Loading...
HomeMy WebLinkAboutPOND AND CO ON BERCKMANS RD WIDENING REALIGNMENT & BRIDGE REPLACEMENTCONSULTANT SERVICES AGREEMENT BELCKMANS ROAD WIDENING - ' LIGNMENT & BRIDGE REPLACEMENT PROJECT NUMBER: N/A Abie L. Ladson, P.E., CPESC, Director Engineering Department CONSULTANT SERVICES AGREEMENT BERCKMANS ROAD WIDENING REALIGNMENT AND BRIDGE REPLACEMENT PROJECT NUMBER: N/A TABLE OF CONTENTS REQUEST FOR QUALIFICATIONS SCOPE OF SERVICES PROJECT UNDERSTANDING FEE PROPOSAL SCHEDULE & WORKLOAD... ADDITIONAL PROVISIONS ADDENDUM(S) AGREEMENT ➢ Design Criteria ➢ Amount of Contract ➢ Signature Page GENERAL CONDITIONS ➢ 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 APPENDIXES ➢ Appendix A - Standard Specifications ➢ Appendix B - Survey Specifications A -1 B -1 DATE: June 10, 2011 A Proposal from your Firm will be appreciated. Sincerely yours, Geri A. Sams Procurement Director M G I A CITY OF AUGUSTA, GEORGIA OFFICE OF THE PROCUREMENT DIRECTOR 530 GREENE STREET SUITE 605 AUGUSTA, GEORGIA 30901 (706) 821-2422 www.augustaga.gov RFQ NO. 11 -108 SUBJECT: Request for Qualification to submit on the following services NAME OF RFQ: Berckman Road Widening, Realignment and Bridge Replacement This letter extends to your Firm an invitation to submit qualifications to supply the City of Augusta with equipment, supplies, and/or services as indicated above. Sealed qualifications for the above will be received at the Office of the City Procurement Director, 530 Greene Street — Suite 605, the Municipal Building, Augusta, Georgia, up to 11:00 A.M., Wednesday, August 3, 2011 at which time, qualifications will be opened and publicly read. The Board of Commission reserves the right to reject any and all bids /RFQs and to waive formalities. Instructions for preparation and submission of qualifications are contained in the attached packet. Please note that specific forms for submission of qualifications are required. Qualifications must be typed or printed in ink. If you do not submit, return signed RFQ invitation sheet and state reason. Also, please clearly mark the outside of your envelope as "No Response." Any changes to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the City will issue a written addendum to document all approved changes. Any RFQ submitted which does not acknowledge the receipt of an addendum will not be considered. The City of Augusta seeks to ensure that all segments of the business community have access to supplying the goods and services needed by City programs. Doing business with Augusta has become easier! The new ARCBid link, which is located on the Procurement Department's website at www.auoustaga.00v, enables you to view current and past public bid information online. Should you have any questions concerning the bid documents, or need additional information, you may contact a member of the Bid and Contract Team directly @ 706 821 -2422. A request for bid documents must be faxed to 706 821-2811. RFQ 11 -108 Berckman Rd Widening, Realignment & Bridge Replacement Page 2 of 25 REQUEST FOR QUALIFICATIONS Request for Qualifications will be received at this office until Wednesday, August 3, 2011 @ 11:00 a.m. for furnishing: RFQ ITEM #11 -108 Berckman Road Widening, Realignment and Bridge Replacement for Engineering Department RFQs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams, Director Augusta Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 RFQ documents may be viewed on the Augusta Richmond County web site under the Procurement Department ARCbid. RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street - Room 605, Augusta, GA 30901. A Mandatory Pre - Qualification Meeting will be held on Wednesday, July 13, 2011 @ 10:00 a.m. in the Procurement Department Room 605. A mandatory site visit will follow. All questions must be submitted in writing by fax to 706 821 -2811 or by email to procbidandcontract (auqustaga.aov to the office of the Procurement Department by Friday, July 15, 2011 © 5:00 P.M. No bid will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, the certification statement as a local bidder and all supporting documents must be submitted to the Procurement Department with your bonafide bid package. No RFQ may be withdrawn for a period of 90 days after time has been called on the date of opening. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. Please mark RFQ number on the outside of the envelope. Bidders are cautioned that sequestration of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Funding for this project may include federal funds provided by the U. S. Department of Transportation (DOT) and/or other federal agencies. All DOT funded projects are subject to the requirements of 49 CFR Part 26. These requirements are mandatory and non - negotiable. Augusta enforces Disadvantage Business Enterprise (DBE) requirements and /or DBE goals set by Federal and/or State Agencies in accordance with State and Federal laws. Please be advised that the U. S. District Court for the Southern District of Georgia has entered on Order enjoining the Race -Based portion of Augusta, Georgia's DBE Program. Thus, Augusta, Georgia does not have or operate a DBE, MBE or WBE Program for projects (or portions of projects) having Augusta, Georgia as the source of funding. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle Metro Courier cc: Tameka Allen Abie Ladson Hameed Malik Steve Cassell June 16, 23, 30, July 7, 2011 June 22, 2011 Interim Deputy Administrator Engineering Department Engineering Department Engineering Department RFQ 11 -108 Berckman Rd Widening, Realignment & Bridge Replacement Page 3 of 25 SCOPE OF SERVICES Augusta- Richmond County Berckmans Road Widening, Realignment, and Bridge Replacement The scope work will consist of the design realignment and operational improvements of Berckmans Road between Washington Road and Wheeler Road. The total project length is approximately 1.8 mile. It is proposed that the final concept will provide left-turn lanes at appropriate intersections, reconstruct the bridge over Raes Creek, and align Berckmans Road with Alexander Drive at its intersection with Washington Road. The scope of work includes concept development, public involvement, environmental analysis, surveys and mapping, bridge design, preliminary construction plans, final Right - of -Way plans (including staking the Right -of Way) and final construction plans. All require engineering studies such as capacity analyses, drainage design (including design of major structures), erosion control plans, and stage construction /maintenance of traffic are part of the scope of services. The consultant or consultant team must be prequalified with the Georgia Department of Transportation (DOT) in all applicable areas of work and all work shall be performed in accordance with the Georgia DOT Plan Development Process. Firm will be evaluated based on possession of high ethical and professional standing, recent experience in designing similar projects, qualifications of personnel, stability of the firm and its work force, current work load affecting ability to complete the work on time and within the budget, knowledge of design criteria (Georgia DOT policies and procedures, FHWA policies, and ASSHTO guidelines), financial soundness of the firm, and ability to produce deliverables in an acceptable electronic format. In order for a firm to be considered, a principal and a member of the design team must be registered as professional engineers as appropriate to the scope of work, in their state of residence and the State of Georgia. Augusta- Richmond County, Georgia does not operate a Disadvantaged Business Enterprises (DBE), MBE or WBE program for Augusta Funded projects as a Federal Court has entered an Order enjoining the Race -Based portion of Augusta's DBE Program. Instead, Augusta operates a Local Small Business Opportunity Program. However, for various projects utilizing the expenditure of State or Federal funds, Augusta enforces DBE requirements and /or State Agencies in accordance with State Federal laws. For more information regarding these programs, please contact Ms Yvonne Gentry, DBE Director, at (706) 821 -2406. For this project, all drafting and design work shall be done utilizing Microstation ®, CAiCE ®, InRoads® or most recently- accepted software by the Georgia Department of Transportation. All data collected for this project will be property of August Engineering Department. In addition to required hard -copy submittals, selected Firm or Team 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 construction standards and specifications. Electronic copies shall be submitted in respective software and compatible with Software used by Augusta Engineering Department. Page 12 AED -RFQ Berckmans Road Improvements :'fir Request for Qualifications i Berckmans Road Widening. Reaiignm_ert and Bridget °eq.acE. •. ] 2 -1C3 5. PROJECT UNDERSTANDING The Pond Team has been formed to provide the City of Augusta with the best possible combination of resources, expertise and qualifications for the proposed Berckmans Road Widening, Realignment and Bridge Replacement. Pond and URS's key staff are extremely well qualified to provide all required engineering and other professional services for these improvements. The Pond Team members have developed an area of expertise in the preparation of design and construction documents for context sensitive roadway and bridge improvement projects that include both conventional and innovative design approaches that greatly improve traffic efficiency, safety and corridor aesthetics while reducing project costs and impacts. The team's extensive knowledge and collaborative style will help the City streamline the project approach. Both Pond and URS staff have visited the project site and have thoroughly reviewed the provided project documentation as well as individual project research information. Based on this research we have summarized a brief approach and understanding of this important project. As stated in the Request for Qualifications, the general scope of the project is to widen Berckmans Road from Washington Road to Wheeler Road as well as realign the western terminus and replace the currently substandard bridge structure over Rae's Creek. The approach assumes the realigned Berckmans Road will intersect Washington Road at the existing intersection of Alexander Drive and the proposed widening will consist of 4 travel lanes (plus center turn lanes) from Washington Road to Ingleside Drive and 2 travel lanes and one two -way left turn lane /center turn lane from Ingleside Drive to Wheeler Road. As stated in the Bridge Inspection report the existing bridge has insufficient loading capabilities and will need to be partially replaced and repaired. The proposed design approach and understanding takes into account the sensitive environmental and cultural surroundings including the neighboring residential properties, the Augusta National golf course and surrounding parking, Westover Memorial Park Cemetery and the environmentally sensitive Rae's Creek. Due to these factors we have prepared an approach that minimizes impacts to these resources as well as provides a cost effective solution for the both current and future traffic operations. The following are the initial key project elements that were evaluated as part of the project approach: • Roadway Realignment • Typical Sections • Bridge Replacement • Survey Approach • Staging/Maintenance of Traffic • Sustainability The goal of evaluating these project factors was to develop a project approach that