,;46t�'$'e � � v 'T,�p''��e"' i�'�4' `ysy ,k �,<F'.�«,� . * a � - cA+. v;� wc^ > � � + a�^ }
i (� ;f ` .�." e X�*,�" i .�`,� r;� r ..� '� � .a �"�,"Iu `� , � .
. ....,%a��+�. . � �' , . '�w��� � �.-�A�Fi����'lS�.�'�:; . .,�� L�ns�'., u � ���.e.x.ta.��,2�'r- `� ��`.�.����'��
' Estimated construction Cost : 40 � , ; 40 :
..__----..._.._ � __ ___�._.__._._�__ _______ __._.
_-----.__.._.__ _. .. ____..___ ,
� Drainage design s 16 80 160 256 �
____ . , .._.__�_____ ___�-__-;--_.. ---..... ,
Geometnc design �ertica! and�horiiontai � �� � �� - -_.____._ __..___ __�__ 16 ; 80 ; 100 � 196 ;
.���_ ;Signing, ma�icing'design, tratlic and pedestrian s''ignal . _ ____._ _..._ _____._. ;__._.___ _ ,_.�_____ j
; relocations as required •, 8 40 ; 80 ' 128 s
__ .. . �____ ..� _. ..�^_____ __.�- ----__----_ _--,
.____..w ._.,. 'Erosion plan n 3 phase _........_.�.._ ._ ______ . _.._.. ____ .___. . 40 120 ; 160 ! 320
. . ___ _ ..__�,._,_._.m..�.__�. _..
�Geotech CSRA Testing ': 40 ;� 60 ' 16 E 116 �
-.__ _ ;- . _ __�__ .._ _._ _______._.____ ____...__ _ �___ _.
� Intersection wlDean's Bndge Rd. �= 4 ; 4� 40 � �
• 48 `
.�__ w . .. _�.,_,._____. __.__.�._.___._----- __.�.z_._._._.__.._. -.#
�Street Light�ng Plan� � �� � ' 20 20 � i 40 f 80 �,
_...__ __._.�.____. __...._ _.. _...__.____.__ ---____.__�._._---,---..__.._ ._ . .<..... -- -- _.___ ._ .._.._--- _._
�.�_. _ ____.. _._.T..
, � T Traffic Signals : 40
, 8 , 40 � 88 !
��..._. _.._._..__.........._____..____...._...�___._.. _ __-__.�M__.,_.._.._.._ •
' DOT Permitting - _ ; ��__ 4 .._ 8 ; 4 __ s .���,__.,
.____._._ . _. , _
i lncidenta ls (road mfersectio d � mail boxes etc ) ,� � 16� v � LL 4 0 ; � 80 ' �136 ��'
�_ � Curb a�d Gutter and Sidewalk ^`�._�� �� 8 _ 40� ( T � 72��� ;
�;60% Submittai _.._ ___.______�.._._._. ____�___.�_ _._.__�__�__.__ __ $ .`.—_-16 � 24 �' �.� 48 __..
� .. . . ,_ �� ;
. � . .. �_ ., � �. . ,. � �. . „. . _ ,.. � _. :
� , � ,;', : t a, ,
. :.. _ ,� ,
Right of Way plans. .__._._.. ____._._�. : 20 � 20 : 80 120 ;
�__� _. _ . _ _ ,
. . .. ...�......_�._._� ._.----.._.,._____--...___..�..__�— --.....�.—_..__,�__.._�...._.._._____._.�
�� ` �.�d��• •:. �, �° � �'
_._._....%� +a�s�w+�sr� : ,j�' � +� � � , . :..:
.P�3"s'�.i�:hs�.Z�3`u.[I..'��.�i. u . _�`ts�w�..�>: �' m�.� : . .
- ���� Dra�na� e desic�n �_ ,^ �.. .� 20 ; 40 ; 80 �� 140
� _ �Geometric�design, �erticai�and horizontal 20 ' 32 72 � '�124 � ; —
Sigrnng, marking design, traf�c and pedesfrian signal '_..__ ti_.._�_ ._ f �.�_� ___..__ __.�..__ _.___..
relocations as required ' 4 ', 8 32 � 44 `
--__�_._.._ --------._.�.__.. _._. _._....._._-----___.______._,__ _�...___.._ _._. ._.:_..__._ . _
!Street Lighting,Plan � , 2 � ___ _F -- .__.._;
_.. ... __.,___._.... _. ._ .._ ._. .__.___ �. . . �_._........_ ._...._. . _ . .. .._ .____ _ �. _. . �..__._.�_.....�..._.�..._..__._�__�,:
Landscaping Improvements ��� 16 '�_� 16 ; 32 � 64 ;
_.�
�.. �._ ___._...._.,�..._._.._....�-�_ _.. ......_._:
Erosion plan . _.. �_._. � `�_ 40 40 ; 120 :
w_.__�._._�,._, _ � _._______ _._. .:
Intersection w/Dean s Bndge Rd 4 � 8 16 i 28
�-_- 1___�..,..�._ i
. _ _ ___. _.__
�._,._.. _._..._.�_ ..,
�Traffic Signats .._ 4 8 16 • 28
.___ _ �
.__... _- --- '---_ _ .
._....._.__ _
.�.__ .�_._._.
Evaluation of Existmg Storm� Sewer adequacy , 16 � 16 40 � 72 �
Incidentais (road intersections dnveways mad boxes etc ) 4 16 , 24 ! 44 ^�
�'.�� '�`; .�s� , '� �""��"��`,� ��t''��� '��**'� *�?�'" �,,�. r �� - �
,*i�r ci ... ..��.. xsr '* �" � r�"' � �`. � y � � � � :;�� F � . '�" " =Yr ao.� '�-`$
`�+�, �
��'� �.-� � . �'�� . �,-L.'� �'-�. �<...i . _� ,<.*,4 .�.c a '� t �.'..��'k� s.���'.�,�t.se.. �'S����,..,. . � '".���`:�k•'� €��5::�
. � .
f � . R
..�._.. .. � ___ ... .. _ _. _ . . �
. .. . .. . __(_ ... ,.___ . . _�._.. �.o..._.-'-_.__ ._.� i
TOTAL '� 3420 ,
_�. _ __ � ___, _ _. _ .__ .._ __ _. _. � _ .�._ _. _ __.. __ _.______ _ _. __.__ __ ---__. _.___.. � _. _ . ..__ �__. . .._._ .
ZE L E N G I N E E R S 201 O- P09 P[Opo58I S1V.ClOCX
Augusta, GA Engiaee� I�epa�a+e�t a
��
�
�
� R.��' �����
DQVER•LY'MAN D�BSIGN �B�'Ii�
PROjECT AIUM�ER: 323-tI4111t'!-�fl�Z3bQ1
� �
Fa Proposal for povar-Lyman Design Services
TA�iK PE TIME SE TIME TEC.�i. TOTAL Ks FEE
�ii� . . . . . � - . . . � . . � .. . .� . �'.:. .�1�s�
R�poR (t�p�r� � oor��t r�PoR iDr subrnittai tv APWD br the
pro0ased de�lpn baNd upon P�n�rY ENkwRions 40 80 +IO 180 S 10.800
PubNc m�et�qs (3 min) 12 12 S 1,140
T'eMC SWdy 20 30 2Q 80 S 4,100
' ;; .�0, ;: i �f�1�p
s�� t�� _ 40 160 3�20 6Z0 S 28,80p
��*� � �k''MM.+A►M'1� 1'i#4 � 1'�,�3A
Estknabd consM�ticn Cr�st ,40 qp s 5, ,�pp
��� �� tB � 180 25B S 18�960
Ci�oeabic dNiOn, wrticsl �nal hodzanW 1B � 100 198 i 13,860
Si�nin�i� markhp dMipn, thfAc and �bst�isn sipruN
�•• � e ao � ,se s e..eo
Erosfon Olan� 3 pt�u 4Q 120 160 320 $ 23.200
��� T�� 40 60 16 118 = 10, T�
M�s�ction �ti Bddps Rd. 4 a 40 �8 i 3,040
� L Rlan ZO 2� 40 80 S 6.400
� 40 8 �40 88 S 8.200
�� ��� 4 B 4 16 S 1,360
Incid�rkals (io�d in�ts�e�Eiorq�, �y ma� bootes, �rtc. } 16 40 � 136 S 9.580
�� d� �$� 8 24 40 72 S 5,080
�' $�� 8 16 24 48 S 3,600
� # -�','�''��' � 1?�0 � �,NO
� a W � a� 20 20 80 12Q S 8.600
� Y � 1�N�t�. �1 8T4 � N,;�Mp,
� �M�
20 40 � 140 Z 10.100
C�on�MC d�sipn. � M1d hO�tsorual 20 32 72 1�4 S 9.060
$ipninp, marlcinp drs�. psAc and p�dosdfan slp�
� 'a P � 4 8 32 4a S 2.900
��� 28 20 40 � S B�A00
�� �� 18 1B 32 84 S 5,t2Q
Erosktt► W� 40 441 ad t2d t 10.800
�� � a� � 4 8 18 28 S 2.020
� 4 8 76 28 S 2.020
E+�c �a ExistMp Stpm sw�wr a�qu.cy 1a 16 ao 72 s s.se0
k�cid�ntais {ro�d k�ctioe�s� tlrivw�rs� m+� bacer, e�.} 4 16 24 44 S 3.060
'� � � 9R � t50 i 8k#!9p
TOTAL � _ ����
ENOtNEERt
2018- P09 Pcopostl a1v.dOCX
Augusta, GA En,gineer.i�g I��rt�me.ut
' �
A�l��� ���1���T
,
D►t)VEIt-LYIYiAN DESIGH S��I�S
PROJECT NUMBE�i; 323-041110-�t�23bQi
CQNSUI.TANT SER�fiICES AGREEA'IENT
DOVER-LYMAN DESIGN SERVZGES
FROjECT NUMBER: �23-Q4111Q-2Q��236Q1
BETWEEN
AUGUSTA, GA ENGINEERING DEPARTMENT
AND
Zimmerman, Evans and Leopold, Inc., aka ZEL Engineers
This Agreement is made and entered into this _� day of`��2011 by and between
Augusta, Georgia, hereinafter called the "CITY" and ZEL Engineers a Corporation
authorized to do business in Georgia, hereinafter called the "CONSULTANT."
Whereas, the CITY desires to engage a qualified and experienced consulting firm to furnish
professional services:
Design and preparrrtion of preliminary and final construction plans in accordanc@ wfth Augusta-
Richmond County Plan Presentation Guide for addressing drainage roadway issues, sidewalks,
curb and grm�r, street resurfacing, and street llghting along Dov�r Street, Lymun Street, Miles
Street, Frohman Street, Sheraton Drive, and Quist Drive.
tNhereas, the CONSULTANT has represented to the CITY that it is experienced and
qualified to provide the services contained herein and the CITY has relied upon such
representation.
Now, therefore, in consideration of the mutual promises and covenant herein contained, it
is agreed by and between the CITY and the CONSULTANT that the CONSULTANT shall
provide the design services of the Project.
DESIGN CRITERIA
The following publications shall be used as the basis for the engineering design services
contained herein: Georgia Department of Transportation Standard Manuals and
Specifications for the Construction of Roads and Bridges, current editions, and supplements
thereto; American Associadon of State Highway and Transportation Officials (AASHTO]
Manuals for Arterial Streets, Rural, Urban, and Interstate Highways, Manual of Uniform
Traffic Control Design, Development Documents, The A��st� Utilities Design Standards
and Construction Soecifications. current edition.