meets the City and Stakeholder project goals while minimizing project costs and impacts. The evaluation of these project factors are further described in the project approach. ROADWAY REALIGNMENT Berckmans Road is proposed to be realigned to intersect Washington Road at the existing signalized intersection of Alexander Drive, which is currently under construction. There are numerous options for the realignment of Berckmans Road and in an effort to better understand the project; the Pond Team has evaluated three possible alignment options. These realignment options are graphically represented in Appendix B - Project Understanding Graphics (Sheet 1 of 5). Each alternative alignment has various levels of impacts and the Pond Team evaluated the following for each option: • Construction and Right of Way Costs • Speed Design and Efficiency /Safety of Vehicles • Residential Property Impacts • Cultural and Environmental Impacts • Event Parking Disturbance Each alignment had varying levels of positives and negatives in each of these categories, but upon a thorough analysis of all of the factors, the Pond Team determined that Alternative A (Orange), is the better of the three evaluated. It is important to note that the three options evaluated were done so for the purpose of better evaluating the issues and constraints associated with this project. A true preferred option cannot be developed without input from the City and stakeholders. Although the alignment for Option B (Yellow) is a very efficient and operationally sound alignment, the property impacts and project costs would greatly exceed the proposed funding. Option C (Blue) scored very well, was easy to construct and minimized property impacts; however, it had far greater cultural impacts, including several mature trees and active stream bank with a possible spring. This alignment also includes relatively tight back to back "S" curves. Although it could be possible to meet the proposed 45 mph design speed of the other alignments, the driving conditions and the operational efficiency would not be ideal. Norcross, GA l Atlanta, GA I Jacksonvi;le, FL l Ncrfc r, JA ? e X; Request for Qualifications i Berckmans Road Widening, Reali¢rme, t Find Bridget Red lacerne t ; RE^ tieni 11 -1GR Option A was further evaluated and the Pond Team prepared a conceptual level drawing to help analyze the potential realignment impacts. These improvements are graphically represented in Appendix B - Project Understanding Graphics (Sheets 2 and 3 of 5). A conceptual cost was estimated for Option A and based on current programmatic cost indices, the construction and right of way costs would be well within the programmed $23 million dollars. As previously stated, the final preferred alignment will be selected through a process that integrates the feedback and Input of the property owners, stakeholder and City staff These conceptual level drawings will help the involved parties clearly evaluate all of the project implications, including median break access locations, event parking and accessibility to the existing roadway network. TYPICAL SECTIONS In an effort to minimize project costs and right of way impacts, the Pond Team developed a potential typical roadway section for the improved Berckmans Road (See Appendix B - Project Understanding Graphics, Sheet 4 of 5). The typical sections were developed for both the four lane improvements and the three lane improvements. The sections utilize minimum approved GDOT design criteria Including 11 foot lanes, 2 foot curb and gutter and 14 foot median widths. However, as part of the concept development all the section elements should be evaluated to determine the best fit for the improvements. BRIDGE REPLACEMENT In addition to the Bridge Inspection Report summary provided, the Pond Team, including the bridge and hydro designers, researched the existing structure to help better understand the project approach. It appears as if the original bridge structure, which was built in the 1960's, was widened in 1994. When the bridge was widened the existing deck was not replaced. The combination of the original bridge structure components and the relatively newer structure has required that the entire bridge superstructure be reconstructed. The bridge improvements will be designed to minimize impacts to Rae's Creek, including utilizing the same pier locations and span combinations. As a result of the existing hydraulics, and since the waterway is within the 100 year FEMA flood zone, it has been estimated that the bridge will need to be elevated by approximately 2 feet. A graphical representation of the proposed bridge section is provided in Appendix B - Project Understanding Graphics (Sheet 5 of 5) SURVEY APPROACH In evaluating the design options, the Pond Team also evaluated numerous different survey approaches including the use of mobile scanning, static scanning, aerial photography and mapping and conventional surveying. Although there could be sections of the corridor that could be surveyed utilizing scanning technologies, this approach is not ideal for the entire corridor because a large portion of the proposed survey areas includes the grass shoulder and new location. The Pond Team has all of the latest technologies and will work together with the City to select the preferred survey approach. However, upon initial evaluation, the highest quality product at the most cost effective approach will consist of a combination of conventional survey and aerial photography /mapping. This will also provide the designers with current aerial imagery to help develop concept designs and present the improvements to both the public and the stakeholders. STAGING /MAINTENANCE OF TRAFFIC Although a portion of the roadway will be on new alignment, the maintenance of traffic along Berckmans Road from Washington Road to Wheeler Road will be critical in the success of this project. It will be possible for all the improvements to be constructed under traffic without the need of detours or road closures. The new lanes can be constructed while traffic is maintained on the . existing lanes and then shifted as the new lane construction is complete. The major challenge in maintaining the traffic will be the reconstruction of the bridge over Rae's Creek. As stated in the previous section, the new bridge structure will need to be approximately 2 feet higher than the existing structure. Fortunately the existing structure is approximately 36 feet wide and two lanes can be maintained on the existing structure during construction of the first two lanes of the new structure. The staging plans will be developed so that the original bridge structure portion will be the first segment demolished. SUSTAINABILITY Pond has been fortunate to work with numerous local governments and municipalities that value the benefits of a sustainable design. As a result, Pond has discovered that developing a practical and sustainable design is integral in the success of all projects. Therefore, we utilize our diverse staff and extensive project experience to create a project solution that will not only meet the proposed current and future project goals, but is also sensitive to the surrounding context and minimizes costs and impacts to the City's valued resources. This project is no exception and key elements that will need to be designed accordingly include the following: • Water Quality Impacts to Rae's Creek and the contributing stormwater basin. • Roadway aesthetics, including landscaping, lighting and pedestrian facilities. • impacts to the surrounding properties including accessibility to the improved roadway and the location of the median access points. Norcross, GA I Atlanta, GA i Jacksonville, FL I Norfolk, VA 17 Request for Qualificatiens I Berckrnans Road Widenin Realisnment and Rridet PaprZfcam, rt RFQ =tern +t 11 - 103 • Mitigation of event parking and event traffic flow alongside and through the improved roadway and adjoining network. • Material selection including, pavements, landscaping, hardscapes and bridge structures. PROJECT APPROACH The Pond Team will develop the design documents to help control construction costs and reduce the impacts to adjacent properties. Since the project funding has not been finalized and there is a potential for use of both Georgia Department of Transportation (GDOT) and Federal funding, Pond will follow GDOT's Plan Development Process (PDP). Pond has managed countless projects through GDOT's plan development process and we know where we can save time and costs to keep the project moving forward. The Pond Team will manage the project and process so that it advances in a timely and efficient manner. This includes making sure that proper coordination occurs at the project milestones. Pond is aware that even though there is GDOT funding involved, these projects are also City funded and will be let by the City; therefore, the Pond Team will use its expertise to see that the project meets design and safety standards without the burden of excessive expenditures that can be associated with GDOT let projects. For the project to proceed expeditiously, a balanced amount of resources and time must be provided through all phases of the plan development. Proper coordination will be necessary for the successful completion of this project. Upon notice to proceed, Pond will initiate a plan of action to develop a successful project that meets the GDOT PDP requirements. This plan will revolve around the following seven tasks: • Complete Report and Concept Design • Conduct Topographical and Property Surveys /Database Preparation • Prepare Environmental Documentation • Prepare Preliminary Plans • Prepare Right of Way Plans • Prepare Final Construction Documents • Thorough Quality Assurance and Quality Control The above tasks will be conducted in coordination through the contract phases and are not independent of each other (see schedule in Section 4). CONCEPT DEVELOPMENT The Concept Design phase is integral in the success of the project. The Pond Team will bring all of our resources together, including our environmental specialist, to develop a concept that best meets the needs and expectations of the City and the stakeholders. Because of our extensive experience and our in -house resources, Pond will be able to streamline the Concept Design phase while still achieving the goals of a successful Concept Design. This phase will include the proposed design charette with the City and the major stakeholders. This work session will be conducted prior to the public information meetings, so that when presented to the public, the City, the stakeholders and the affected property owners are all on the same page when presenting the preferred option. As part of this process, Pond will also present visual preference options to staff, stakeholders and the public to help select the best design elements. Pond will then prepare graphical renderings of the proposed design to help with project visualization. This phase will also include completion of approximately 30 percent design documents, as well as construction, utility, and right of way cost estimates. A GDOT Concept Report will also be prepared which will have to be approved by both GDOT and Augusta. Although the estimated cost for this project should be below any federally mandated Value Engineering (VE) requirements, Pond always approaches project development using methodologies that will integrate value engineering in the design. Ron Osterloh, PE and other Pond Team members, have been associated with several GDOT and other Federal VE studies as independent reviewers, and are capable to apply their experiences to projects of all sizes. DATABASE PREPARATION All work associated with preparing the topographical and property surveys will be conducted to meet the GDOT requirements associated with surveying, mapping and database processing. All data collected will be processed as defined by the GDOT survey processing guidelines to present a final survey package in Microstation and the database data will be processed for design utilization in InRoads. Since Pond is very experienced with the detailed project survey needs for a project of this nature, we will identify an accurate limit of the survey requirements. This will help to prevent wasting expenses on additional unused surveys. Pond also has the relevant GIS expertise to utilize Augusta /Richmond County's GIS database to supplement the survey database outside of the immediate project corridor. ENVIRONMENTAL DOCUMENTATION Early identification of environmentally sensitive areas will allow for either avoidance or minimization of environmental impacts. if the project is federally funded, the Pond Team will prepare environmental studies, documentation, permits and reports required for the project to be in compliance with the provisions of the National Environmental Policy Act (NEPA), which is required for all projects that use federal funding. This would include, but is not limited to, historic and archaeological, ecological, underground storage tanks (UST) /hazardous waste site, water resources and natural resources. The Pond Team would submit all environmental documents and reports to the City of Augusta and GDOT Office of Environmental Services (OES) for review and approval prior to Norcross, GA I Atlanta, GA I Jacksonville, FL i Norfolk, VA 18 Request for Qualifications I Berckrnans Road Widening, Reaiisi and fidget eplacern art ' RFC item submission to the Federal Highway Administration (FHWA). Through efficient design and proper avoidance, the environmental consequences which could result from the construction of this project can be limited and the anticipated complexity of the environmental studies would be minimized. it is anticipated that the environmental documentation would be limited to a Categorical Exclusion. PRELIMINARY DESIGN Pond will develop preliminary construction, lighting and landscape plans to define the limits of construction and the required improvements using the appropriate design criteria. Pond will develop typical sections to meet clear zone and safety slope requirements as well as determine intersection pedestrian crossing requirements and required signage. Work tasks associated with Preliminary Plan development include the following: • Develop Construction Limits • Prepare Roadway and Bridge Construction Plans • Evaluate & Design Drainage Improvements • Prepare Signing and Marking Plans • Prepare Landscape Plans and Details • Set preliminary limits of required Right of Way and Easements • Prepare Erosion and Sediment Control Plans • Coordinate Existing Utility Locations with Utility Companies The final step of the Preliminary Design phase will be to hold a GDOT Preliminary Field Plan Review, as required. The purpose of this review is to make sure the design meets all applicable criteria and that the required right of way and easements are sufficient for the proposed construction. RIGHT OF WAY PLANS During the preliminary design development, care will be taken to try to minimize the right of way and construction easement Impacts resulting from the proposed improvements. Pond will develop complete right of way plans for the project using GDOT's format and the approved preliminary construction plans. Important features of the right of way plans will be clearly shown. Right of way plans will be submitted to the GDOT for approval after Preliminary Field Plan Review comments have been addressed. FINAL CONSTRUCTION DOCUMENTS After the preliminary field plan review and the receipt of the comments from the GDOT, the development of the plans can proceed into final design. The final plans will be a refinement of the preliminary plans, with additional details to be provided on the typical sections, plan sheets, and profile sheets as well as development of the following items: • Planned Maintenance of Traffic • Project Index and General Notes, • Quantity Summaries and Detailed Estimate • Special Design Details including Landscaping Details • Bid Documents, Special Provisions and Supplemental Specifications A Final GDOT Plan Review will be requested and held in accordance with GDOT's plan development process and adjustments made to the plans as appropriate. Erosion and sediment control plans will be developed to meet the current updated criteria developed by the Georgia Soil and Water Conservation Commission and to minimize the impacts of construction activities on the environment. The Pond Team has several members with current GSWCC certifications for both design and inspections. Final Plan Development will run concurrent with the Right of Way Acquisition and will conclude with issuance from GDOT of Construction Authorization. This Construction Authorization will make the programmed construction funds available to the City of Augusta for construction of the project. Prior to project letting, members of the Pond staff who specialize in contract matters are available to review the contract bid documents, if needed. This staff will communicate with the City any possible changes to the bid documents, which may benefit the City of Augusta during the contract award and construction phases. QUAUTY CONTROL/QUALITY ASSURANCE You must have quality control before you have quality assurance. The Quality Control and Quality Assurance procedures for the Pond Team will span all phases of the project development and all specialty disciplines involved. It is of most significant importance that the documents prepared by the Pond Team as part of this project are free of errors and are as accurate and complete as possible. Pond believes that a strong QC/QA policy is the best measure to prevent errors and defects from damaging both the Pond Team and the City. This is a part of a QC /QA program that Pond has adopted to deliver professional and competent design and planning services. The program is based upon the concept of members of the project design team performing their work functions carefully and correctly the first time, which achieves quality. Sean Pharr, P.E. (URS) will provide independent technical reviews on the proposed Roadway Design (Pond) and Joe Smith, P.E. (Pond) will provide independent technical reviews on the proposed Bridge Design (URS). Norcross, GA i Atlanta, GA l Jacksonville, FL Norfolk. VA Request for C.ualific ?tICns j Berckma1 Road 4": dF?• R -e 4. SCHEDULE & WORKLOAD The total project completion schedule from Notice to Proceed from the City of Augusta to GDOT approval for letting is estimated at approximately seventeen (17) months. The proposed schedule includes estimated review times for Georgia DOT and Augusta as well as the time estimated to acquire necessary Right of Way and construction easements. As with any GDOT funded project, the schedule could be accelerated depending on the property and cultural impacts that could shorten the length of time of Right of Way acquisition and Environmental Documentation. ■ x •"■I -. NMI IMO -- NMI MIN 111 ■ - INN GUAM' PREPLIMTTON SET CDITROL NN OONQUCT URAL P iCTOOMPNY NM WPM PROPERTY RESEARCH 1 TOPOGRAPHIC SURVEY PREPARE ELECTRONIC DATABASE FOR DESIGN PHASES W PNER- BRIMOMIMRALIOCIIE1ATION ND NMI COUCT MIT LL ENONM M. ENT SOREEPING PREFORM SPSOF*LTY STUDIES AGENCY REVLW OF SPE I IL STUMES PREPARE ENVIRONMENTAL DOCDOCUMENTS AOENCYAPP ROVAL OF SAL PRIUMITIMITT CONSTRINT10N1 PLANS I*MRY PREL ROADWAY DESIGN PRELSNEUR BRIDGE DESIGN OM FENLA ANO HYDRO DESIGN N g PpMBNRY L MOON SUMMON SUMMON 1N SUMMON UTILITY PLAN COORDEN ARMEN AND PFPR • RIGHT OF WAY PI ROW OF WAY PLAIN PREPARATION PLAN REVIEW AND APPROVAL RIGHT OF WAY STAVIN RIGHT OF WAY ACOUNITION VI• RIM PLANE FRAM ROADWAY DEMON NL FINK BRUN DESIGN summon ON UM N mY PLAN COORDPLATIO REVIEW AND NPR COMPLETE FINAL PINS AND PREPARE 8Mt DOCUMENT COOT APPROVAL AND PROJECT LETTING PARSE I - NMI PIEPNE CONCEPT ALTERNATIVES CONDUCT PUBLIC W11�* iiEETNGS ARGEOT PIBFFCl1E0 ALTER SAVE AND COMPLETE CONCEPT DESIGN FW&2 AND D KIWI CONCEPT PENNY AND DEMON PHASE 8- PRUEN- PHASE MASS TASK OESCRBRON CONCEPT IMMO NOTICE TO PROCEED CONDUCT TRAFFIC COUNTS AND PREPARE DESIGN TRAFFIC MEET WRH STMCDIOLDERS AND PUBLIC ANEJCGE COIACEPT RIMER ANDAPPROVAL Berckmana Road Widening, Realignment and Bridge Replacement A INK GOON* SCHEDULE OF EVENTS mr s X 0 N A 2012 N J J A POND TANKS ▪ ODOT TASKS 1 ( I - AUGUSTA TASKS N 0 Now O NdI ss qua! NNW miss N ** Oe6NMnYM7n. WORKLOAD With a staff of more than 200+ professionals, the Berckmans Road Widening, Realignment & Bridge Replacement will be suitably staffed during all phases of the design process. Time Schedule of Proposer Pond, along with all subconsultants, has sufficient staff available to perform all work for the proposed project, road widening, realignment & bridge replacement, in relation to the project timeline. in addition to the key individuals identified for the roles and responsibilities shown in the organization chart, Pond has significant depth and strength within the company's overall full - time staff. Norceoss, GA I Atlanta, GA : <ckscr "le, FL Nc rfelk, n.{ Ron Osterloh, P.E. Project Manager 30% tT g � t d Scott Caples, PE Bridge Design Lead 30% George Manning, PE, SE Bridge Design 25% 35% Kevin Skinner, PE Roadwa Desi :, - Lead 25% 40% Bryon Letoumeau, PE Roadway Design Traffic Ana is - Lead 15% 20% 30% 30% Richard Fe _ nn, PE PTOE Ma Huffstetler, AICP Stakeholder E :;, ment- Lead 10% 15% James Huffstetler PE Traffic Ana is - • • • 10% 15% Mike Mor _ R LEED•AP Landsca • - Architecture - Lead 20% 30% R. Brian Bol PE Princi • al In Char: -/Technical Advisor 10% 15% Don Harris, PE Technical Advisor 10% 15% Phillip Allen Technical Advisor 10% 15% Tim Fredlund PE Traffic Si: - I Des i - Lead 20% 30% Fred Halterman, PE, CFM FEMA/ • ro -Lead 15% 20% Jennie Agerton NEPA- Lead 15% 25% David Chandler PE LEED•AP U in _ Lead 10% 15% Ker Blind F - LEED•AP Water Quaii - Lead 10% 15% S and Ma • •• _ ;,.. Surve and Ma • • i Varies As Needed Geotechnical Swoon Geotech Varies As Needed Request for Qua!ificatiem j Berckmai1 Read Widen' Pond Staffing Resources: • Total Staff — 200+ Professionals • Transportation /Landscape Archltecture /Electrical /Structural — 37 Engineers and Designers URS Staffing Resources: • Total Atlanta Staff — 200+ Professionals • Structural/Hydrologists/NEPA — 10 Engineers Estimated key staff availabilities for the project are as follows: REFERENCES Client: Cobb County DOT Client Contact Name and Title: Scott Jordan, Project Engineer Mailing Address: 1890 County Services Road I Marietta, GA 30008 E -mail Address: scott.jordan @cobbcounty.org Telephone Number: 770.528.1630 Client: City of Rome Client Contact Name and Title: Aaron Carr-ill, Director of Engineering Services Mailing Address: 601 Broad Street I Rom - ^162 E -mail Address: acarroll @romega.us Telephone Number: 706.378.3846 Client: City of Flowery Branch Client Contact Name and Title: Jame! Mailing Address: 5517 Main Street I I E -mail Address: jamesfb @bellsouth.n Telephone Number: 770.967.6371 Client: City of Alpharetta Client Contact Name and Title: Eric Gravt Mailing Address: 2 South Main Street I i E-mail Address: egraves o@alpharetta.ga.i Telephone Number: 