The CONSULTAIVT shall gather from the CITY all available data and information pertinent
to the performance of the services for the Projec� The CITY shall have the final decision as
to what data and information is pertinent
The CONSULTANT shall ensure that the data and information meet applicable standards as
specified herein.
The CONSULTANT shall report in writing any discovery of errors or omissions contained in
the data and information furnished by the CITY.
The CONSULTANT shall visit and become familiar with the Pro}ect site and shall b�come
acquainted with local conditions involved in carrying out this Agreement. The
CONSULTANT may request that a representative of the CITY be present during the site
visit
The CONSULTANT shall recommend and secure the CITY's written approval of, the manner
of project plans presentation and the methods to be used in the plan preparatian so that
these plans can be best utilized, as determined by the CONSULTANT and approved by the
CITY, in the orderly preparation of the detailed construction contract plans, specifications,
and contracts. The AED Plans Preparation Guidelines, current edition, shall be utilized in
the production of plans for the project Upon receipt of the CITY's written approval of the
manner of the project plan presentation and methods of plan preparation, the
CONSULTANT shall proceed with implementation of plan preparation.
2
AED CSA — Dover-Lyman Design Services
AMOUNT OF CONTRACT
It is agreed that the compensation hereinafter specified to perform the services (see Scope
of Services) required by this Agreement includes both direct and indirect casts chargeable
to the project.
�, � a •n 'n ring Dgnartment
Engineering Services: $234.750.00
3
AED CSA - Dover-Lyman Design Services
IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year
written below.
Executed on behalf of CONSULTANT
RECOMMEND FOR APPROVAL:
CONSULTANT FIRM: CITY OF AUGUSTA, GEORGIA:
ZIMMERMAN. EVANS & LEOPOLD, INC. �-�-
Consultant Firm Honorable Deke Copenhaver, Mayor �
���
����/r�
Re rese tati
Aprre���d: l�ate: " �� Approved: Date:
[A�TACHED COFcPOItAT SEAL] [ATTACHED CORPORATE SEAL]
ATT�S`T; ATTE�T .
.�,�`����.� �
�
�., ��, ,
�
� �"i�_��� �
� . �
.� ,
�
k
�, > � � � e
� �� � �,
� � � �;j � �,� a � s
� �' �' �' '� ., . e � � �
P' �'% � c �� � �, .^^� � ° 3
Title: ��1�itl`t� �'
�i� �� ��` .�
���,�f,a�
������ �� � ��� �
4
AED CSA - Dover-Lyman Design Services
� ,�. � . .:� Office ofit�.e Adminislxatnr
. '�"
a �� A
»...�.�...
Ft+eddidt L Re�. M�t Rootn 801- MY�d�al �
530 Gteene Street-AUGUSTA. GA. 30901
Tafudn Allq�, Dq�agr Mm�t (706) 821-2�00 - FAX (7�16) 821-2819
s�i �, Depugr � w�rw.a�a,aar
Ap� 19. 2031
Mr.DenMsStroud
! As�tant Director — PuMit Servloes . .
2316 Tobacco Road
��, GA 3090fi
�r DenNs:
The Augusta-Richmond County Commisslon, at thNr regular meetlnB hdd on Tuesdsy. Mri) 19. 2011 icak actlon
at the folltnMng Items.
10. Approwed to award bid to Robert A�. Andersor► Ir�. (t.ow eidder) � the amount of 518.4� f� the nemoval
• ot 160' x 36" f�ed oom�;ed matai pipe (CMP) on Bennkigtan Drive. Tfie fsiled CMP wltl be r
with HOPE. (Approvpd by Et�r�g Servkes Commiitee qprfi 11, 2011) //��Q � �
7/
� Approvad 4id an�rard to Bblr Cor�uction (l,cw Bidde�l for nAOrgan li�d !n th� anwunt � 5�.900 for the
rdno�l of 360' x 60' fa�ed corrugat�d rr�etal pipe (CMP�. Falled dNP w�l be replaioed w� HDPE,
tM�a�d b�r e�neert� se�oes c.anunn�ee aprii u, aoii) 1/� Q �
/
16. Approved bfd swart! t0 ii�ris Truddng � Cons'truetbn tlow Bidd�� In thr amount of . fl0 for the
ndravsl of 200' x 42" faikd �nugated metal pipe �CMP� on Natbnat Ave. � Mew Savsnnah Road. whfd►
wi� be r�lsaed with cor�d HoPE. (llp�oved by er�ina� servfas commntee AprH i�, zou} .
25. Approved t� award bid to B� Constnution, (law Btdderj, i� the artrount of 515,+W0 fo�the �anaw�i af
150' x 30" faNad co�n�sted metal {�e (CMP) on Wakefleld ?Isc� to be re�ced with HDPE. (Approvad
�► �� � ���,,� ��. ��, //�D 9�
If r�cu trave anr qnestlona, Please comacr me.
You truly,
ANen
Deputy Administrator
0�-19-1i: #10. l�15, #15, #Z5
� oc Ms. Da�rta willi�ns
�As. Ga! Sams
� Augusta, GA Enginee� I7epartmen#
�� ` �
� � �� ����
l�� ��
�
�
��� � �
DBVER-LYMAN D�G�i S�VI�`r
� PROjECT 1VftJMBER: 3Z3-041110-Zt�2�i�13
��!11T�L1LT T SER�'ICES AGR.EENiE11T�'
DOVER-LYMAN DESIGN SERVICES
PROjECT NUMBER: 323-041110-208823601
GENERAL CONDITIONS
ACCURACY OF WORK
The CONSULTANT shall be responsible for the accuracy of the work and shall promptly
correct its errors and omissions without additional compensation.
Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility
for subsequent correction of any errors and the clarification of any ambiguities.
At any time during the construction of the improvement provided for by the plans or
during any phase of work performed by others based on data secured by the CONSULTAIVT
under the Agreement, the CONSULTANT shall confer with the CITY for the purpose of
interpreting the information obtained and to correct any errors or omissions made by it.
The CONSULTANT shall prepare any plans or data required by the CITY to correct its errors
or omissions. The above consultation, clarification, or correction shall be made without
added compensation to the CONSULTANT. The CONSULTANT shall give immediate
attention to these changes so there will be a minimum of delay to others.
ASSIGNABILITY
The CONSULTANT shall not assign or transfer whether by an assignment or novation, any
of its rights, obligations, benefits, liabilities or other interest under this Agreement without
the written consent of the CITY.
AUDITS AND INSPECTORS
At any time during normal business hours and as often as the CITY may deem necessary,
the CONSULTANT shall make available to the CI.TY and/or audit representatives of the CITY
for examination all of its records with respect to all matters covered by this Agreement. It
shall also permit the CITY and/or representative of the audit, examine and make copies,
excerpts or transcripts from such records of personnel, conditions employment and other
data relating to all matters covered by this Agreement.
The CONSULTANT shall maintain all books, documents, papers, accounting records and
other evidence pertaining to costs incurred on the Project and used in support of its
proposal and shall make such material available at all reasonable time during the period of
the Agreement, and for three years from the date of final payment under the Agreement,
for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished
upon request at cost plus 10%. The CONSULTANT agrees that the provisions of this Article
shall be included in any Agreements it may make with any subcontractor, assignee, or
transferee.
COMPENSATION
The CITY shall compensate the CONSULTANT for services which have been authorized by
the CITY under the terms of this Agreement.
The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the
CITY and accompanied by all support documentation requested by the CITY, for payment
for the services which were completed during the billing period. The CITY shall review
said invoices for approval. The CITY shall have the right to reject payment of any invoice or
part thereof if not properly supported, or if the costs requested or a part thereof, as
determined solely by the CITY, are unreasonably in excess of the actual stage of completion
of each phase. The CITY shall pay each such invoice or portion thereof as approved,
provided that the approval or payment of any such invoice shall not be considered to be
evidence of performance by the CONSULTANT to the point indicated by such invoice, or of
receipt of acceptance by the CITY of the services covered by such invoice. The CITY shall
pay any undisputed items contained in such invoices.
Each invoice shall be accompanied by a letter progress report describing the total work
accomplished for each phase and any problems which have been encountered which may
inhibit execution of the work. The CONSULTANT shall also submit an accurate updated
schedule, and an itemized description of the percentage of total work completed for each
phase during the billing
period.
Compensation for design services for the Augusta Engineering Department shall be a lump
sum for each phase or item of work authorized by the CITY. The CONSULTANT shall
invoice based on the percentage of the work completed during the billing period. Upon
completion by the CONSULTANT of each phase of the work and approval thereof by the
CITY, the CITY will pay the CONSULTANT a sum equal to one hundred percent (100%) of
the compensation set forth herein, less the total of all previous partial payments, paid or in
the process of payment except as otherwise stated below for Water and Sewer design
services.
Compensation for design services for the Augusta Utilities shall be invoiced based on the
sum of all actual costs incurred in the performance of the work, including all direct, payroll,
overhead, and profit costs in an amount not-to-exceed the compensation set forth herein
for the Water and Sewer Plans Phase.
GC2
AED CSA — Dover-Lyman Design Services
CONFIDENTIALITY
The CONSULTANT agrees that its conclusions and any reports are for the confidential
information of the CITY and that it will not disclose its conclusions in whole or in part to
any person whatsoever, other than to submit its written documentation to the CITY, and
will only discuss the same with it or its authorized representatives. Upon completion of
this agreement term, all documents, reports, maps, data and studies prepared by the
CONSULTANT pursuant thereto shall become the property of the CITY and be delivered to
the Director of Engineering.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress,
analyses, or results and findings of the work conducted under this agreement shall not be
presented publicly or published without prior written approval in writing by the CITY.
It is further agreed that if any information concerning the project, its conduct, results, or
data gathered or processed should be released by the CONSULTANT without prior
approval from the CITY, the release of same shall constitute grounds for termination of this
agreement without indemnity to the CONSULTANT, but should any such information be
released by the CITY or by the CONSULTANT with such prior written approval, the same
shall be regarded as public information and no longer subject to the restrictions of this
agreement.
DESIGN AND REVIEW MANAGER
The Design and Review Manager (Assistant Director of Engineering) or his duly appointed
representative(s) shall act as the Liaison Engineer between the CONSULTANT and the CITY
and all utilities, and authorities or governments whose properties will be affected. The
CONSULTANT shall arrange for conferences, for exchanges of data and information, and for
necessary approvals.
All correspondence, data, information, and reports shall be directed to the Design and
Review Manager to provide for proper distribution to the parties concerned.
All conferences, including telephone conversations and decisions, shall be reduced to
writing by the CONSULTANT and at least two (2) copies shall be forwarded to the Design
and Review Manager within seven (7) calendar days of the event.
The CONSULTANT shall meet with the CITY for review of the work or submit in writing a
project status update on a monthly basis or as determined by the CITY.
The Design and Review Manager will expedite any necessary decisions affecting the
performance of the CONSULTANT's Agreement, but the CONSULTANT shall not make use of
the Design and Review Manager's services on trivial or minor matters normally to be
decided by the CONSULTANT.