678.297.6200 Norcross, GA j At.anta, GA ( Jackson vi: Phase Phase Description Total Fee Enter all disciplines provided by each firm >> Pond & Company (Prime) URS MPH and Associates (WBE) Lowe Agility Surveying (DBE) S &ME Roadway, Traffic & LA Bridge, Environ. & QC Traffic and Public Inv. Survey & Mapping Survey Geotech Totals $ 860,510.42 $ 475,430.00 $ 174,286.40 $ 38,049.02 $ 88,272.00 $ 48,019.00 $ 36,454.00 1 Concept Development $ 198,261.42 $ 120,910.00 $ 39,302.40 $ 38,049.02 $ - $ - $ - 2 Database Preparation $ 138,123.00 $ 3,800.00 $ - $ - $ 86,304.00 $ 48,019.00 $ - 3 Environmental Document $ 15,066.80 $ 3,320.00 $ 11,746.80 $ - $ - $ - $ - 4 Preliminary Plans $ 264,928.60 $ 179,520.00 $ 60,927.60 $ - $ 666.00 $ - $ 23,815.00 5 Right of Way Plans $ 45,488.00 $ 41,690.00 $ 2,496.00 $ - $ 1,302.00 $ - $ - 6 Final Plans $ 198,642.60 $ 126,190.00 $ 59,813.60 $ - $ - $ - $ 12,639.00 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 9- Jan -12 Cost Summary By Phase / Firm Pond and Company Berkmans Road Widening Cost Proposal Contract Type: Lump Sum Page 1 of 16 Phase Description Total Hours Total Cost Total Other Direct Coats Direct Labor Cost Phase Description TOTALS ==> 4,192 $ 475,430.00 $ 18,450.00 $ 456,980.00 Engineer 1 Concept Development 1,030 $ 120,910.00 $ 3,450.00 $ 117,460.00 $140.00 2 Database Preparation 34 $ 3,800.00 $ - $ 3,800.00 $ - 3 Environmental Document 26 $ 3,320.00 $ - $ 3,320.00 842 4 Preliminary Plans 1,636 $ 179,520.00 $ 5,400.00 $ 174,120.00 5 Right of Way Plans 390 $ 41,690.00 $ 1,200.00 $ 40,490.00 250 6 Final Plans 1,076 $ 126,190.00 $ 8,400.00 $ 117,790.00 Environmental Document City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Pond & Company Discipline Roadway. Traffic and Landscaping Design Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkmans Road Widening Cost Proposal Page 2 of 16 Other Direct Costs Staff Type / Project Hourly Rates / Hours Description Total Other Direct Costs Mileage Phase Description Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator $175.00 $140.00 $120.00 $95.00 $80.00 $ 3,600 $60.00 $ 1,500 $ - $ - $ - $ - TOTALS =_> 4,192 86 842 1,130 1,254 $ 1,500 826 54 1 Concept Development $ - 1,030 38 250 310 302 106 24 Environmental Document $ - 2 Database Preparation 34 8 16 4 8 $ 5,400 2 $ 4,200 3 Environmental Document 26 16 8 $ 1,200 $ 1,200 2 4 Preliminary Plans 6 1,636 24 288 424 464 424 12 5 Right of Way Plans 390 6 80 40 160 100 4 6 Final Plans 1,076 18 200 332 328 188 10 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Pond & Company Discipline Roadway. Traffic and Landscaping Design Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkmans Road Widening Cost Proposal Page 2 of 16 Other Direct Costs Phase Description Total Other Direct Costs Mileage Reproduction Traffic Counts TOTALS = => $ 18,450 $ 3,600 $ 13,350 $ 1,500 $ - $ - $ - $ - $ - 1 Concept Development $ 3,450 $ 1,200 $ 750 $ 1,500 2 Database Preparation $ - 3 Environmental Document $ - 4 Preliminary Plans $ 5,400 $ 1,200 $ 4,200 5 Right of Way Plans $ 1,200 $ 1,200 6 Final Plans $ 8,400 $ 1,200 $ 7,200 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Pond & Company Discipline Roadway. Traffic and Landscaping Design Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkmans Road Widening Cost Proposal Page 2 of 16 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline Pond & Company Roadway, Traffic and Landscaping Design Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 3 of 16 Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 1 Concept Development 818 38 250 310 302 106 24 Project Management & Coordination 52 4 40 8 Prepare Concept Layout 122 2 24 40 40 16 Validate/Revise Concept Layout 28 4 8 8 4 4 Prepare Concept Profiles 60 8 12 24 16 Prepare Concept Cross Sections 60 4 8 32 16 Prepare Concept Landscape Plans and Rendering 74 2 8 40 16 8 Prepare Concept Construction Cost Estimate 48 8 16 16 8 Prepare Concept Right of Way Cost Estimate 36 12 16 8 Prepare Concept Report 52 16 12 16 8 Contribute to Concept Alternative Summary/Report 24 16 8 Contribute to Concept Alternate Selection Report 16 8 8 Prepare Design Data Book 20 4 8 8 Obtain Traffic Counts 4 6 Prepare Traffic Volume Projections 8 16 Prepare Accident Rates 8 8 Prepare Traffic Flow Diagrams 6 16 30 Perform Traffic Volume and Intersection Analysis 2 40 Prepare Traffic Engineering Study Report 4 12 20 Conduct and Prepare Pedestrian Alt. Recommendations 4 16 12 Prepare for, Attend, Document Concept Team Meeting 24 10 10 4 Assist with Public Involvement Plan 10 2 8 Prepare for, Attend PION, Respond to Comments 50 6 16 16 8 4 Prepare for, Attend PHOH, Respond to Comments 50 6 16 16 8 4 Plan, Prepare for, Conduct Local Government Meetings 18 8 8 2 Meetings, Coversations with Individual Property Owners 26 12 12 2 Prepare for, Attend Key Stakeholder Meetings 24 6 8 8 2 Prepare for, Attend Special Interest Group Meetings 24 6 8 8 2 Total Hours Principal Project Manager Senior Engineer Engineer Technidan Clerical Administrator 2 Database Preparation 34 8 16 8 2 Project Management & Coordination 10 8 2 Roadway QC of Survey Database 24 16 8 Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 3 Environmental Document 26 16 8 2 Project Management & Coordination 10 8 2 Roadway QC of Environmental Document 16 8 8 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline Pond & Company Roadway, Traffic and Landscaping Design Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 3 of 16 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Pond & Company Discipline) Roadway, Traffic and Landscaping Design Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 4 of 16 Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 4 Preliminary Plans 1,636 24 288 424 464 424 12 Project Management & Coordination 56 8 40 6 Coordinate with Utility Companies 20 4 16 Prepare Typical Sections 24 8 16 Prepare Preliminary Pavement Design 14 2 8 4 Prepare Construction Layout/Stakeout Sheet 36 4 8 8 16 Prepare Roadway Plans, Profiles, etc. 348 8 60 80 120 80 Prepare Roadway Cross - Sections 156 16 40 60 40 Prepare Preliminary Driveway Profiles 56 8 16 8 24 Prepare Preliminary Drainage Design and Layout 88 16 40 24 8 Prepare Preliminary Drainage Profiles/Cross Sections 108 12 24 32 40 Prepare Preliminary Staging Plans 108 16 24 8 60 Prepare Prelim. Erosion, Sed. & Pollution Control Plans 208 24 40 80 64 Prepare Existing Utility Plans from Utility Co. Markups 64 8 16 40 Prepare Retaining Wall Locations and Envelopes 64 8 24 24 8 Prepare Preliminary Landscaping Plans 92 4 16 24 40 8 Prepare Detour Report 12 4 4 4 Prepare Draft Special Provisions 16 16 Prepare Detailed Construction Cost Estimate 52 4 16 24 8 Update R/W Cost Estimate 28 4 16 8 Prepare for, Participate in PFPR 16 8 8 Address PFPR Comments 22 8 12 2 Internal Quality Control Reviews 48 4 2 40 2 External Peer Review Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 5 Right of Way Plans 390 6 80 40 160 100 4 Project Management & Coordination 24 4 16 4 Prepare Right -of -Way Plans 236 40 16 120 60 R/W Plans Review /Revisions 112 24 8 40 40 Internal Quality Control Reviews 18 2 16 Extemal Peer Review Total Hours Principal Project Manager Senior Engineer Engineer Technician Clerical Administrator 6 Final Plans 1,076 18 200 332 328 188 10 Project Management & Coordination 48 8 32 8 Coordinate with Utility Companies for Relocations 30 6 16 8 Finalize Roadway Plans, Profiles, etc. 184 4 40 40 60 40 Finalize Drainage Design, Profiles, Cross Sections 88 16 32 16 24 Finalize Driveway Profiles 28 4 8 12 4 Prepare Detailed Plan Sheets 56 8 24 16 8 Finalize Pavement Design 18 2 16 Finalize Erosion, Sed. & Pol. Ctrl. Plans for Staged Constr. 96 16 40 24 16 Finalize Staging Plans and Details 72 8 16 40 8 Finalize Landscaping Plans 90 4 6 40 24 16 Prepare Final Utility Plans from Utility Company Markups 46 6 24 16 Prepare Special Construction Details 56 8 24 16 8 Prepare Special Provisions 20 8 12 Finalize Detailed Construction Quantities, Cost Estimate 64 12 4 40 8 Prepare for, Participate in FFPR 16 8 8 Address FFPR Comments 22 8 12 2 Revise Construction Plans per R/W Acquisition Revisions 44 4 24 16 Revise Plans, Prepare Amendments During Bidding Process 56 8 16 16 16 Internal Quality Control Reviews 42 2 40 External Peer Review City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Pond & Company Discipline) Roadway, Traffic and Landscaping Design Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 4 of 16 Phase Description Total Hours Total Cost Project Manager Senior Engineer Reproduction — TOTALS = 230 $ 38,049.02 S 1,500.00 $160.33 $151.25 1 Concept Development 230 $ 38,049.02 $ 1,500.00 $ 36,549.02 TOTALS ==> 230 Database Preparation 194 36 $ - $ . S - 3 Environmental Document 1 Concept Development 230 $ - 194 36 Preliminary Plana $ • $ - $ - 2 Database Preparation Right of Way Plans Database Preparation $ - $ - $ - 6 Final Plans 3 Environmental Document 3 Environmental Document $ - 4 Preliminary Plans 4 Preliminary Plans $ - 5 Right of Way Plans 5 Right of Way Plans $ 6 Final Plans 6 Final Plans $ Phase Description Total Hours Total Cost Total Other Direct Costs Direct Labor Cost Reproduction — TOTALS = 230 $ 38,049.02 S 1,500.00 $ 36,549.02 1 Concept Development 230 $ 38,049.02 $ 1,500.00 $ 36,549.02 2 Database Preparation $ 1,500 $ - $ - $ . S - 3 Environmental Document $ $ - $ - $ - $ 1,500 4 Preliminary Plana $ • $ - $ - 5 Right of Way Plans Database Preparation $ - $ - $ - 6 Final Plans $ - $ 3 Environmental Document City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date. 1/9/2012 MPH and Associates (WBE) Discipline Public Involvement and Traffic Support Contract Type: Lump Sum Hours & Cost Estimate Staff Type / Pro tect Hourly Rates / Hours Pond and Company Berkman Road Widening Cost Proposal Page 5 of 16 Other Direct Costs Phase Description Total Other Direct Costs Mileage Reproduction Traffic Counts TOTALS ==> $ 1,500 $ 1,000 $ 500 $ - S - $ - $ - $ $ 1 Concept Development $ 1,500 $ 1,000 $ 500 2 Database Preparation $ - 3 Environmental Document $ - 4 Preliminary Plans $ - 5 Right of Way Plans $ 6 Final Plans $ City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date. 1/9/2012 MPH and Associates (WBE) Discipline Public Involvement and Traffic Support Contract Type: Lump Sum Hours & Cost Estimate Staff Type / Pro tect Hourly Rates / Hours Pond and Company Berkman Road Widening Cost Proposal Page 5 of 16 City of Augusta COST PROPOSAL Project: Berkman Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline MPH and Associates (WBE) Public Involvement and Traffic Support Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 6 of 16 Total Hours Project Manager Senior Engineer 1 Concept Development 230 194 96 Project Management & Coordination 32 32 Stakeholder and Public Involvement Plan 8 8 Stakeholder Group Database 16 16 Coordiantion, Facilitation and Documentation of Two Stakehol 36 36 Coordiantion, Facilitation and Documentation of Three Public I 54 54 Website Material Preparation 24 24 Press Release Development 24 24 Prepare Traffic Engineering Study Report 12 12 Conduct and Prepare Pedestrian AR Recommendations 8 8 Traffic Quality Control Review 16 16 Total Hours Project Manager Senior Engineer 2 Database Preparation Total Hours Project Manager Senior Engineer 3 Environmental Document Total Hours Project Manager Senior Engineer 4 Preliminary Plans Total Hours Project Manager Senior Engineer 5 Right of Way Plans Total Hours Project Manager Senior Engineer 6 Final Plans City of Augusta COST PROPOSAL Project: Berkman Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline MPH and Associates (WBE) Public Involvement and Traffic Support Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 6 of 16 Phase Description Total Hours Total Cost Total Other Direct Costs Direct Labor Cost Phase TOTALS ..> 1,492 $ 174,286.40 $ 2,780.00 $ 171,506.40 Bridge EngJ Archeologist 1 Concept Development 338 $ 39,302.40 $ 1,150.00 $ 38,152.40 2 Database Preparation $124.80 $ • $ - $ - 3 Environmental Document 110 $ 11,746.80 $ 650.00 $ 11,096.80 $ 4 Preliminary Plans 522 S 60,927.60 $ 540.00 $ 60,387.60 $ - 5 Right of Way Plans 20 $ 2,496.00 $ - $ 2,496.00 $ 350 6 Final Plans 502 § 59,813.60 $ 440.00 $ 59,373.60 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 URS Corp. Discipline Bridge Design/Hydro & Environmental Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkman Road Widening Cost Proposal Page 7 of 16 Staff Type I Project Hourly Rates / Hours Other Direct Costs Phase Description Phase Description Reproduction Total Hours Group Manager Sr. Bridge Engineer/ Env. Specialist Bridge EngJ Archeologist Senior Hydro Engineer Technician Clerical/ Historian $161.20 $124.80 $93.60 $122.20 TOTALS = => $91.00 $ 1,575 $52.00 $ 275 5 • $ - TOTALS =_> 1,492 $ - 176 Concept Development 520 $ 1,150 300 $ 350 226 218 52 1 Concept Development Database Preparation 338 $ 32 96 60 66 76 8 Environmental Document 2 Database Preparation $ 275 4 Preliminary Plans $ 540 $ 200 $ 340 3 Environmental Document 110 5 64 6 12 28 4 Preliminary Plans 6 522 62 $ 200 110 52 160 130 8 5 Right of Way Plans 20 20 6 Final Plans 502 82 230 182 8 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 URS Corp. Discipline Bridge Design/Hydro & Environmental Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkman Road Widening Cost Proposal Page 7 of 16 Other Direct Costs Phase Description Total Other Direct Costs Mileage Reproduction Archeological Supplies TOTALS = => $ 2,780 $ 1,575 $ 930 $ 275 5 • $ - $ - $ - $ - 1 Concept Development $ 1,150 $ 800 $ 350 2 Database Preparation $ 3 Environmental Document $ 650 $ 375 $ 275 4 Preliminary Plans $ 540 $ 200 $ 340 5 Right of Way Plans $ - 6 Final Plans $ 440 $ 200 $ 240 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 URS Corp. Discipline Bridge Design/Hydro & Environmental Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkman Road Widening Cost Proposal Page 7 of 16 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline URS Corp. Bridge Design /Hydro & Environmental Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 8 of 16 Total Hours Group Manager Engineer/ Env. Specialist Bridge Eng./ Archeologist Senior Hydro Engineer Technician Clerical/ Historian 1 Concept Development 338 32 96 60 66 76 8 Concpet Bridge Layouts 56 8 32 16 Concept Typical Sections 32 4 12 16 Creative Imaging Exhibits 52 4 16 16 16 Site Visit 8 8 Survey Data Review 8 4 4 Retrieve Effective FEMA Models 6 2 4 Update FEMA Hydraulic Model for Exist. Conditions 20 4 16 Prepare Hydraulic Concept Model(s) 60 24 36 Detail Check Proposed Hydraulic Concept Model(s) 16 16 ITR Proposed Hydraulc Model(s) 8 8 Public Meetings 24 24 Project Management and Coordination 24 16 8 Cost Estimate 24 12 12 Total Hours Group Manager Engineer/ Env. Specialist Bridge Eng./ Archeologist Senior Hydro Engineer Technician Clerical/ Historian 2 Database Preparation Total Hours Group Manager Engineer/ Env. Specialist Bridge Eng./ Archeologist Senior Hydro Engineer Technician Clerical/ Historian 3 Environmental Document 110 64 6 12 28 Environmental Screening 86 40 6 12 28 Public Involvement Participation 24 24 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline URS Corp. Bridge Design /Hydro & Environmental Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 8 of 16 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 URS Corp. Discipline Bridge Design /Hydro & Environmental Ports and Company Berkmans Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 9 of 16 Total Hours Group Manager Engineer/ Env. Specialist Bridge Eng./ Archeologist Senior Hydro Engineer Technician Clerical/ Historian 4 Preliminary Plans 522 62 110 52 160 130 8 Preliminary Bridge Layout on Approved Concept 42 2 24 16 Preliminary Wall Envelope 32 4 16 12 Preliminary Summary of Quantities 6 2 4 Preliminary Detailed Estimate 6 2 4 Staging Plan 20 4 8 8 Prepare Final Hydraulic Model for Proposed Bridge 36 16 20 Prepare Scour Countermeasures Recommendations 12 4 8 Prepare Hydraulic Design Risk Assesment plan 36 16 20 Prepare "No Rise' or CLOMR Report 24 8 16 Prepare Floodplain Database for FEMA 28 12 16 Community Coordination 16 16 Prepare Final Reports 20 8 12 Rconcile FEMA Proposed Bridge Model with As Builts 20 8 12 Prepare LOMR Report 30 12 18 Prepare LOMB Database 12 4 8 Coordination with FEMA and/or Community 16 16 Detail Check of Final Proposed Hydraulic Model 24 24 ITR of Final Proposed Hydraulic Model 16 16 Project Management and Coordination 24 16 8 Internal Coordination 16 16 Quality Control Checks 28 12 8 8 Cordination /Update Meetings 8 8 External Roadway Peer Review 50 50 Total Hours Group Manager Engineer/ Env. Specialist Bridge Eng./ Archeologist Senior Hydro Engineer Technician Clerical/ Historian 5 Right of Way Plans 20 20 External Roadway Peer Review 20 20 Total Hours Group Manager Engineer/ Env. Specialist Bridge Eng./ Archeologist Senior Hydro Engineer Technician Clerical/ Historian 6 Final Plans 502 82 230 182 8 Bridge Plan And Elevation 18 2 8 8 General Notes & Estimated Quantities 20 8 12 Construction Staging 28 4 12 12 Deck Plan 16 8 8 Deck Sections 16 B 8 Superstructure Details 24 12 12 Beam Details 32 12 20 Bearing Details 8 4 4 Substructure Details 52 20 32 Reinforcing Schedules 16 8 8 As-Built Foundation 2 2 Aesthetic Details/Coordination 48 24 24 Wall Plans and Envelopes 4 4 Project Managemanet and Coordination 24 16 8 Internal Quality Control 64 16 24 24 Prepare Bid Documents (estimate /sp's) 40 8 16 16 Address Client Review Comments 40 8 16 16 External Roadway Peer Review 50 50 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 URS Corp. Discipline Bridge Design /Hydro & Environmental Ports and Company Berkmans Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 9 of 16 Phase Description Total Hours Total Cost Total Other Direct Costs Direct Labor Cost Total Other Direct Costs Mileage TOTALS =_> 1,207 $ 88,272.00 $ 12,413.00 $ 75,859.00 Project Manager 1 Concept Development $ $ Rodman Flagman / 2 Database Preparation 1,188 $ 86,904.00 $ 12,413.00 $ 73,891.00 $57.50 3 Environmental Document $ 200 $ - $ - $ - $70.00 4 Preliminary Plans 6 § 666.00 $ - $ 666.00 11 5 Right of Way Plans 13 $ 1,302.00 $ - $ 1,302.00 Database Preparation 6 Final Plans $ 1,263 $ - 1 Concept Development $ 200 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Lowe Engineers Discipline Survey and Ma in Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkman Road Widening Cost Proposal Page 10 of 16 Staff Type / Project Hourly Rates / Hours Phase Description Total Other Direct Costs Mileage Per Diem Phase Description Photo Panel Material Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman Flagman / Clerical Photo- grammetrlst $111.00 $173.00 $68.00 $ 12,413 $57.50 $ 7,500 $50.00 $ 200 $44.00 $ 3,000 $64.00 $70.00 1 Concept Development TOTALS ==> 1,207 92 11 165 224 224 Database Preparation 224 17 $ 1,263 250 1 Concept Development $ 200 $ 3,000 3 Environmental Document $ - 2 Database Preparation Preliminary Plans 1,188 76 11 165 224 224 224 14 250 3 Environmental Document 6 Final Plans $ - 4 Preliminary Plans 6 6 8 Right of Way Plans 13 10 3 6 Final Plans City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Lowe Engineers Discipline Survey and Ma in Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkman Road Widening Cost Proposal Page 10 of 16 Other Direct Costs Phase Description Total Other Direct Costs Mileage Per Diem Reproduction Stakes Photo Panel Material Aerial Photography TOTALS f.,-, $ 12,413 $ 1,263 $ 7,500 $ 250 $ 200 $ 200 $ 3,000 $ - $ - 1 Concept Development $ - 2 Database Preparation $ 12,413 $ 1,263 $ 7,500 $ 250 $ 200 $ 200 $ 3,000 3 Environmental Document $ - 4 Preliminary Plans $ - 5 Right of Way Plans $ - 6 Final Plans $ - City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Lowe Engineers Discipline Survey and Ma in Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkman Road Widening Cost Proposal Page 10 of 16 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline Lowe Engineers Survey and Mapping Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 11 of 16 Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical Photo- grammetrist 1 Concept Development Concept Photo Control Surveys Project Management Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical Photo- grammetrist 2 Database Preparation 1,168 76 11 165 224 224 224 14 250 Survey Control Edsting Control Recon. 22 1 3 6 6 6 GPS Control Monuments & Surveys 43 1 6 12 12 12 TOM Digital Leveling Prepanel Photo Control 14 2 4 4 4 Photo Control Surveys 14 2 4 4 4 Conventional Control Surveys 57 1 8 16 16 16 Property Database Tax Map & Deed Research 13 13 Property Corner Surveys & CADD 93 8 25 20 20 20 Topographic Surveys New Alignment Staking Roadway Profile Surveys & CADD 143 23 40 40 40 Surface Utility Surveys & CADD 58 10 16 16 16 Supplemental Togo Surveys & CADD 115 19 32 32 32 Railroad Surveys & CADD Channel Hydraulic Surveys & CADD 58 10 16 16 16 Wetland Survey Location &CADD 54 15 15 15 Bridge Survey & CADD 54 15 15 15 intersection Surveys & CADD 36 6 10 10 10 Combine database 20 Surrey Mobilization 54 18 18 18 Management & coordination Meetings & Coordination 37 24 5 8 Quality Control 28 16 4 8 Project Management 57 36 5 16 Photography Obtain New Aerial Photography Photo Lab Production Scan Images Photo Control Selection 6 6 Photogrammetry Aero Triangulation 100 100 Stereo Compilation & Editing 100 100 Process Ortho Images 12 12 Aero Triangulation LAMP Stereo Compilation & Editing LAMP Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical Photo- grammetrist 3 Environmental Document City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline Lowe Engineers Survey and Mapping Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 11 of 16 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline Lowe Engineers Survey and Ma in Pond and Company Berkmans Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 12 of 16 Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief tastrumentman Rodman / Flagman Clerical Photo - grammetrist 4 Preliminary Plans 8 6 Stake Centerline 2 2 Stake Bridge End Roll/Slope Paving Survey Mobilization Project Management 6 6 Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical Photo- grammetrist 5 Right of Way Plans 13 10 3 Stake RJW and Easements 3 3 Survey Mobilization Project Management 10 10 Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical Photo- grammetrist 6 Final Plans City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline Lowe Engineers Survey and Ma in Pond and Company Berkmans Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 12 of 16 Phase Description Total Hours Total Cost Total Other Direct Costs Direct Labor Cost Total Other Direct Costs Mileage TOTALS =_> 612 $ 48,019.00 $ 5,759.00 S 42,260.00 Reg. Land Surveyor 1 Concept Development Survey Party Chief $ - $ - $ - Clerical 2 Database Preparation 612 $ 48,019.00 $ 5,759.00 $ 42,260.00 $ 859 3 Environmental Document $50.00 $ • $ - $ - $ - 4 Preliminary Plans 612 $ - $ - $ - 120 5 Right of Way Plans $ $ - 10 6 Final Plans Concept Development $ - $ $ 200 