GC3
AED CSA — Dover-Lyman Design Services
If the project includes work for Augusta Utilities, an AU Liaison Engineer will act in the
same capacity as the AED Design and Review Manager does for the roadway design work.
Both the AU Liaison Engineer and the AED Design and Review Manager shall be copied on
all correspondence including documented phone conversations and minutes of ineetings.
The CONSULTANT shall coordinate directly with the AU Liaison Engineer on matters
directly related to water and sewer work.
CONSULTANT COORDINATION
The CONSULTANT shall cooperate fully with the Georgia Department of Transportation,
Federal Highway Administration, CONSULTANTs on adjacent projects, and CONSULTANTs
for final bridge plans, municipalities and local government officials, utility companies,
railroads, and others, as may be directed by the CITY. Such cooperation shall include
attendance at meetings, discussions, and hearings, as may be requested by the CITY,
furnishing plans and other data produced in the course of work on the Project, as may be
requested from time to time by the CITY to effect such cooperation and compliance with all
directives issued by the CITY in accordance with this agreement.
It is understood and agreed that the Georgia Department of Transportation and Federal
Highway Administration may have access to the work and be furnished information as
directed by the CITY.
CONTRACT DISPUTES
This Agreement shall be deemed to have been executed in Augusta, Georgia, and all
questions of interpretation and construction shall be governed by the Laws of the State of
Georgia.
All claims, disputes and other matters in question between the Owner and the
CONSULTANT arising out of or relating to the Agreement, or the breach thereof, shall be
decided in the Superior Court of Richmond County, Georgia. The CONSULTANT, by
executing this Agreement, specifically consents to venue in Augusta and waives any right to
contest the venue in the Superior Court of Richmond County, Georgia.
CONTRACT TERMINATION
Pursuant to O.C.G.A. 36-60-13, this Agreement shall terminate absolutely and without
further obligation on the part of the CITY at the close of the calendar year in which this
Agreement is executed and at the close of each succeeding calendar year for which the
agreement may be renewed by the parties hereto.
This Agreement shall nevertheless automatically be renewed unless the CITY provides
written notice to the CONSULTANT of its intention to terminate the Agreement at least
thirty days prior to the close of the calendar year for which the Agreement is presently
effective between the parties and/or has been renewed by the CITY. This Agreement shall
GC4
AED CSA — Dover-Lyman Design Services
obligate the CITY solely for those sums payable during the initial term of execution or in the
event of renewal by the CITY for those sums payable in such individual renewal terms.
Notwithstanding the foregoing language, the CONSULTANT agrees to continuously render
the professional services specified by the Agreement to the CITY for such terms or renewal
terms as are effective pursuant to this Agreement and for which the CITY agrees to pay in
accordance with the terms of the Agreement or any future amendments thereto.
The CITY may terminate this contract in part or in whole upon written notice to the
CONSULTANT. The CONSULTANT shall be paid for any validated services under this
Contract up to the time of termination.
COORDINATION WITH THE NATIONAL GEODETIC SURVEY
If a National Geodetic Survey control point is found during the surveying phase, it is to be
identified and brought to the attention of the Construction Manager. If it is to be affected
based on the proposed design, at the direction of the Construction Manager, the
CONSULTANT shall contact the National Geodetic Survey (NGS) advisor at the Georgia
Department of Community Affairs (DCA) and request data on geodetic control points
during the preliminary evaluation phase of project design. (Address: NGS c/o DCA, 1200
Equitable Building, Atlanta, Georgia 30303. Telephone: 404-656-5527, FAX: 404-656-
9792. CONSULTANT shall provide the 1VGS Advisor with a clear copy of the pertinent USGS
7.5' Quad sheet(s) showing the project location. Preliminary information, even in rough
outline, is sufficient to allow the advisor to determine impact of the proposed project on
NGS and USGS control points. Continued coordination with the advisor to relocate and/or
preserve affected control points will be maintained throughout the project life. This
coordination shall be implemented as soon as possible after receipt of Notice to Proceed by
the CITY.
COORDINATION WITH UTILITIES
Where privately, publicly or cooperatively owned utility companies will require
rearrangements in connection with the proposed construction, the CONSULTANT shall
furnish prints or reproducible for the utiliry owners as directed by the CITY and check the
utilities' submitted plans for avoidance of conflicts with the road construction details or
with the facilities of other utilities. This may require numerous submittals to the utility
companies. The CONSULTANT shall also submit a final set of construction plans to all
utilities. The CONSULTANT shall make no commitments with the utilities which are
binding upon the CITY.
If the project includes work for the Augusta Utilities (AU), the CONSULTANT shall research
all Augusta Utilities records and act on behalf of the AU to identify the existing facilities on
the submitted roadway plans for avoidance, or resolution, of conflicts with the road
construction details or with the existing or proposed facilities of other utilities.
GC5
AED CSA— Dover-Lyman Design Services
COVENANT AGAINST CONTINGENT FEES
The CONSULTANT shall comply with the relevant requirements of all Federal, State,
County, or local laws. The CONSULTANT warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for the CONSULTANT,
to solicit or secure this Agreement, and that it has not paid or agreed to pay any company
or person, other than a bona fide employee working solely for the CONSULTANT, any fee,
commission, percentage, brokerage fee, gifts, or any consideration, contingent upon or
resulting from the award or making of this Agreement. For breach or violation of this
warranty, the CITY shall have the right to annul this Agreement without liability, or, at its
discretion, to deduct from the Agreement price or consideration, or otherwise recover, the
full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee.
DELIVERY OF NOTICES
All written notices, demands, and other papers or documents to be delivered to the CITY
under this Agreement shall be delivered to the CITY's office, @ 505 Telfair Street, Augusta,
GA 30901, or at such other place or places as may be subsequently designated by written
notice to the CONSULTANT. All written notices, demands, and other papers or documents
to be delivered to the CONSULTANT under this Agreement shall be directed to or at such a
place or places subsequently to be designated in writing by the CONSULTANT to the CITY.
DRUG FREE WORK PLACE
CONSULTANT shall be responsible for insuring that its employees shall not be involved in
any manner with the unlawful manufacture, distribution, dispensation, possession, sale or
use of a controlled substance in the workplace. For purposes of the policy, "workplace" is
defined as CITY owned or leased property, vehicles, and project or client site. Any violation
of the prohibitions may result indiscipline and/or immediate discharge.
CONSULTANT shall notify the appropriate federal agencies of an employee who has a
criminal drug statue conviction for workplace violations.
CONSULTANT may require drug or alcohol testing of employees when contractually or
legally obligated, or when good business practices would dictate.
EMPLOYMENT OF COUNTY'S PERSONNEL
The CITY has incurred considerable expense for advertising, recruiting, evaluating, training
and retaining its employees. As such, CONSULTANT hereby agrees that it will not directly
or indirectly, solicit or hire any employee of the CITY, or induce any employee to terminate
his employment with the CITY during the terms of this agreement, nor for a period of one
year following the end of said term. CONSULTANT may not hire, employ, or allow a CITY
employee to provide services without the prior consent of the CITY, except as provided
herein
GC6
AED CSA — Dover-Lyman Design Services
INSURANCE
Prior to beginning work, the CONSULTANT shall obtain and furnish certificates to the CITY
for the following minimum amounts of insurance:
A. Workmen's Com.�ensation Insurance in accordance with the laws of the State of
Georgia.
B. Public Liability Insurance in an amount of not less than One Hundred Thousand
($100,000.00) Dollars for injuries, including those resulting in` death to any one
person, and in an amount of not less than Three Hundred Thousand ($300,000.00)
Dollars on account of any one occurrence.
C. Property Damage Insurance in an amount of not less than Fifry Thousand
($50,000.00) Dollars from damages on account of any occurrence, with an aggregate
limit of One Hundred Thousand ($100,000.00) Dollars.
D. Valuable Papers Insurance in an amount sufficient to assure the restoration of any
plans, drawings, field notes, or other similar data relating to the work covered by
the Project.
E. Professional Liability Insurance in an amount that correlates to the amount of this
agreement and nature of the project.
PERSONNEL
The CONSULTAIVT represents that it has secured or will secure, at its own expense, all
personnel necessary to complete this agreement, none of whom shall be employees of, or
have any contractual relationship with, the CITY. Primary liaison with the CITY will be
through its designee. If the project includes AU work, the CONSULTANT shall identify, in
writing, a water/sewer project manager responsible for direction and coordination of this
portion of the project. All of the services required hereunder will be performed by the
CONSULTANT under his supervision, and all personnel engaged in the work shall be fully
qualified and shall be authorized or permitted under law to perform such services.
All professional personnel, including subcontractors, engaged in performing services for
the CONSULTANT under this agreement shall be indicated in a personnel listing attached
hereto as Exhibit "A" and incorporated herein by reference. No changes or substitutions
shall be permitted in the CONSULTANT's key personnel as set forth herein without the
prior written approval of the Director or his designee.
The COIVSULTANT shall employ in responsible charge of supervision and design of the
work only persons duly registered in the appropriate category; and further shall employ
only qualified surveyors in responsible charge of any survey work.
The CONSULTANT shall endorse all reports, contract plans, and survey data. Such
endorsements shall be made by a person duly registered in the appropriate category by the
Georgia State Board of Registration for Professional Engineers and Land Surveyors, being
in the full employ of the CONSULTANT and responsible for the work prescribed by this
agreement.
GC7
AED CSA — Dover-Lyman Design Services
RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULTANT shall be responsible for any and all damages to properties or persons
caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its
officers, agents, and employees from all suits, claims, actions, or damages of any nature
whatsoever to the extent found to be resulting from the CONSULTANT, its subcontractors,
or its agents in the negligent performance or non-performance of work under this
Agreement. These indemnities shall not be limited by reason of the listing of any insurance
coverage.
REVIEW OF WORK
Authorized representatives of the CITY may at all reasonable times review and inspect the
project activities and data collected under the Agreement and amendments thereto. All
reports, drawings, studies, specifications, estimates, maps and computations prepared by
or for the CONSULTANT, shall be available to authorized representatives of the CITY for
inspection and review at all reasonable times in the main offices of the CITY. Acceptance
shall not relieve the CONSULTANT of its professional obligation to correct, at its expense,
any of its errors in work. The Engineering Department may request at any time and the
CONSULTANT shall produce progress prints or copies of any work as performed under this
Agreement. Refusal by the CONSULTAIVT to submit progress reports and/or plans shall be
cause to withhold payment to the CONSULTANT until the COIVSULTAIVT complies with the
CITY's request in this regard. The CITY's review recommendations shall be incorporated
into the plans by the CONSULTANT.
RIGHT TO ENTER
The CONSULTANT shall notify all property owners or occupants of the intent to enter
properties for the purpose of accomplishing surveys or other field investigations in
accordance with the practices of the CITY. The CONSULTANT shall discuss with and
receive approval from the Augusta Engineering Department prior to sending said notices of
intent to enter private property. Upon request by the COIVSULTANT, the CITY will provide
the necessary documents identifying the CONSULTANT as being in the employ of the CITY
for the purpose described in the Agreement. If the property owner or occupant denies the _
CONSULTANT permission to enter, such incident will be reported to the CITY and the CITY
will initiate such action as is dictated by current policy and procedure.