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Agility Surveying (DBE) Discipline Survey Support Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkman Road Widening Cost Proposal Page 13 of 16 Staff Type / Project Hourly Rates / Hours Phase Description Total Other Direct Costs Mileage Phase Description Stakes Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman Flagman / Clerical $125.00 $125.00 $72.00 TOTALS = => $85.00 $ 859 $50.00 $ 500 $50.00 $ - $35.00 $ - $ - 1 TOTALS =_> 612 26 30 120 142 142 142 10 1 Concept Development $ 4,200 $ 500 $ 200 3 Environmental Document $ 2 Database Preparation 612 26 30 Preliminary Plans 120 $ - 142 142 142 10 3 Environmental Document Right of Way Plans $ - 6 Final Plans 4 Preliminary Plans 5 Right of Way Plans 6 Final Plans City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Agility Surveying (DBE) Discipline Survey Support Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkman Road Widening Cost Proposal Page 13 of 16 Other Direct Costs Phase Description Total Other Direct Costs Mileage Per Diem Reproduction Stakes TOTALS = => $ 5,759 $ 859 $ 4,200 $ 500 $ 200 $ - $ - $ - $ - 1 Concept Development $ - 2 Database Preparation $ 5,759 $ 859 $ 4,200 $ 500 $ 200 3 Environmental Document $ 4 Preliminary Plans $ - 5 Right of Way Plans $ - 6 Final Plans $ - City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Agility Surveying (DBE) Discipline Survey Support Contract Type: Lump Sum Hours & Cost Estimate Pond and Company Berkman Road Widening Cost Proposal Page 13 of 16 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline Agility Surveying (DBE) Survey Support Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 14 of 16 Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical 1 Concept Development Concept Photo Control Surveys Project Management Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical 2 Database Preparation 612 26 30 120 142 142 142 10 Survey Control Existing Control Hewn. GPS Control Monuments & Surveys TBM Digital Leveling Prepanel Photo Control Photo Control Surveys Conventional Control Surveys 38 4 4 10 10 10 Property Database Tax Map & Deed Research 20 20 Property Corner Surveys & CADD 138 8 40 30 30 30 Topographic Surveys New Alignment Staking Roadway Profile Surveys & CADD 118 2 20 32 32 32 Surface Utility Surveys & CADD 60 2 10 16 16 16 Supplemental Togo Surveys & CADD 118 2 20 32 32 32 Railroad Surveys & CADD Channel Hydraulic Surveys & CADD Wetland Survey Location & CADD Bridge Survey & CADD intersection Surveys & CADD 38 2 6 10 10 10 Survey Mobilization 36 12 12 12 Management & coordination Meetings & Coordination 15 8 4 3 Quality Control 20 10 6 4 Project Management 11 8 3 Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical 3 Environmental Document Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical 4 Preliminary Plans Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical 5 Right of Way Plans Total Hours Project Manager Reg. Land Surveyor Technician Survey Party Chief Instrumentman Rodman / Flagman Clerical 6 Final Plans City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline Agility Surveying (DBE) Survey Support Pond and Company Berkman Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Page 14 of 16 Phase Description Total Other Direct Costs brisling laboratory Miscellaneous Specialty Drilling Mileage and Reproduction #REF1 #REF! #REF! $ 18,094.00 $ 18,360.00 Field Eng! Geologist 1 Concept Development CADD Technician $ - $ - $ TOTALS _ -> $ 18,084 $ 8,896 $ 4,040 $ 4,900 $ - $ 256 $ $ $ • 1 Concept Development $ - $ 62 4 Preliminary Plans 146 $ 23,615.00 $ 12,313.00 $ 11,502.00 2 Database Preparation Right of Way Plans $ - $ 6 Final Plans 88 3 Environmental Document $ 6,858.00 2 Database Preparation 4 Preliminary Plans $ 12,313 $ 4,1BB $ 4,040 $ 3,900 $ - $ 185 $ - $ - $ 5 Right ol Way Plans 4 6 Final Plans $ 5,781 $ 4,710 $ - $ 1,0 0 - $ 71 $ - $ - $ - Phase Description Total Hours Total Cost Total Other Direst Costs Direct Labor Cost Phase Description TOTALS o_> 234 $ 36,454.00 $ 18,094.00 $ 18,360.00 Field Eng! Geologist 1 Concept Development CADD Technician $ - $ - $ $87.00 2 Database Preparation $ - $ - $ - 3 Environmental Document TOTALS =s> $ - $ - $ 62 4 Preliminary Plans 146 $ 23,615.00 $ 12,313.00 $ 11,502.00 15 5 Right of Way Plans $ - $ 6 Final Plans 88 $ 12,639.00 $ 5,781.00 $ 6,858.00 City of Augusta COST PROPOSAL Project: Barkmana Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1(9/2012 S &ME Discipline Geotechnical/Pavement Pond and Company Serkmans Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Other Direct Costs Page 15 of 16 Staff Type! Pro Hourly Rates! Hours Phase Description Total Hours Principal Engineer Project Manager Project Engineer Field Eng! Geologist Engineer's Aide Technician CADD Technician Clerical Administrator $175.00 $146.05 $87.00 $73.00 $43.50 $58.00 $58.00 $40.00 TOTALS =s> 234 6 17 62 94 24 4 12 15 1 Concept Development 2 Database Preparation 3 Environmental Document 4 Preliminary Plans 146 4 11 50 40 20 4 8 9 5 Right of Way Plans 6 Final Plans 88 2 6 12 54 4 4 6 City of Augusta COST PROPOSAL Project: Barkmana Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1(9/2012 S &ME Discipline Geotechnical/Pavement Pond and Company Serkmans Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Other Direct Costs Page 15 of 16 Phase Description Total Other Direct Costs Drilling Laboratory Miscellaneous Specialty Drilling Mileage and Reproduction Technician CADD Technician Clerical Administrator $175.00 $146.00 $87.00 $73.00 $43.50 $58.00 $58.00 $40.00 TOTALS =_> $ 18,094 $ 8,898 $ 4,040 $ 4,900 $ - $ 256 $ - $ - $ - 4 Preliminary Plans - TOTALS $ 12,313 $ 4,188 $ 4,040 $ 3,900 $ - $ 185 $ - $ - $ Existing Pavement Analysis $ 2,788 $ 818 $ 970 $ 1,000 10 2 3 Final Soil Survey before PFPR $ 9,525 $ 3,370 $ 3,070 $ 2,900 40 $ 185 4 6 6 6 Final Plans - TOTALS $ 5,781 $ 4,710 $ - $ 1,000 $ - $ 71 $ - $ - $ - BFI - Bridge # 1 88 2 6 12 54 4 4 6 BFI - Bridge # 1 $ 5,781 $ 4,710 $ 1,000 $ 71 Phase Description Total Hours Principal Engineer Protect Manager Project Engineer Field EngJ Geologist Engineer's Aide Technician CADD Technician Clerical Administrator $175.00 $146.00 $87.00 $73.00 $43.50 $58.00 $58.00 $40.00 TOTALS = => 234 6 17 62 94 24 4 12 15 4 Preliminary Plans - TOTALS 146 4 11 50 40 20 4 8 9 Existing Pavement Analysis 50 2 3 30 10 2 3 Final Soil Survey before PFPR 96 2 8 20 40 10 4 6 6 6 Final Plans - TOTALS 88 2 6 12 54 4 4 6 BFI - Bridge # 1 88 2 6 12 54 4 4 6 City of Augusta COST PROPOSAL Project: Berkmans Road Widening and Relocation County: Richmond Prime: Pond & Company Date: 1/9/2012 Discipline S &ME Geotechnical /Pavement SUMMARY BY PHASE/MAJOR TASK - HOURS SUMMARY BY PHASE/MAJOR TASK - OTHER DIRECT COSTS Pond and Company Berkmans Road Widening Cost Proposal Contract Type: Lump Sum Hours & Cost Estimate Staff T / Hourly Rates / Hours Other Direct Coats Page 16 of 16 BERCKMANS ROAD WIDENING - REALIGNMENT AND BRIDGE REPLACEMENT Additional Provisions SUSPENSION OF THE WORK. TERMINATION AND DELAY: To the extent that it does not alter the scope of this agreement, Augusta, GA reserves the right of unilaterally ordering, without any cause, a temporary stopping of the work, or delay of the work to be performed by the Consultant under this agreement. Augusta, GA will not be held liable for compensation to the Consultant for an extension of contract time or increase in contract price, or both, directly attributable to this action of Augusta, GA. HOLD HARMLESS: Except as otherwise provided in this agreement, the consultant shall indemnify and hold harmless Augusta, GA, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work. CONTINGENT FEES: The consultant is prohibited from directly or indirectly advocating in exchange for compensation that is contingent in any way upon the approval of this contract or the passage, modification, or defeat of any legislative action on the part of the Augusta, Georgia Commission the consultant shall not hire anyone to actively advocate in exchange for compensation that is contingent in any way upon the passage, modification, or defeat of any contract or any legislation that is to go before the Augusta, Georgia Commission. GEORGIA PROMPT PAY ACT : Not applicable. The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act. CONTRACTUAL OBLIGATIONS: The consultant acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, the consultant is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of the consultant provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the consultant may be precluded from recovering payment for such unauthorized goods or services. Accordingly, the consultant agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if the contractor provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by the consultant. The consultant assumes all risk of non - payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity." AP1 AED /TE - Berckmans Road Widening - Realignment And Bridge Replacement This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. LOCAL SMALL BUSINESS: In accordance with Chapter 10B of the AUGUSTA, GA. CODE, the consultant expressly agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA GA CODE § 1- I0- 129(d) (7), for all contracts where a local small business goal has been established, the consultant is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of Minority and Small Business Opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment from the consultant. *************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Please sign and date below acknowledging receipt of and concurrence with the Additional Provisions herewith for the Berckmans Road Widening - Realienment and Bridge Replacement with Augusta, GA. f tA V Company ignature & Title ,2 . Printed Name Date AP2 AED /TE - Bercicmans Road Widening - Realignment And Bridge Replacement All Bidders Phyllis Mills, Quality Assurance Analyst Abie Ladson, Eggineerii g Department FROM: Geri Sams Procurement Director DATE: July 22, 2011 SUBJ: Responses to Vendors Questions TO: RFQ ITEM: RFQ Item 11 -108 Berckmans Road Widening, Realignment & Bridge Replacement for Engineering Department RFQ OPENING: Wednesday, August 3, 2011 at 11:00 a.m. ADDENDUM NO. 1 Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the above -named RFQ Package. 1. Replace the Evaluation Criteria in the Specifications package with the attached Evaluation Criteria. 2. A copy the GDOT Bridge Report dated August 20, 2010 is enclosed. 3. Responses to Vendors Questions: Question #1: Response: Question #2: Response: Question #3: Response: Question #4: Response: Question #5: Response: Question #6: Response: Question #7: Response: If existing traffic data is available. Can this be provided? The 24 -hour ADT on Berckmans Road, between Wheeler Road and Ingleside Drive/Willow Ridge = 17,819 vehicles. The 24 -hour ADT on Berckmans Road between Ingleside Drive/Willow Ridge Drive and Washington Road = 15,048. Counts were conducted July, 2011. Turning movement counts for Berckmans Road at Ingleside Drive/Willow Ridge Drive and Highland Avenue/Wheeler Road are enclosed. Turning movement counts for Washington Road at Berckmans Road and Washington Road at Alexander Drive /Stanley Drive are six years old and invalid as the intersection designs have changed. We have never counted Washington Road at River Ridge Drive. For the six items listed on Page 24 to include in the submittal, do we need to include subconsultant's information in with any or all of these items required? Yes. Will the City of Augusta be responsible for Right of Way Acquisition or is it expected that the consultant provide that service? The City of Augusta will be responsible for the Right -of -Way Acquisition. Does the City of Augusta have a preferred typical section for Berckmans Road? No. What speed limit/speed design would the City of Augusta prefer for Berckmans Road? This would be determined once the project is under design. Can you clarify what is included in the 20 -page limit (table of contents, displays, etc.)? The Evaluation Criteria: 1) Qualifications of Company, 2) Key Personnel for the Roadway Design, 3) Key Personnel for the Bridge Design, 4) Project Schedule, 5) Experience with GDOT and with similar Projects, 6) Project Approach, and 7) References. Excluded from the 20 -page limit are Procurement forms, cover letter, the table of contents, financials, displays and page dividers. Can 11'X17' sheets be used for the proposal? Yes. Room 605 - 530 Green Street, Augusta Georgia 30911 (706) 821 -2422 - Fax (706) 821 -2811 www.augustaga.gov Register at www.demandstar.com/supolier for automatic bid notification Addendum 1 RFQ Item #11 -108 Page 1 of 2 CRITERIA WEIGHT 1) Qualifications of Company 15% 2) Qualifications of Key Personnel that will actually perform the Roadway Design Services 25% 3) Qualification of Key Personnel that will actually perform the Bridge Design Services 20% 4) Experience on similar Georgia DOT projects and current workload of key personnel/ability to meet project schedule. 20% 5) References including specific individuals, address, phone number, and e- mail address 5 6) Project approach 10% 7) Proximity to Area Within Augusta Richmond County 5 pts Within the CSRA 4 pts Within Georgia 3 pts Within SE United States (includes AL, TN, NC, FL) 2 pts All others 1 pt 5/0 Evaluation Criteria Please acknowledge addendum in your submittal END ADDENDUM Addendum 1 RFQ Item #11 -108 Page 2 of 2 3g 1(4q `7f) .5 .s 4.1 tri I mia ELM 3Go ROAD TIME. 7:3a TOTAL /41/6 NORTH SOU H L NMI R IIII Wain M (oil IINUICin I ifi Si( IMUERIMINEI 11192111611KAIWIMINI WSZBUIEMEINVM 32 Ka R zae__ ,e6 T ES T L C 0 TERSECTION /4 TO VOL NORTH SOUTH EAST WEST TOTAL N INDICATES NORTH 1 AL 0/ TURNS UME "O FL sJ A2 0 2 ,47 ( it Y1S 60 at j2. AND DATE TIME ROAD , ,4 s R :.--1672_ ,eo TIME NORTH SOU 1-1 EA$T /2'0 b L S R L S R L. S R f2!is' 7 4`f I 7 "11 10 2Q 23 1 zo 11 /2:3D 3o 0 '^ - 7 7 R 2— 3 2-- ?o D MI to i 2: YS 36 '3 I 9 `1 `( 2 2_. 2,0 QigrQi 0 -- 7 iz � 3 Es ' ( ;off 3P-. Ion{ 2. (o 14 (l 13 .4 TOTAL 1(1 343 L( 3 I 3t.I2 4 ( 3v 1 o , TERSECTION 441 4 2 2e1 30 (U� g'(p ingininm MEMO invimiaatv a.1; TOTAL VOLUME NORTH SOUTH WEST 0 TURNS In A 6, ;1 :ail Ail i ' - I 13 137 2(p INDICATES NORTH M EAST TOTAL N /.i/q t4 2- AND DATE // LISA TOTAL VOLUME NORTH SOUTH EAST WEST TOTAL ROAD L 331 rail WiNIB ED R1rr 111111 20 0 3 9.`1 gcl TURNS / NORTH ir it 00 i ( o- 2 f t" 3 0 EA ti) S. 2 I/- 2 7 l/ ff.3o -r;36 p 1'0 .-.30 TOTA L S o S WHEN NUM M TN/ y(66 R 0 0 MOM iii 3 7 (D R T L EST TERSECTION Gyp ..e/c- Rat) AND N INDICATES NORTH Y#66 LLi'� 26 DATE TIME ROAD 13ERCKMANS RD {{ i s IDE EAST R MI mu " Wa III Z TIME NORTH SOU H 2o0 L S R S RIS P, I 2.' /J ='' o o `!o =3 b MOM 1111110111E! TOTA L MINI 1s Ini Ira 9 I ©s8 ; E a F! 0 0 3 1 ( r1aaoum 0 wil 0 ( 3 0 MI 13111 i Ifni a- 111 a3 as MIN 2. 31y a MM S E1 s El 3 INTERSECTION 13ERCKMANS RD AND INGLESI DE DR /W I DOWRIDGE N INDICATES NORTH 391 INGLESI DE UP 1 7 390 (1`b N 0 at 4�. (QS SG TOTAL VOLUME NORTH SOUTH EAST WEST TOTAL ioa7 o/ TURNS O R !. ROAD BERCKMANS RD I NGL� . SI DE EAST WILL�JRIDGE WES L SR , TIME NORTH SOUTH ;�30 L S R L _ S R L S R 7' // sJ / o 60 !s w d /97 3 . 0 2 poo r 7 o i /0 s d r y J ' .7s t o S'.;3a > . 3 ';s' iii/ i a, / a EG (9s , 2 ' f JO 122 0 0 q / 3 " / (e s• TOTAL INTERSECTION 1BERCKMANS RD INDICATES NORTH TOTAL VOLUME NORTH SOUTH EAST WEST TOTAL 231 O 3Lis a �3 I 0 3`I TURNS R_L 0 a ^z 17 0 S`6 39 V; W I LLOWRI DG E AND I NGLES I DE DR/ DR DATE 6-23-09 TIME 7:3b - 8'3d,4AJ WI LLOWR I DGE DR ROAD BERCKN AN NORTH S RD SOU`T ING` .I DE EAST WILL WEST I (RIDGE TIME 6 L . S /b8 R 5 L 0 S 70 R L 37 S 0 R 13 L a S 0 R _,','j c" ,'y ► 99 0 c (00 _340 Co a7 C 12 a. 2 0 ,�;o) s "'ice 3Y !0b / y r 1c 40 35 2 12, o O 2. 5;30 30 9/ L 2 Io`b LIC 310 0 g' 1 I a TOTAL Alp (0 362. 11\ 125 1 rTs s 3 . , INTERSECTION IBERCKMA.NS RD W 1 LLOWRIDGE AND INGLESIDE I DE DR/ DP N INDICATES NORTH INGLESI DE [ ;P 0 c (U7 2 U LLI rn TOTAL VOLUME NORTH 5 SOUTH . 539 EAST WEST TOTAL 1 ( 5 1 13 1 0 ict 3 2'E TURNS 1 a� R. 210 1 36 33 DATE, 6 -23 -09 TIME 1 -13b - 5730 WI LLOWR I ICE D e. Vance C. Smith, Jr., Commissioner Honorable Deke Copenhaver, Mayor Augusta - Richmond County Board of Commissioners 530 Greene Street, Suite 806 Augusta, Georgia. 30901 Dear Mayor Copenhaver: August 20, 2010 GEORGIA DEPARTMENT OF TRANSPORTATION One Georgia Center, 600 West Peachtree Street, NW Atlanta, Georgia 30308 Telephone: (404)631A 000 A re- inspection of your County and Federal Aid Secondary bridges has been completed. This re- inspection will maintain your County's Compliance with the Federal Law and Regulations requiring all public bridges be inspected biennially. Only bridges as set forth in the Federal Regulations were inspected. A bridge is defined as a structure including supports erected over a depression or an obstruction, such as water, highways, or railways, and having a track or passageway for carrying traffic or other moving loads and having an opening measured along the center of the roadway of more than twenty feet between undercopings or abutments or spring lines including multi- pipes, where the clear distance between openings is less than half of the smaller contiguous opening. Attached is a report reflecting the results of the above inspection. It is the responsibility of the county government to forward a copy of this report to local municipalities for bridges owned and maintained by city governments within the county boundaries. It is also the responsibility of the county government to advise local school boards of the location of any bridge structure that is not capable of sustaining school bus loads as noted in this report. This report briefly advises you of the condition of your bridge structures and notes which structures should be posted with load limit signs and which ones should be closed to traffic if conditions do not meet minimum standards according to Federal Law. Those structures requiring posting or closure have been identified within the text with an asterisk ( *). It is extremely important that the local jurisdiction comply with Federal Posting and Closing Regulations. Counties not in compliance will not have any projects authorized that utilize federal highway funds until compliance with these regulations has been obtained. Attached to the report is a copy of the Structure Inventory and Appraisal (SI&A) sheet for each structure in the report. This sheet contains additional information that is not necessarily contained in this written report such as whether or not the bridge rails meet current standards and if delineation signs are present. A Posting Summary sheet of all the structures that require posting showing their load carrying capacities has also been included. Attached to the Posting Summary sheet, you will find a drawing of two load limit signs and a drawing of required bridge closing methods. The R12 -1 (Type A) sign is for gross load posting while the R12-5 modified (Type B) sign is for multi- posting. Please note that all structures requiring closing must be properly closed in accordance with the attached methods. Please note that on the Posting Summary sheet, all bridges marked with a plus sign ( +) are presently not posted and require posting. On the same summary sheet, all bridges marked with a pound symbol ( #) are presently posted with an inappropriate sign and should be re- posted with a proper type sign and/or proper load limits. The load Iimit will be in the appropriate column, depending on the type sign recommended. In addition, all bridges marked with a (B) are bridges located on an identified School Bus Route. All bridges carrying school buses should have a minimum capacity of 10 tons. Assistance in the rehabilitation or replacement of deficient bridges may be obtained through the State Aid Program. This assistance can include funds for materials such as concrete, reinforcement steel piles or pipe. The state owned crane can be scheduled for repairs as in the replacement of deteriorated piles. Based on your county's transportation needs, eligible deficient bridges can be added to the Construction Work. Program for replacement. In addition, engineering services are available through this program. For information with this service, please contact our Office of State Aid at (404) 656 -5185. All structural calculations are based on the inventory stress level. This is the normal design criterion and includes a reasonable factor of safety. Loads exceeding those allowed at the inventory stress level can be applied on an occasional basis without seriously damaging the structure but the operating rating (at the higher operating stress level) should generally not be exceeded without a detailed structural analysis. If you have any questions concerning any of the structures in this report or need a copy of the Bridge Inventory Coding Guide to interpret the Structure Inventory and Appraisal sheet, please contact Mr. Bob O'Daniels, of my office, at (404) 635 -8189. MLC/res Enclosures Sincerely, e4.71 Mike Clements, P.E. State Bridge Maintenance Engineer cc: Dr. James Wilson, Interim Superintendent, Richmond County Board of Education Abie Ladson, Director of Engineering, Augusta - Richmond County Tony Collins, District Engineer, District 2, Tennille (via email) Michael Keene, Area Engineer, District 2, Area 4, Augusta (via email) David Huff, State Aid (via email) • Jeff Allison, Bridge Inspection Supervisor (via email) File . LOCATION ID STRUCTURE ID ACTION H TRUCK TYPE -3 TRUCK TIMBER TRUCK HS TRUCK 3S2 - TRUCI; B 245 -00065X -006.645 245 -0072-0 POSTED 11 11 15 12 18 B 245-00065X-009.06S 245 - 0071 -0 POSTED 14 15 20 17 24 B 245 -00124X- 000.64N .245 - 5005 -0 POSTED 11 10 12 15 16 B 245-00371X-000.63S 245-0082 -0 POSTED . 19 18 24 B 245 -00486X-001.09N 245-0080-0 POSTED 1I 11 14 12 18 B 245 - 00627X- 000.39N 245-5012-0 POS TED 11 11 16 14 19 B 245 - 01515X- 002.17W 245 -5022-0 POSTED 10 B 245 -01516X- 00632N 245 -0078-0 POSTED 18 16 24 _ 245-02480X- 000.35N 245 - 5016 -0 POSTED 17 17 21 B 245 -02688X-000.18N 245-0102 -0 POSTED 13 16 21 25 Georgia Department of Transportation Posting Summary Richmond County # Bridge Posted incorrectly, Reposting required + Bridge not Posted, Posting Required B Bridge located on an identifying School Bus Route All Bridges carrying School Buses should have a minimum capacity of 10 Tons. Please indicate which alternate closing method the county uses to close a stricture. Note: It is recommended that advanced weight limit signs be placed. 