SUBCONTRACTING
The CONSULTANT shall not subcontract any part of the work covered by this Agreement or
permit subcontracted work to be further subcontracted without the CITY's prior written
approval of the subcontractor. The CITY will not approve any subcontractor for work
covered by this Agreement that has not been recommended for approval the Construction
Manager.
GC8
AED CSA — Dover-Lyman Design Services
All subcontracts in the amount $5,000 or more shall include, where possible, the provisions
set forth in this Agreement.
SUPERVISION AND CONTROL
The COIVSULTANT shall perform the services required to accomplish the work plan as
stated above under such control and supervision by the CITY, as the CITY may deem
appropriate.
�
GC9
AED CSA — Dover-Lyman Design Services
ATTACHMENT A- LISTING OF KEY PERSONNEL
CONSULTANT shall provide qualified personnel to perforrn its work. The list of key
personnel below, including a designated Program Manager will not change or be reassigned
without the written approval of the CITY. Those personnel committed for this work are as
follows:
Wes Byne, P.E.
Jorge E. Jimenez, P.E. -
Pro'ect Mana er
C.D. Drown, P.E.
Stacey Gordon, P.E.
Ken Wardenski, E.I.T.
h
Augusta, GA En�aeer�g Dep��imt
� ' �
'�.�.'T.A�.���I11+������'"�' �'► ..
DOVER-LYMAAT DESIt�N S��?'iCES
PROJECT NUMBER 3�3-0�111t�-��8�3�1:
�
� _ ������/III,�
G E' O R G I A
Attachment B
Listed below is a consolidated listing of the Statement of Non-Discrimination, Non-Collusion
Affidavit of Frime Bidder/Offeror, Conflict of Interest and Contractor Affidavit and Agreement.
Ptease complete, date, notanze and retum pages 1 of Attachment B with your submittaf.
Statement of Non-Discrimination
The undersigned understands that it is the policy of Augusta-Richmond County to promote full and
equal business opportunity for all persons doing business with Augusta-Riclunond County. The
undersigned covenants that we have not discriminated, on the basis of race, religion, gender,
national origin or ethnicity, with regazd to prime contracting, subcontracting or partnering
opportunities.
The undersigned covenants and a�rees ta make good faith efforts to ensure ma�cimum
practicable participation of local small businesses on the bid or contract awarded by Augusta-
Richmond County. The undersigned further covenants that we have completed truthfully and fully
the required forms regarding good faith efforts and local small business subcontractor/supplier
utilization.
The undersign,ed further covenants and agree5 not to engage in discriminatory conduct of
any type against local sma11 businesses, in conformity with Augusta-Richmond County's Local
Sma11 B Opportunity Program. Set forth below is the signature of an officer of the
__--- ___----__ _ _—.----._-__________ __ ______ .
�ic��contracting entit}r vif�i autl�ority to bind the entity.
The undersignal acknowledge and wanant that this Company has been made aware of
understands and agrees to take affirrnative action to provide such companies with the maximum
practicable opportunities to do business with this Company;
That this promise of non-discrimination as made and set forth herein shall be continuing in
nature and shall remain in full force and effect without interruption;
That the promises of non-discrixnination as made and set forth herein shall be and are hereby
deemed ta be made as part of an incorporated by reference into any cc�ntract or portion thereaf
which this Company may hereafter obtain a.nd;
That the failure of this Company to satisfactorily dischazge any of the promises of
nondiscrirnination as made and set forth herein shall constitute a material breach of contract
entitling the City of Augusta to declare the cantract in default and to exereise any and a11 applicable
rights remedies including but not limited to cancellation of the cantract, termination of the contract,
suspension and debarment from future contracting opportunities, and vvithholding and or forfeiture
of compensation due and owing on a contract.
RFP 10-156 Design Services Dover Lyman
Attachment B- Page 2 of 3
Non-Collusion of Prime BidderiOfferor
By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its
knowl�ge and belief
(a) The prices in the proposal have been arrived at indepe�dently withaut r,ollusion, consultation,
communications, or agreement, for the purpose of restricting competition, as to any rnatter relating
to such prices with any other vendor or with any competitor.
(b) Unless otheiwise required by law, the prices which have been quoted in the proposal 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 will be made, by the vendor to induce any other person,
partnership or corporadon 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
Attorney General and the United States Justice Department.
Conflict of Interest ,
By submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of its
knowledge and belief:
1. No circumstances exist which cause a Gonflict of Interest in performing the services required by
this ITB, an.d
2. That no employee of the County, nor any member thereof, not aay public agency or 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 independently without collusion, consultation,
communications, or agreement, for the pur�wse of restricting competition, as to any rnatter relating
to such prices with any other vendor or with any competitor.
(b) Unless otherwise required by law, the prices which have been quoted in the bid have not
knowingly been disclosed by the vendor prior to openin�, directly or indirectly, to any othex 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 violarion of this provision, the Counry shall hav� the right to
terminate any reIated contract or agreement without liability and at its discretion ta deduct from the
price, or otherwise recover, the full amount af such fee, commission, percentage, gift, payment or
consideration.
RFP 10-156 Design Services Dover Lyman :
F
Attachment B- Page 3 of 3
Contr�ctor Affidavit and A�reement
By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-
91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta
Richmond County Board of Commissioners has registered with and is participating in a federal
work authorization pragram* [any of the electronic verification of work authorization pro�rams
operated by the United States Department of Homeland Security or any equivalent federal work
authorization program operate,�i by the United States D�partment of Homeland Securiry to verify
information of newly hired employees, pursuant to the Immigration Reform and Control Act of
19$6 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadlines
esta.blished in O.C.G.A 13-10-91. The undersigned further agrees that, should it employ or contract
with any subcontractor(s) in connection with the physical performance of services pursuant to this
contract with Augusta Richmond County Board of Commissioners, contractor will secure fram such
subcontractor(s) similar verification of compliance with O.C.G.A 13-10-91 on the Subcantractor
Affidavit provided in Rule 300-10-01-.08 ar a substantially similar forrn. Contractor fizrther agrees
to maintain records of such compliance and provide a copy of �ach such verifieation to the Augusta
Richmond County Board af Commissioners at the time the subcc►n�ractor(s) is retained to perform
such service.
Georgta L.aw requires your company to have an E-Verify"User ldentification Number on or after Ju1y 1, 2009.
For additional information visit the State of Georgia website:
httasJ/e-verifv.uscis.qov/enrolU and/vr http•//www dol state c�a us/ndf/rules/30Q 10 1.pdf
257101
E-Verify * User ldentification Number
The undersigned further agrees to submit a notarized copy of Attachment B and any required
documentation noted as part of the Augusta R.ichmond County Board of Commissions
specificatians which govern this process. In addition, the undersigned a$rees to submit all required
__form�__for. a.ny subcontractor(s) as_requested___and _or_required. ---I- further--understand that my --
submittal will be deemed non-compliant if any part of this process is violated.
Zi�¢nerman, Evans and Leopold, Inc.
Company Nam �
B. uthoriz Officer r Agent
(Contr tor Signature)
Pri°r;cipal
Title of Authorized Officer or Agent of Contractor
Jorge E. Jimenez, P.E.
Printed Name of Authoriz� Officer or Agent �
SUBSCRIBED AND SW�RN BEFORE ME ON THIS THE � DAY OF ���� , 20�.,_.
� I NOTARY SEAL
Notary Pubiic -
NOT t�UC, B� COIiMTY, QEOF�OW
My Commission Expires: MY COMMiSSK}hl EXPfAES NOV. 22, 2�10
Please complete, date, notarize and return p�ges 1-3 of Attachment B with your submittal
Rev. 11113109
RFP 10-156 Design Services Dover Lyman
/' `'i��
G E� O R G I A
BIDDER'S FORM/ACKNOWLEDGEMENT OF ADDENDA
City of Augusta Procurement Department
530 Greene Street, Suite 605 Business Locations: (Check One)
Augusta, Georgia 30941 x Augusta Richmond County
ATTN: Procurement Director Other
Name of Bidder. __ Zimmerman, Evans and Leopold, Inc.
Street Address: 435 Telfair Street
City, State, Zip Code: Augusta, GA 30901
Phone: 706-724-5627 Fax: �06-724-5789 Email: Jej@zelengineers.com
City License Requi�ement: Contractor must be licensed in the State o€ Georgia or by the Governmental
entity for which they do the majority of their business.
Do You Have A Business Ltcense? Yes: X No:
Licensed By What State. Citv & Countv City and County
Business License #: LCB19990013992 Fed Tax Id #: 581 225 679
Acknowledgement of Addendum: Check and lnitial the appropriate box:
_ __ __ . _ _ __..._ _ --- ------ _---._ _ - ----_ - -- ___- ---- __----
Addenda 1 Initial Addenda 5 Initial
Addenda 2 Initial Addenda 6 Initia!
Addenda 3 Initial Addenda 7 Initial
Addenda 4 Initial Addenda 8 Initial
THE UNDERSIGNED PROPOSES TO FURNISH THE FOLLOWING ITEMS IN STR}CT GONFORMANCE
TO THE BID/RFP/RF'Q SPECIFICATIONS AND BIDiRFP/RFQ INVITATION ISSUED BY THE CITY OF
AUGUSTA FOR THIS BID/RFPfRFQ ANY EXCEPTIONS ARE CLEARLY MARKED IN THE ATTACHED
COPY OF BID/RFP/RFQ SPECIFICATIONS:
� �
Signature: Date: August 25, 2010
THIS FORM ST BE COMP TED D SUBMITTED WITH YOUR SUBMITTAL
Rev. il/13/09
RFP 10-156 Design Services Dover Lyman
, ,�
/_ ''i��
G E� O R G I A
Cex tification Staternent Local Vendor Preference
I certify that my company meets all of the foilowing qual�cations to be eligible for the local vendor preference:
(1) That my company has a fixed o�ce or distribution point located in and having a street address within
Augusta for at least six (6) months immediately prior to the issua�tce of the request for campetitive bids or
request for proposals by Augusta; and
(2) That my company holds any business license required by the Augusta Richmond County Code for at
least 6 months.
(3) That my company employs at (east one (1 } full time empioyee, or two (2} part time employ�es whose
primary residence is in Augusta, or if the business has no employees, the business shafl be at {east fifty percent
(50%j owned by one or more persons whose primary residence is in Augusta.
(4) Attached is a copy of my Augusta Business License.
Coittpany NBme: Zimmerman, Evans and Leopold, Inc.
Address: 435 Telfair 5treet, Augusta, GA 30901
Business License Number LCB19990013992
- ._._---- -_----------._�_ _—_.___ __ --
_ -- _._ . . . --------- - _ _ _ _ - --- - -- —_�._------- . ._ - - --- -
Phone Number: 706-724-5627 Fax Number: �06-724-5789
Owner's Name: JorQe E . Ji.menez, P.E. Signature: - - ''
�_
VEIdDOR DO NOT COMPLETE
To be completed by Authorized City Representative from Augusta Richmond County Procu�ement Depa�tment:
Vendor Certified: • Date:
Authorized City Representative Signature
RFP 10-156 Design Services Dover Lvman
� • � i • � • � ' � ,
1. FIRM INF�RMATION AND BACKGROUND
ZEL HAS BEEN PRE-QUAL.IFIED FOR THIS TYPE OF PROJECT BY THE AUGUSTA
ENGINEERING AND PUBLIC WORKS DEPARTMENT
Founded in 1946 by the late Harry F. Zimmerman, P.E., the firm has served clients under the name
Zimmerman, Evans and Leopold since 1958. ZEL has built a reputation of combining sound, innovative
designs with cost-effective solutions.
GENERAL ABiLIT1ES —
ZEL provides design, investigation, and analysis for local, state, and federal governments as well as
private industry. Clients are served in rnany di�erse fields including:
• Dra.inage and Storm Sewers • Sewer System Evaluation and
• Hydraulic Analysis and Master Inspection
Planning • Site Development
• Roads, Bridges and Appurtenances • Water Treatment and Distribution
• Community Mapping • Wastewater Treatment Plant Design
• General Structural Design and • Laboratories and Other Building
Analysis Faeilities
• Investigations, Studies, Reports.
ZEL has served clients continuously for up to 60 yeaxs. Clients vary in size from individuals to the
Federal government. Typical clients include:
• Augusta - Richmond County, GA • Jackson, SC
• Columbia County, GA • Aiken County, SC
• City of Lavonia, GA • Greensboro, GA
• Augusta Ports Authority • Grovetown, GA
� US Corps of Engineers • Toccoa, GA
-_--•-- Howazd Shepard Ina: _ _ - •--- For�GordQn ___ __ ----__ _
• Calhoun Falls, SC • Lincoln County, GA
• Hunter Army �eld � Veterans Administration
• Searle Chemicals • Richmond County Boazd of Education
• Development Authority of Columbia County.
ZEL is owned by practicing Professional Engineers thus assuring our clients of maximum effort
toward successful completion of projects.
A Project Engineer, designated for each assignment, conducts communication with the client and
oversees all effort for the project. The Project Engineer provides a central figure for coordina.tion
and assures optimum responsiveness. All of the firm's effarts are coordinated and monitored for
progress and quality by a team of professionals and the Principal in charge. ZEL is licensed to
practice in the following discipiines of engineering - Civil, Structural, Environmental, Sanitary,
Mechanical, and Electrical. The prafessional staff is supported by additional staff engineers,
designers, draftsmen and CAD operators, computer specialists, inspectors and clerical staff.
ZE L E N G I N E E R S 2010- P09 Proposal s1v.dOGX
� • • � r • � ) ' � .
3. SIMILAR PROJECTS
HEREFORD FARM ROAD, C&G, SIDEWALKS AND BIKE PATH PROJECT
CQLUMBIA COUNTY, GA REFERENCE: Ronnie Hutto
Ref 0704-00 Columbia County Construction (706) 447-7600
Construction Cost: $ 2,300,000.
. i _
. !
;i
i i
. �J�L XMOMhIY �C7�Ii
f � _
r ♦ �'.
/;`''! ^. _
,��/�'` _ f r;' .-;, / i
`/f_ ..rw � i� ; (y'�.
�f _ . � � `ww. ' i 1 .:a �
.��- Z 'C.• r,Z � I _
�' ' rc; j
� " r,�r �� r r'
jia, :.): � ...�'�
� 1� i0 �
r...rw
� \ � • � � ., ; ••• .
� � � ' ( �2 "f�f1` �� '�OC a
V 1 .�•� . � � -w�w- ' `:, �;."i^. .. i6lb.. .r��' =M17►
�
1 � - ti �
-�'_ �
.n. ky � � � � �+ Q � ,,•�
� ��� ...__ - --- ---- - `,
� ,. -
S � � _ t _�_��� -� --� er
_ _'_ �� .. ._- -" �
_ ._ _ � . a
--- - -- -� • _
.... i — -_._ " �
; :. , � , _ .-- � _ �_ . .. �; - -�� - - __ _ — � �c� -- -
�` t-a ".,sn. .tcr. . +'
,t�. 1
ar ~ 1'.
sa � — ' i
�� �\ T �
/ '
~" i f
F
iS•
�
S !
l�t
�K.y�..�...�� . - '' . � � � •��w• / � /�
� � 'J
'Si1L � ( I
rR�4ir . r �- ��
11r.. .'O.Y«�� �:.*�a�a`� . �':�- .
; ` `���
Ir �
��, t � a.r...h.r � :
ZEL N G I N E ER S 2010- P09 PropoSal SIV.CIOCX
� • • • � r � � - • ,
AUGUSTA East Augusta Drainage REFERENCE: DAVID SIMONAEU, P.E.
Improvements Study and Phase I, II, III 706-722-1588
Ref 8830, 9118, 9405
Richmond County Public Works Department
Construction Cost $ 3, 450,000
� s �,,,,. � *
. .:: t'� -r..�'.i,;. ii
�t :rt (I
. ' � �(, i} :. S 41 ' ? '��'
:v'^'
t'
�kw.� �v.* u.. .�
, � , . ,
� .::; :.. . - �.�i: ��i.a�;.
. ..-� �� � :� ' � � �
_, ..� . ,,.:.:. , .:,. _. � .. �-. ,.
.�;''�..� ��
� �.
r�''
.�F...w...y �� -- . � ..
°'sk.LT
Z�L E N G I N E E R S 2010- P09 PrOposal S►v.CIOCX
�
' • . . . . - . �-�.
ZEL'S PRESENT STAFF HAS DESIGNED MANY ROADWAY PROJECTS LISTED HERE:
Richmond and Columbia Counties, Georgia. "Barnwell County Senior Center"
• Hereford Farm Rd. Widening "Barnwell County Road Project 2401"
• Lewiston Rd. Impro�vements • Kennedy Drive
• Horizon South Parkway Phoenix Road
• Harizon East Road • Seabrook Drive
• Horizon VVest Road - Richardson Road
• Columbia lndustrial Road � Back Street
• Hwy 56 @ Old Waynesboro Road • West Windy Nlill Drive
• Chaznblin Road Campus Roads • Wilton Road
• Hwy 56 @ Phinizy Road • Dicks Street
• Camellia Road � Robin Court
• Ball Park Road
Barnwell County, South Carolina • Moss Lane
"Barnwell County Road Project 2000" • Toby Creek Road
• Rays Road
• Chavis Road Aiken County, South Carolina
• Sapling Road • Waterwheel Road
• Dunn Cannon Road • Perron Garvin Road
• Shipes Bluff Road • Horse Creek Road
• Blackville Road • Green Acres Road
• Toby Creek Road • Old Homestead Road
• Wilton, Dicks, Robin • Bagwell Road
• Williston Roads • Nazerene Road
�
� �� t ?. ---- � ----�-� t .._M.. i _ °_
_ -�.:..
_,.,...
. r� � r ;
. (
_ _ .. _.__ _ .. ' t ,,,_..,_. � _
's
I '
_ �. ..—.. �– : .� . -
.—��—C...._..... .. �w.—m.-�' ..:...... . ... ' ' '___.
._ . _ __ —....__.,._._ . _ _'__..__._'.
-�v--.�� —� _ __ � .�. . .. ... ...
6,��..��.. . �'t -- ----�_�
, i � ....._.... . .. .».....a. , ._.........p....-....� ..............
��� .�^ �-F . .
. .............._ 'S�irr ' � -I..--� .. --. '--�'-' -�.-1�-- . -. "- '_
_ r '�. � , --
� i . _.—. .
; `i.• y . , –�-.._ ,..�-.� I j
� ._,�._ � ,� � . � ��- � ._._.. � _ j ----� ' __..._.
' 1�� �i �° I � �.� � I � � ; ^ � ! i a„ � �� �,
r g� �.�..,�..�.�.a�
4..,.... n. � m.�, �
�
� a. �
.� _.. — -
_�
.... ______ _.... � .
.. � ,
�,e
--:m
ZE L E N G 1 N E H R S 2010- P09 PLOpOS81 SIV.CIOCX
� • � • • � ♦ � �
AUGUSTA — Messerly Constructed Wetlands REFERENCE: D Allen Saxon, Augnsta
Utilities Department
400-Acre Site including Wetlands Permitting for 26 Acres.
ZEL Project Ref 9416
Augusta-Richmond County Utilities
Construction Cost: $10,000,000
�.
:, f
, �i.
4. PRINCtPALS AND KEY PERSONNEL F4R THIS PRQJECT
The Project Engineer for this project will be Jorge E. Jim�nez, P. E., in addition, C. D.
Drown, P. E., Wes $yne, P. E. Stacey Gordon, P. E. and Ken Wardenski, EIT, will
work on the project. Their r�sum�s are attached.
5. OTHER RELEVANT INFORMATION
Interfaces with the US Army Corps of Engineers — ZEL Engineers routinely interfaces
with the US Army Corps of Engineers regarding permitting issues. Over its 60 years in
existence, a permit application prepa.red by the firm has never been declined. ZEL is
ZEL N G i N E E R S 2O10- P09 PtOpOS8l S1V.dC
� � � � s � � � �
presently warking with the COE on the Augusta Canal Licensing and the Upgrade to the
Augusta. Raw Water Pumping Station. ZEL prepared the documents filed for the permits for
the 2" Street Drainage Improvements' two 48" diameter dischazges ta the Savannah River.
Also, ZEL prepared the applicatians for the discharge of four 48" discharge pipelines into
the oxbow in East Augusta. In addition, ZEL Engineers worked well with the Public
Works Department in devising a solution to the floading of areas near Rocky Creek and
Rocky Creek Tributary 1. The solution was approved in concep# by the Corps of Engineers.
It involved massive Section 401 permitting for a supplementa.l channel for Rocky Creek.
Richmond County was unable to fund the improvements. A related part of that work
included the 401 Permit for the Consiructed Wetlands Project that ZEL designed for the
City. In that project the City was able to fill in 26 acres of natural wetlands without
replacement. We have also secured Section 10 Rivers and Harbors Act Permits for Augusta
and Columbia County, Ga.
Public and Community Outreach: As a member of the community of Augusta. for over
60 years, ZEL has contributed time, talent and economic support to many community
endeavors for the public good. Presently, and for the past twelve years, ZEL has been a pro-
bono main player in the development of the Phinizy Swamp Nature Park, which is making
great progress in educational opportunities for chi�dren. Last year over 8,000 school
children benefited from the Park and this year a similar number is projected to participate in
the programs at the Park. These children are from all segments of society and they all
benefit equally from their experiences at the Park. Our engineers have participated in the
A.R. Johnson Advisory Boazd, ZEL is a local business enterprise.
Location of work, Proposed use of sub-consultants: ZEL is a multi-discipline
engineering firm and it has all disciplines of engineering in-house. All work for this project
will be done in ZEL's offices on Telfair Street in Augusta. All document production is
contracted with Augusta Blueprint Co. for all ZEL projects. Land Surveying tasks will be
-- subeontracted to a qualified locak surveyor James A. Wombles, RLS #2713 and the Soil _ _.._.._.
Investigations will be provided by CSRA. Testing. No additional costs would accrue to
Augusta.
Z E L E N G I N E E R S 2010- P09 Proposa151v.d0
� � • • � � • � - • .
6. DESIGN S4FTWARE
H 3.1 - Water System NetworkHydraulic Modeling
Land Development Desktop 2004 - Civil and Earth Design
Civil Design 2A — Roadway Design
Survey 2.0 — Surveying
IES Visual Analysis 4.0 — Structural Analysis and Finite Element Analysis
HEC 1 — Hydrology
HEC 2— Flood Analysis and Dam Breech Analysis
BOSS River Modeling System — Fload Routing and Dam BreakAnalysis
ACAD 2004 — Computer Aided Drafting and Design (CADD)
HAP 4.0 — Stormwater Drainage Analysis
TR-55 — Storm Drainage and Hydrology.
�E L E N G i N E E R S 2010- P09 Proposal slv.C10
' • � � � ♦ • � • ,
7. DOCUMENT QUALITY CONTRQL
ZEL takes great effort to complete projects on time and under budget. For 55 years, the firm has
consistently delivered projeets at construction costs well below industry average through innovation and
careful consideration of the design purpose.
It is the policy of ZEL that its work exhibit high standards of quality and accuracy. Through our
continuing efforts, sound environmental, technical, and economic decisions may be made based on valid
substantiated data.
The following practices are utilized. as outline guides in our efFort to produce high quality services for
our clients.
Only Principals, Engineers, and Technicians who are knowledgeable and experieneed with the
specific work required, the regulatory agencies involved, and geographical area of the projects are
assigned to the project design team.
Persons checking design calculations, project drawings, specifications and other documents are
personnel other than the prepazer of the document and are professionals who have the technical
competence to assess the adequacy of the material being checked.
Documents are printed utilizing the project control numbers plus the time and date of printing.
This assures that current documents az� being checked. Entire drawings are ehecked by using a
yellow highlighter for correct information and by making changes or other corr+ectians in red.
Yellow check sets are kept with the project files.
Checkers initial and da#e original documents after being satisfied as to accuracy and completeness.
Appropriate checking is performed at each state of completion; concept; design development,
substantial completion; final contract documents.
ZEL Engineers has a detailed Quality Assurance Plan in place, and can grovide this on request.
Z E L E N G I N E E R S 201 O- P09 PIOpOSaI SIv.C�OCX
� • • � • � i ' • .
8. RESUMES
Jorge E. Jim�nez, P.E., Principal, Civil and Environmental Engineer
Mr. Jim�nez is experienced in all aspects of public works, site development and recreation facilities having
served the City of Augusta for 14 yeazs as its design engineer prior to joinin� ZEL Engineers in 1986. Jorge
worked on the master plan for Pendleton King Park including parking and utility services. He provides
continuity to ZEL's municipal clients and presently warks closely with the Columbia County Water System
and the Columbia County Development Authority. He has provided coordina.tion and management of design
activities performed by en�ineering consultants for Augusta in the field of public works and municipal
utilities. He was in charge of the development of Horizon South Industrial Park in Columbia County from
1990 to 1998.
Transportation: Development Authority of Columbia County, GA - Horizon South Parkway improvements
and Horizon South East and West Roads. Project consists of four lane divided parkway (East Road) to be
constructed in two phases with divided connections to the Parkway and Wrightsboro Road. Full services
were provided including concept development, pre-construction services, project management, design
overview, drainage, wetland mitigation, and checking.
Columbia County, GA - Serviee Road to the Bessie Thomas Community Center and Euchee Creek Library -
Full services were provided for this project except concept development.
Richmond County, Georgia Board of Commissioners - 30-foot wide road design for paving unpaved
Lover's Lane From Hwy. 28 to Laney-Walker Blvd. Full services were provided. Intersection
improvements for GA Hwy. 56 at Phinizy Road and at Old Waynesbaro Road.
City ofAugusta, GA - J. B. Messerly WYV7'P in-plant industrial quality concrete road design. Full services
were provid�d.
Barnwedl County, SC — Barnwell County Road Project 2000, paving and roadway improvements to five
previously unsurfaced roac�s. Barnwell County Road Project 2001, paving and roadway improvements to
twelve �reviously unsurfaced roads. Parking lot for Barnwell County Sezuor Center.
_ _ _ _ _ __._
Aiken County, SC — Paving design, runoff, and other raadway improvements to five previously unsurfaced
roads.
Utili.�ies: Columbia County Water and Sewerage System - Preparation and coordination of Geographic
Information System Base Mapping and Monumenta.tion project. Work product for the project were
orthophoto maps and digital representation o€ the maps with five foot topographic contours all prepared to
National Accuracy Standards. These maps serve as the basis of all Columbia County GIS efforts.
Columbia County Water and Sewerage System - Design of water lines at Blanchard Rd., Tubman Rd.,
Lewisville Rd, Chamblin Rd., Wrightsbora Rd., Lewiston Rd., Memory Lane, Hwy 221, Yelton Rd., Ra.y
Owens Rd. and along I-20 corridor to Old Belair Lane.
Columbia County Water and Sewerage Systern - Design the Euchee Creek sanitary sewer extension from
Columbia Rd. to Chamblin Rd. at the Baker Place Rd. landfill and along Mill Braneh from Euchee Creek to
Horizon South Industrial Park.
Board of Commissioners of Columbia County, GA - Savannah Rapids Pavilion. Evaluation and
Development of water and sewer utility services to the Savannah Rapids Pavilion Communiry Center and
similar services in addition to roadway design and storm water management facilities to the Har�em -
Grovetown Library and Community Center.
ZE L E N G I N E E R S 2010- P09 PropOSal slv.dOCX
' • • � • � - • � - � .
Site Planning and Industrial Park Development: Development Authority of Columbia County, GA -
Horizon South and Columbia County Industrial Park. Master Planning and Management af the development
of Horizon South Industrial Park in Columbia County. Site grading design for the John Deere 5ite. Site
grading design for the full acreage of Horizon South Industrial Park (370 Acres �). Site development and
grading design for improvements to the Columbia County Industrial Park. Design of water and sewer utility
to serve the both parks. Consultant to the Development Authority on all issues related to the development of
Horizon South and the Columbia County Industrial Park. Author of project management critical path
schedule for implementation of development phases and financial planning.
Columbia Co., GA - Evaluation and Development of water and sewer utility services to the Savannah
Ra.pids Pavilion Community Center and similar services in addition to roadway design and storm water
management facilities to the Harlem - Grovetown Library and Community Center.
Development Authc�riry of Columbia County, �A. - Conceptual Site Development layout for prospect
industrial tenants at the Columbia County Industrial Park, Horizon South Industrial Park, and on numerous
private land parcels suitable for location of large industrial piants.
Development Autharzty of Columbta County, GA. - Evaluation and Site Selection for a Minor League
Baseball caliber multi-purpose recreational facility and stadium to be located in Columbia County to serve
the CSRA. Evaluation of traffic patterns and requirements; water an.d sewer availability, parkin�
requirements and layout; and storm drainage handling needs.
City ofAugusta, - Georgia Master Plan Development for the Pendleton King Park sanctuazy. Development
included tennis courts, bicycle trails, touch and feel botanical gardens parking faeilities, playhouse with
sta.ge, mini zoo, entrance road and landscaping.
Developnzent Authority of Columbia County, GA - Evaluation tl�rough reconnaissance of sites suitable for
location of communal airport facilities. Preparation of map identifying the possihle sites.
Development Authority of Colurrcbia County, GA. - Continuous support for marketing of Horizon South
Industrial Park to prospects and the Chamber of Commerce of Columbia County efforts.
Professional Registration: Georgia No. 15694 BS, Augusta College, 19'�2 Member- America:n- Society.of-------
Civil Engineers, Arnerican Consulting Engineers Council, America Public Works Association, American
Water Works Association, Federal Water Pollution and Control Association.
Joined ZEL Engineers in 1986
ZEL N G I N E E R 5 2010- P09 Proposal S1v.CIOCX
� � • � • • • � - � .
Charles D. Drown, P.E., Princip�l, Civil and Structural Engineer
NIr. Drown is a Project Engineer with ZEL Engineers and provides design and technical support in the fields
of structures, buildings, highways, wa#er and wastewater, and hydrology. Dave is a Civil Engineer with
over 31 years experience in serving municipal, industrial, commercial, and institutional clients in the areas
of general construction, investigations and reports, and the structural safety and economy of structures.
Utilities: Columbia County Water and Sewage System CodumBia County, Geargia. Hydraulic modeling and
expansion recommendations, City of Augusta, Georgia. HEC-II Hydraulic Modelin� of flow through
Phinizy Swamp, Ft. Gordon Army Base, Augusta, Georgia - Spirit Creek Darn Repair. Flow modeling and
structural design for the repair of Spirit Creek Dam, Lavonia Dam Repair, Lavonia, GA. Flow Modeling
and Structural analysis for the upgrading of the Crawford Creek Dam.
Struetural Engineering: City of Augusta, Augusta, Georgia - Advanced Wastewater Treatment System.
Design of culvert bridge and other misceilaneous structures for sewer treatment plant expansion, IVevada
State DQT, Carson City, Neuada. Interstate HighwayBridge Design - Design and construction supervision
of concrete, pre-stressed eoncrete, and composite bridges, interchanges and related structures on interstate
and local roads. Route Safety Analysis - Checking of structures and routing far oversizedloverweight
vehicles through State of Nevada, Los Angeles Airport Authoridy, Los Angeles, California - LAX Airport
Expansion. Structural Design of pre-stressed overhead multi-lane tr�c entrance loap bridge structure and
ramps.
Roadway: Federal Highwrzy Authority. Alignment and layout of forest service roads in the Trinity National
Forest (Summer - Coop program), Nevada State Highway Department. Inspection, surveying, design layout
and preparation af quan�ities estimates for state and interstaxe highways. (Summer-Coop Program), Federal
Highway Authorary, Happy Jack, Arizona, Yuma, Arizona. Lab work and inspection for Natianal Forest
roads in Happy Jack, Arizona and Instrument Man for Alignrnent and layout of FHWA Access to Fort
Huachuca, Arizona. (Summer - Coop Program)
Mappingc Columbia County, Georgia. Base mapping, development, implementa.tion and preparation of
countywide digita.l maps fram calibrated aerial imagery to provide a base platform for an integrated
Geograptnc Iriforniation System for interdepartmental use� ColumbiaCountyTaxAssessors O�ce, --- -
Columbia County, Georgia. Development, implementaxion and preparation af digital property and zoning
maps integrated into the county wide GIS system for interdepartmental use in managing, governing and
planning, Columbia County iYater and Sewage System, Columbia Counry, Georgia. Development,
preparation and implementation of the water and sewa�e system facilities managernent system based on the
GIS base maps developed to support GIS based management systems. The work product is a GIS based
management system integrated within the overall County management plan.
Professional: Registration: Georgia No. 16167; California No. C31622, BSCE - University of Nevada,
1976 - 30 czedits Graduate Study in Structural Engineering, Business and Computer Programming -
Chaminade College of Hawaii 1970-1972, Member, Arnerican Society of Civil Engineers, Joined ZEL
Engineers in 1984
Publications: Douglas, Bruce M. and Charles D. Drown, P.E. (1980). Dynamic Characteristics of a
Variable Depth, Skewed, Composite Girder Bridge, Earthquake Notes Eastern Section Seasmological
Society ofAmerica, Vol. S0, No. 4, p. 46 (abstract). Douglas, Bruce M., Monty L. Gordon and Charles D.
Drown (1981). Experimental Dynamics of Highway Bridges, Proceedings, Specialty eonferenee on
Dynamic Response of Structures, ASCE,
ZE L E N G t N E E R S 2010- P09 PropoSal SIV.dOCX
' • r � • a � I ' • .
Frank W. Byne, P.E. Princip�l. Civil And Environmental Engineer
Mr. Byne recently joined ZEL as a professional engineer. Prior to that, he was employed by Augusta
Utilities Department (AUD) as Assistant Director in charge of Engineering & Capital Construction. He was
part of the team that won the privatization bid for water and sewer assets at the Fort Gordon Army base in
Augusta. He worked extensively on the federal privatization project, and was in chazge of capital planning
for the Initial Capital Upgrades and Renewal and Replacement projects on base. He led the teams that
investigated sewer conditions and performed hydraulic analysis of their collector sewer, in addition to
hydraulic analysis of the receiving interceptor sewer. He has over ten years of hydrologic, hydraulic, and
water quality modeling experience for bvth closed pipe and riverine systems. He assisted in the
development of AUD's water distribution rnodel, and has led and coordinated data collection teams for the
validaxion of numerous models.
Utilities (2005-2008) Au�;usta, GA - Assistant Director in charge of Engineering and Capital Constxuction,
Augusta Utilities Departxnent.
Responsible for over $100 million in water and sewer constru.ction, as well as a staff of 35 respansible for
inforn�atian systerns, inspections, engineering, and land acquisition.• Suecessfully privatized water and
sewer assets at Fort Gordon, Georgia.• Developed pracedures for integrating wark order billin� system into
Augusta's existing infrastructure. • Performed Capacity Analysis of the Spirit Creek Gollector sewer using
EPA-SWMM and DHI-MOUSE.• Worked on Technical team for the lower Savannah River's Total
Maximum Daily Load restriction far BiQChemical Oxygen Demand, Compiled and ran the GA-EPD's
EPDRNI model.(2003-2005) Augus�a, GA - Staff Engineer in charge of capital improvement projects.•
Oversaw the sanitary sewer capacity evaluation model using DHI's MOUSE for the Augusta collection
system. Performed ca.pacity analysis, and field verification of model results.• Wrote two tech memos on
sewer capacity and water demand projections in a rapidly developing area of South Augusta.• Managed
seven sewer projects totaling greater than 70,000 feet.• Managed two water transrnission lines totaling over
36,000 feet.(1999-2003) University of Georgia - Public Service Faculty in charge of performing watershed
assessments for Cities and Counties in Georgia that were upgrading their NPDES permits. Performed all af
th hy drologic, hydraulic, and water quality modeling, and assisted the water quality sampling and habitat
_ _ ------
assessments.• V�ater Quality 1Vlodelirig; Riricon; G�; using XP=SWNIM�� Watershed Assessment, Millen, -- -
GA, using AnnAGNPS upland loading model and WASP receiving water rnodel.•Valdosta, GA, using PC-
SWMM, XP-SWMM, and USEPA SWMM.•Thomasville, GA using USDA-ARS model SWAT and
USEPA QUAL2E.•Lowndes County, GA using USDA-ARS model SWAT and USEPA's receiving water
model QUAL2E.
Professional
Professional Engineer Registration: Geargia No. 30795.
MS, Biological Systems Engineering, Virginia Polytechnic Institute and State University, 2000•Integrated
an erosion and deposition subroutine into the ANSWERS planning model. .
BS, Agricultural Engineering, University of Georgia, 1997.
Member: American Society of Civil Engineers, National Society of Professional Engineers
Joined ZEL Engineers in 2008
ZEL N G I N E E R S 2010- P09 PropOSal S1V.aOCX
� � t s • ♦ � � - • .
Stacey W. Gordon, P.E. Principal, Electrical Engineer,
Mr. Gordon serves as a Project Manager and Electrical Engineer far ZEL Engineers and
Design and Technical support in the fields of Electrical Engineering, Instrumentation,
Security systems, and SCADA/Telemetry systems. Stacey has over 1 S years of experience
in the field of Electrical Engineering.
Utilities
(2007) Augusta, GA - Meter Pit Installation for Fort Gordon
Electrical Engin�er: Respc>nsibilities were for Power distribution and instrumentation.
(2007) Augusta, GA - Valve pit addition to Tobacco Road Tank site
Electrical Engineer: Responsibilitaes were for Power distribution system upgrades, Electric
actuated valve controls, telemetry and upgrades to SCADA.
(2006-2007) Evan.s, GA - Jim Blanehard WTP Upgrade
Project Manager: Replacement af existing hydraulic valves with electric actuated valves, replace
existing water scour system with air scour system, replace existing flocculators with new VFD
speed controlled flocculators, replacement of eleven filter bottoms, upgrade to existing camera
security systern, addition of electric actuated security gate, upgrades to filter consoles, and HMI
upgrade to 3D g;raphics.
Additional Responsibilities: Served as Electrical Engineer for Electrical Power distribution, new
Instrumenta.tion and Controis, and SCADA upgrades.
(2006) Augusta, GA - Morgan Road Booster Pump Station Upgrade:
Project Manager: Addition of two new pumps, water piping modifications and motor operated
valves for four modes of water flow control.
Additional Responsibilities: Served as Electrical Engineer for Electrical Power distribution, new
Instrumentation and Controls, and SCADA upgrades. �
f2006) Martinez, GA - Flowing Wells Road Booster Pump Station Upgrade:
Projeet Manager: Demolition of existing pump station, Construction of a new pump station,
installing new water piping and connecting/reconnecting new pump station into the Columbia
-----Count3r.Water_S�rstem. .__. ---_ .__.___ _ .. . __ _._ _____ _ ..._ . _____ __._ -----.__._ .--___ _--_.--
Additional Responsibilities: Served as Electrical Engineer for Electrical Power distribution and
Lighting Design, Instrumentation and Controls, and SCADA upgrades.
(2006) Evans, GA - North Belair Road Booster Pump Station Upgrade:
Project Manager: Expansion of e�cisting pump station, adding a new pump, installing new water
piping and connecting/reconnecting into the Columbia county water system.
Additional Responsibilities: Served as Electrical Engineer for Electrical Power distribution and
Lighting Design, Instrumentation and Controls, and SCADA upgrades.
(2005-2006) Cayce, SC - 16 MGD Waste Water Treatment Plant
Electrical Engineer: Served as an electrical engineer for a new waste water treatment plant
consisting of Lab/Office/Maintenance Facilities, Headworks, Aeration, Clarifiers, Chemical
injection, Effluent pump station, and sluflge thickening and dewatering facilities. Responsibilities
were for power distribution including a medium voltage distribution loop, facility and site lighting,
Instrumentation, SCADA, and Access and Security system.
(2006J Cayce, SC - Lloyc3wood/Bellemead Waste Water Pump Station
Electrical Engineer: Responsibilities were for power distribution, pump controls,
instrumentation, and telemetry.
(2006) Lexington, SC - Meter Pit Installation
Electrical Engineer: Responsibilities were for power distribution, purnp controls,
instrumentation, and telemetry.
(2005-2006) Cayce, SC - Waste Water Pump Station No. 1
Electrical Engi R esponsibilities were for pawer distributaan, standby powe pump controls,
Z � � E N G 1 N E E R S 2010- P09 PIOpOSaI SIV.CiOCX
a � � t • • � � - � .
instrumentation, and telemetry.
(2005) Columbia, SC - Waste Water Effluent Pump Station
Electrical Engineer: Electrical Project Engineer responsible for pump station electrical systern
design. Engineer responsible for design of station instrumentation and controls.
(2005) Cayce, SC - Raw Water Intake Vulnerability Assessment Security System
Electrical Engineer: Responsible for site securiry and access system. System included perimeter
detection, camera system, digital video recording system, key card access, remote access control,
and telemetry.
(2004-2006) West Columbia, SC - 9.5 MGD Water Treatment Plant Expansion, remote site SCADA
upgrades, and Vulnerability Assessment Security upgrades
Electrical En�ineer: Seived as an Electrical Engineer for an expansion to a water treatrnent plant
that consisted of a raw water purrip station expansion, new raw water vault, new flocculator
basins, new sedimentation basins, new filters, new on-site hypoel�lorite generation system, new
high service pump station, standby power generation, updated security and access system, and
radio telemetry system for all remote sites.
(2004) Lexington County Joint Municipal Water and Sewer Commission, SC - Old Barnwell
Interconnect Waste Water Pump Station.
Electrical Engineer: Responsibilities were for power distribution, pump controls,
instrumentation, and telemetry.
(2004) Lexington, SC - CMC Lexington Landfill:
Electrical Engineer: Power distribution and controls for Leachate system.
(2004-2005J Lexington, SC - Water Tank
Electrical Engineer: Power distribution, instrumentation, secuz system, and telemetry.
Commercial
(2006) Pelion, SC - Pelion Recreational Complex
Electrical Engineer: The project consisted of lighting and lighting controls for two softball fields,
two soccer fields, and a football field, power and lighting for concessions, power and lighting for
scorer's booths, and power to scoreboards.
j2005) Columbia, SC - The Back Porch Restaurant Renovation and Expansion
Electrical Engineer: The design included specifying lighting for building interior and porch,
emergency egress lighting, building exterior lighting, parking lot lighting. Also, the job included a
new electrical service and power distribution for a new kitchen.
�(2005) - Pine Grove Baptist Ghureh Family Life Center Expansion-- -------- --- -
Electrical Engineer: The design included a new service, power distribution, interior lighting, and
emergency egress lighting.
(2003-2005) Cayce, SC - American Engineering Consultants, Inc./Hercules Gontractors Office
building additions and renovations
Electrical Engi.neer: The design consisted of a new two-story office addition and renovation of the
existing office building. The design of the new office space included a new serviee, power
distribution, indirect lighting design, emergency egress lighting, provisions for networking and
telephones, and fire alarzn. At the conclusion of the new addition, we began renovation of the
existing structure which included new lighting, emergency egress lighting, power distribution,
provisions for networking and telephones, fire alarm, lan.dscape lighting for the entire complex,
and parking lot lighting.
(1997J North Augusta, SC - First Baptist Church North Augusta Sanctuary Addition.
Electrical Engineer: The design included lighting controls, new service, power distribution, sound
system, plans for future television system, fire alarm, and communications.
(1997) Augusta, GA - Cross Creek High School
Eiectrical Engineer: The design included lighting, emergency egress lighting, computer
networking, power distribution, sound, intrusion, fire aiarm, television, and telephone.
(1997) Augusta, GA - Richmond County Gymnasium Additions.
Electrical Engineer: The design included lighting, emergency egress lighting, fire alarm, sound
and power distribution for a gyrnnasium to be built at several Richmand County School sites.
(1996) Augusta, GA - Warren Baptist Church Addition and Parking lot lighting
tE L E N G I N E E R S 2010- POI PTOpOSaI SIV.dOCX
� � • • • • • � ' s .
Electrical Engineer: The design included lighting, emergency egress lighting, parking lot lighting,
and power distribution.
(1996) Aiken, SC - Trinity United Methodist Church Renovadons
Electrical Engineer: The design included new electrical service, fighdng, and power distribution.
(1996) Albany, GA - Dougherty County Court House Renovations
Electrical Engineer: The desi.gn included lighting, emergency egress lighting, computer
networking, receptacle layout, fire alarm, telephone, and power distribution for renovations to
courtroom and holding cells.
(1995 - 1996) Augusta, GA - Aquinas High School Gymnasium Renovations
Elecfrical Engineer: The design included lighting, ernergency egress lighting, and power
distribution for gymnasium and locker roam facilities.
In addition to the specific jobs listed above my experience also includes professional office space for
hospitals, government hausing, street lighdng, addition sporting complexes and schoois, and site
surveys.
Professional Engineer Registration: South Carolina No. 23518; Georgia No. 031326
LEED Accredited Professional, US Green Building Council Leadership in Energy and Environmental
Design
BS, Electrical Engineering, The Citadel, Charleston SC, 1994
Joined ZEL Engineers in 2006
Z E L E N G I N E E R 5 2O10- POI PIOpOS81 SIv.dOCX
� • • � i • • � ♦
Kenneth M. Wardenski, E.I.T, MCSE, Principal Production Manager, Civil Ez�gineering
Mr. Wardenski is a Sta,€f Engineer with ZEL Engineers and also a Certified Network Administrator. He
provides design and technical support in Civil Engineering projects and computer and software issues. Ken
has over 12 years experience in serving municipal, industrial and commercial clients in the areas of
roadway, water, sewer and drainage design.
Roadway and Site Planning: Development Authority of Columbia County, Georgia - Complete design of a
new Parkway and improvements to two existing state route roads for an Industrial Park. Respansible for the
design of the horizontal and vertical geometry, super elevations, intersections, acceUdecel lanes, grading,
storm drainage, striping, signage and erosion control, U.S. Army Corp. of Engineers Columbus, Georgia -
Design of the improvements to the entrance road to the ranger camp. Responsible for the design of the
horizontal and vertical geometry, super elevations, grading and storm drainage, Richmond County, Georgia
- Design of roadway and drainage improvements to Lovers Lane including intersection with State Route 28
and intersection with divided four lane county road. Design of improvements to the interseetion of Phinizy
Road at GA Hwy. 56, and Old Waynesboro Road at GA Hwy. 56 (done both in English and metric units).
Responsible for the design of the horizontal and vertical geometry, acceUdecel lanes, grading, storm
drainage, striping and erasion control, Columbia County, Georgia Water and Sewerage System -
Coordinatian and technical support for setting up computer standards and aperational procedures for
digitization of planimetric maps from orthophotos, Development Authority of Columbia County, Georgia -
Developed various site grading plans to be used to attract prospective Industrial Businesses.
Water and Sewer: Richmond County, Geargia - Design of the Phase II expansion of the Spirit Creek
Wastewater Treatment Facility. Responsible for providing the Design Development Report, Enviranmental
Information Document, calculations for BODS removal and cost estimates. Also responsible for the
construction management of the project., City ofAugusta, Georgia - Design of equalization facilities
upgrade at the J.B. Messerly Wastewater Treatment Plant. Responsible for piping layout, site grading,
storm draina.ge and project coordination.
Professional: Registration: E.I.T. Pennsylvania 1982, Bachelor of Science, Building Construction
Technology 1982, Joined ZEL Engineers in 1989.
ZEL N G I N E E R S 2010- PO9 PiOpOSaI SIV.dOCX
� • • • • � � � - • .
9. REFERENCES
' � � � � �: �att �eh�Tachter P. �.
Co�mbia County Board of Commissianers
Infierim Oirecho�
� . (7C16'� 868-33�5 Wvrk
: mschiadiGer�►cofumbiaooun#yga,�v
Canstrucfiort � Mainfienan� �vision
` �4 Gcvernment Cenfier 1Nay
> Su�te 3
EvanS, GA �Q�09
b�c Toan �M1f'�dm�t R.�.
° Augusta u#�1�ies Deparf�mment
` ' Direc�or
, : +(7F� 312-�415t� #�ork
(7FA5a 513-9f}16N4�abd�
�e�eF�����
^� 364f'8a�r ��reet
;' S�ube 18f#
�iugust8, GA 3�19Q�
1�t'. G�1'yr �!1. FeSp�erllla�n
„ C�'Ly ofl:aiv�nia
, City M�ta�r
' {706� 358-8781'u�ork
; �D6) �32-7�662I�ObNe
: 9a� a..odFn
� P.Q. Bo�c 564
' Lavonia, GA �1553
�z� a�,� �a
� r.�ra,�, �t� ��3
ZEL N G I N E E R S 2010- P09 PropOSal S1V.dOCX
,
�
.}
Augusta, GA En.p�ineeri�ag i�p►�c`t�e�tt'
APPE�
� �
D►UV�R-LYMAN DffiIG11TT .�'�GB'�
�
PRQjECT NUMBER: 3Z3•tt�4111�-����1
;
APPENDIX A
STANDARD SPECIFICATIONS
CRITERIA
The Consultant shall become familiar with the latest, as determined by the AED, the American
Association of State Highway and Transportation Officials' Design Manuals for Arterial Streets.
Rural. Urban. and Interstate Highways. including those standards adopted by the AASHTO and
approved by the Secretary of Commerce, as provided by Title 23, United States Code, Section 109
(b), with the Ciry's and Georgia D.O.T. Standards, Procedures, Plans, Specifications and Methods,
with Federal Highway Administration procedures relating to plan review and approval, and shall
produce plans in accordance therewith.
DESIGN SPECIFICATIOIVS
Design for bridges and other structures shall be in accordance with the American Association of
State Highway and Transportation Officials', hereinafter referred to as "AASHTO," Desi�n
Specifications of 1992; AASHTO Standard Specifications for Horizontal Curved Highway Bridges;
AASHTO Standard Specifications for Structure Su�ports for Highway Signs. Luminairs and Traffic
Signals• current edition; and AASHTO Guide for Selecting, Locating and Designing Traffic Barriers,
current edition.
Traffic engineering shall be performed in accordance with procedures outlined in the HighwaX
Capacity Manual. Current Edition.
The lighting design shall be in accordance with the AASHTO publication, An Informational Guide
for Roadway Lighting current edition, and the Standard Specifications for Road and Bridge
Construction. 1983 edition, as modified by Supplemental Specifications and Special Provisions,
current editions.
On facilities where driveways are included, the Consultant shall become familiar with the Georgia
D.O.T. regulations and procedures and shall produce plans for upgrading driveway control.
CONSTRUCTION SPECIFICATIONS
The plans shall be in accordance with the Georgia D.O.T.'s Standard Specifications for Construction
of Roads and Bridges. as amended. The Consultant shall have access to the Georgia Standard
Construction and Materials Specifications for use throughout the Project.
PLAN SIZES
All plans for roadways, bridges, and walls may be Civil 3D or compatible generated drawings on
paper having outside dimensions of 24" by 36" with 1-1/2" margin on the left and 1/2" margin
elsewhere. All plans shall be of reproducible quality.
AED CSA - Dover-Lyman Design Services
A-1
CONSTRUCTION PLAN REQUIREMENTS
Detailed requirements for the construction plans shall meet the criteria set forth in the Augusta
Public Works and Engineering Department Plan Prenaration Guidelines.
The plans shall be fully dimensioned; all elevations necessary for construction shall be shown
similar to the GDOT's normal practice. They shall include a fully dimensioned geometric layout to
permit staking in the field without additional computation by the survey party. Utility locations
and methods of attachment shall be shown. Utilities to be carried on bridges will be established
by the AED.
In steel construction, the sizes and overall dimensions of inembers, their exact locations, the
number and arrangement of fasteners, fastener spacing, welds and other details necessary in
preparation of shop detail drawing shall be shown. In concrete construction, the location of all
reinforcement shall be shown and the plans shall include complete schedules of straight and bent
bars with bending details. The Consultant shall check all details and dimensions shown on the
plans before they are submitted to the AED for review.
Roadway plan sheets shall have the existing topography on the back of the sheet to permit manual
revisions to the front of the drawing, using a screening process producing 85 lines per inch with
50% light. Existing topography may be plotted in ink if this gives a screening effect acceptable to
the AED.
Topography shall remain fully legible when plans are reduced in size, but shall be less prominent
and readily distinguishable from proposed work.
Profile sheets shall have the existing ground line plotted in ink on the sheet.
Utility plan sheets may be the same material as the roadway plans.
COMPUTATIONS
All design computations and computer printouts shall be neatly recorded on 8-1/2" by 11" sheets,
fully titled, numbered, dated, signed by the designer and checker and indexed. Two copies of these
computations, and the computer input and output, fully checked and appropriately bound, shall be
submitted to the AED with the plans for approval.
A complete tabulation of the drainage analysis along with the calculations used to determine the
size of drainage structures shall be submitted to the AED with the construction plans for approval.
DELIVERABLES
The tracings and all other documents prepared under this Agreement shall then be submitted to
the AED, AED or AU, whose property they shall remain, without limitations as to their future use.
All tracing cloth, mylar paper, and other materials required for the preparation of the plans,
AED CSA - Dover-Lyman Design Services
A-2
supplemental specifications, special provisions and computations shall be furnished by the
Consultant.
The Consultant shall submit to the AED, in electronic Civil 3D (or compatible) and Microsoft
version, one copy of all computer files depicting graphics, database details and design for the
drainage improvements, and road design data, created as a result of the design process. The
Consultant shall include appropriate level schedules, documentation, and assistance to the AED to
read, interpret, and effectively utilize the computer files. The Consultant may be required to
provide project drawings and files at any time as requested by the AED. The drawings and files
(hard or electronic) requested by the AED shall be within the Scope of Work as defined herein.
Graphics files shall be provided in AutoCAD, DXF, or Intergraph (IGDS) format. If the project
includes AU work, the Consultant shall provide drawings in accordance with the utilities chapter
of the AED Plan Preparation Guidelines.
NUMBER OF COPIES OF SUPPORTING DATA REQUIRED
Data collected for this project will be property of Augusta Engineering Department. In additions to
required hard copies submittals, selected Firm(s) or Team(s) will be required to provide Augusta
Engineering Department one electronic (editable) copy of all documents and studies, supporting
raw data, environmental data and analysis, geotechnical data and analysis, hydrology and
hydraulic studies, design plans, construction plans and constriction standards and specifications.
Electronic copies shall be submitted in respective software and compatible with Software used by
Augusta Engineering Department. Except as otherwise provided herein; the Consultant shall
submit all documents, reports, special provisions, sketches, design notes, and all other required or
necessary support data to the AED in duplicate.
PROGESS REPORT AND SCHEDULE
The Consultant shall report to the AED on suitable forms approved by the AED the status of work
and schedule on the 25th day of each month during the life of the Agreement.
PROFESSIONAL ENGINEER APPROVAL
All construction plans and documents designed, detailed, and furnished by the Consultant for the
AED shall bear a valid Professional Engineer Stamp. All plans submitted to the AED for review
shall have been checked by the Consultant prior to submission.
ECONOMICAL DESIGN
The Consultant shall make every effort to provide the most economical design. The Consultant
shall consider construction problems and sequencing in the design. The Consultant shall meet and
discuss economic considerations and construction staging with the AED prior to final design.
AED CSA - Dover-Lyman Design Services
A-3
APPENDIX B
SURVEY SPECIFICATIONS
INTRODUCTION
I. Project Control
A. Vertical
B. Horizontal Control Traverse
C. Project Control Monuments
II. Database
A. Method
B. Accuracy
C. Scope
III. Right-of-Way Surveys
A. Research
B. Field procedures
C. Resolution
IV. Right-of-Way Staking
V. Consultant Safety Requirements
AED CSA - Dover-Lyman Deslga Services
B-1
_.-----