8/20/2010 Post Rpt - Page 1 of 1 Georgia Weight Limit Signs WEIGHT LIMIT TONS WEIGHT LIMIT T 4!! T T . T R12 -1 GROSS WEIGHT LIMIT SIGN (Type A ) MODIFIED R12-5 . WEIGHT LIMIT SYMBOL SIGN (Typo B) H -TRUCK TYPE 3 TIMBER HS -TRUCK (Add as required) 3S2 . (Add as required) PIGGYBACK (Add as required) Revised 1 -25 -99 LOCALLY OWNED BRIDGE INSPECTIONS: STRUCTURE ID 245- 5001-0 I LOCATION ID 245-00004X - 001.41E CR 4, Goshen Road over Spirit Creek This concrete bridge structure is in satisfactory condition but has up to 4.0 feet of scour at bent #2 and in the stream channel banks. These areas of scour damage should be repaired and the areas protected with rip rap. The deck joints throughout the structure have failed and should be cleaned and sealed. The telephone conduit on the side of the structure is not properly attached to the support brackets and should be repaired. STRUCTURE ID 245 - 5037 -0 / LOCATION ID 245 - 00008X- 002.60E CR 8, McDade Farm Road over Spirit Creek Tributary This concrete bridge culvert is in fair condition but has major channel bed scour at both the inlet and outlet ends of the structure. The inlet scour damage is 3.0 feet in depth, and the outlet scour at the end of the concrete apron is 5.0 feet deep. The outlet apron end has begun to undermine. All scour and undermining should be repaired with rip rap before serious structural damage can occur. Erosion behind the eastern inlet wing wall should also be repaired. Brush and other vegetation growing around the structure should be cut and removed. STRUCTURE ID 245 -0002 -0 1 LOCATION ID 245-00017X- 000.67S CR 17, Bennoch Mill Road over Spirit Creek Tributary This bridge culvert is in good condition with no reported deficiencies. STRUCTURE ID 245- 5066 -01 LOCATION ID 245- 00030X- 000.40E CR 30, McCombs Road Over McBean Creek Tributary This concrete culvert is in fair condition with channel bed scour at the end of the concrete apron at the inlet end of the structure. This scour damage is 1.5 feet in depth and should be repaired with rip rap to prevent possible undermining of the apron. Brush and other vegetation growing around the structure should be cut and removed. STRUCTURE ID 245 -5041-0 / LOCATION ID 245-00065X-003.15S CR 65, Windsor Springs Road over Butler Creek This concrete bridge structure is in satisfactory condition with no reported serious structural defects. However, the deck joints throughout the structure have failed and should be cleaned and sealed. Rip rap should be placed along the southern stream bank to prevent scour and erosion. Brush and other vegetation growing around the structure should be cut and removed. t *STRUCTURE ID 245 -0072 -0 1 LOCATION ID 245 - 00065X- 006.64S CR 65, Windsor Springs Road over. Spirit Creek At the present time, Post this structure for 11 Tons H- Truck; 11 Tons Type 3 Truck; 15 Tons Timber Truck; 12 Tons HS -Truck and 18 Tons Type 3S2 Truck. This structure requires posting due to the low original design capacity of the structure. A replacement structure is required to upgrade this structure to a point where posting is no longer required The following maintenance recommendations are provided to maintain this structure at the current rating. The deck joints at bents #2 and #3 have failed and should be cleaned and sealed. The approach shoulders are high and should be clipped down to allow proper drainage of the roadway. The approach roadway at both ends of the structure has some settlement and pot holes. The pot holes should be filled and the roadway leveled with the deck. *STRUCTURE ID 245 -0071-0 / LOCATION ID 245 -00065X - 009.065 CR 65, Windsor Springs Road over Norfolk/Southern Railroad At the present time, Post this structure for 14 Tons H- Truck; 15 Tons Type 3 Truck; 20 Tons Timber Truck; 17 Tons HS -Truck and 24 Tons Type 3S2 Truck. This structure requires posting due to insufficient shear and flexural capacity of the superstructure and intermediate bent caps. A replacement structure is required to upgrade this structure to a point where posting is not required The following maintenance recommendations are provided to maintain this structure at the current rating. Major erosion at both abutments should be repaired and the void beneath the cap and wing wall at the southern abutment should be filled. The deck joints throughout the structure have failed and should be cleaned and sealed. Dirt accumulated in the bridge gutters should be removed to allow proper drainage of the deck. Spalls on the concrete cap at bents #2 and #3 should also be repaired. The approach shoulders are high and should be clipped down to allow proper drainage of the roadway. STRUCTURE ID 245 - 5003 -0 / LOCATION ID 245-00066X -000.50N CR 66, Old US 1 over Butler Creek This concrete bridge structure is in fair condition with cracks in both abutments that should be sealed. Spells beneath the beam bearings at the northern abutment should be cleaned and sealed. Areas of delamination on the underside of spans #2 and #3 should also be repaired. The deck joints throughout the structure have failed and should be cleaned and sealed. Scour around bents #2 and #3 should be repaired with rip rap. The bridge railing and the south approach guardrail have incurred collision damage and should be repaired as well. 2 STRUCTURE ID 245 -5004-0 I LOCATION ID 245 - 00066X- 000.55N CR 66, Old US 1 over Butler Creek Overflow This bridge culvert is in fair condition with channel bed scour at both the inlet and outlet ends of the structure. The inlet scour damage is 3.5 feet in depth, and the outlet scour is 1.0 feet deep. The scour has undermined one of the northern wingwalls. This scour and undermining damage should be repaired with rip rap to prevent further undermining. Deteriorated areas in the top of barrel #2 should be sealed to protect the reinforcement steel from corrosion. "STRUCTURE ID 245 - 5005 -0 / LOCATION JD 245 -00124X -000.64N CR 124, Marks Church Road over Raes Creek At the present time, Post this structure for 11 Tons H- Truck; 10 Tons Type 3 Truck; 12 Tons Timber Truck; 15 Tons HS -Truck end 16 Tons Type 3S2 Truck. This structure requires posting due to the low original design capacity of the structure. A replacement structure is required to upgrade this structure to a point where posting is no longer required The following maintenance recommendations are provided to maintain this structure at the current rating. Scour has undermined the footing beneath the southern abutment and should be repaired and the area protected with rip rap. The timber sill beneath the northern abutment exhibits signs of advanced decay and should be scheduled for replacement. STRUCTURE ID 245 -0092-0 i LOCATION ID 245-00145X-000.91W CR 145, Milledgeville Road over Rocky Creek Tributary This bridge culvert is in good condition, but the excessive siltation within the barrels should be removed to allow proper stream flow through the structure. The channel at both ends of the structure should also be excavated to provide a better hydraulic section. STRUCTURE ID 245 -0091 -0 / LOCATION ID 245- 00145X -001.29W CR 145, Milledgeville Road over Rocky Creek This bridge culvert is in fair condition with channel bed scour at both the inlet and outlet ends of the structure. The inlet scour damage is 2.0 feet in depth, and the outlet scour at the apron end is 4.0 feet deep. The outlet apron bas undermined and the stream is flowing beneath the slab. All scour and undermining should be repaired with rip rap before serious structural damage can occur. The joint between the barrels and the apron should be cleaned and sealed. Drift accumulated at the culvert inlet should also be removed to prevent further scour damage. Cracking with efflorescence in the roof and walls of the culvert should be monitored for signs of further deterioration. Erosion behind the west inlet wing wall should also be repaired. Brush and other vegetation growing around the structure should be cut and removed. 3 STRUCTURE ID 245. 5036 -0 / LOCATION ID 245 -00199X- 001.18W CR 199, Lumpkin Road over Rock Creek Tributary This concrete bridge culvert is in satisfactory condition with up to 2.0 feet of channel bed scour at the inlet end of the structure. This area of scour damage should be repaired before undermining of the structure can occur. Construction forms left in place at the culvert inlet should be removed to reduce the possibility of additional scour. Drift accumulated at the culvert inlet also be removed; A small area of deteriorated concrete in barrel #1 should be repaired to protect the reinforcement steel from corrosion. STRUCTURE ID 245 -5059-0 /LOCATION ID 245 -00200X- 002.45N CR 200, Wheeless Road over Rocky Creek This bridge structure is in good condition with no reported serious structural defects. However, brush and other vegetation growing around the structure should be cut and removed. The deck joints throughout the structure have failed and should be cleaned and sealed. STRUCTURE ID 245 - 0105 -0 / LOCATION ID 245- 00200X -002.94N CR 200, Highland Avenue over CSX Railroad This concrete bridge structure is in fair condition but has erosion of the end fills at both abutment that should be repaired. Cracks with efflorescence in the concrete cap at bent #4 should be sealed to protect the reinforcement steel from corrosion. The deck joints throughout the structure have failed and should be cleaned and sealed. Vegetation at the north end of the structure should be removed. *STRUCTURE ID 245-0082 -0 / LOCATION ID 245-00371X-000.63S CR 371, North Leg over CSX Railroad At the present time, Post this structure for 19 Tons H- Truck; 18 Tons Type 3 Truck and 24 Tons Timber Truck This structure requires posting due to insufficient shear capacity of the concrete intermediate bent caps. An upgrade of the load carrying capacity would require post - tensioning of the caps at bents #2 and #5. The following maintenance recommendations are provided to maintain this structure at the current rating. Erosion of the end fills at both abutments should be repaired. The deck joints throughout the structure have failed and should be cleaned and sealed. Cracks throughout the bridge deck as well as cracks in one of the columns in bent #4 should be sealed to protect the reinforcement steel from corrosion. Spalls in one of the columns at bent #3 and both of the columns at bent #4, should be monitored for signs of further deterioration. • Spalls in the cap at bents #2, #4 and #5 should be repaired. Collision damage to the concrete railing and post in span #4, and at least one handrail post at bent #2, should also be repaired. STRUCTURE ID 245.5028-0 / LOCATION ID 245- 00443X -000.06E CR 443, Eagles Way over Oats Creek Tributary This concrete bridge structure is in fair condition with cracks in the superstructure deck slab units. These cracks should sealed to protect the reinforcement steel from corrosion. STRUCTURE ID 245 -5006-0 l LOCATION ID 245- 00447X -000.88N CR 447, Dyer Street over Oats Creek This bridge culvert is in good condition with no reported serious structural defects. However, cracking and efflorescence in barrels #1 and #3 should be monitored for signs of further deterioration. STRUCTURE ID 245 -0103 -01 LOCATION ID 245 -00453X -000.68S CR 453, Grand Boulevard over Oats Creek This concrete bridge structure is in fair condition with no reported serious structural defects. However, cracking on the underside of span #1 should be monitored for signs of further deterioration. STRUCTURE ID 245. 5008 -0 / LOCATION ID 245- 00463X-000.08N CR 463, Athens Street over Oats Creek This bridge structure is in fair condition with corrosion of the steel substructure piles. The steel piles at bent #2 should be cleaned and painted. All of the piles in the stream channel should be further protected with reinforced concrete encasements that extend from the paved channel to a point 2 feet above normal water. The deck joint at bent #2 has failed and should be cleaned and sealed. Some of the spacer blocks behind the rails of the approach guardrail are missing and should be replaced. STRUCTURE ID 245 =5009-0 / LOCATION ID 245-00465X-000.07S CR 465, Boykin Place over Oats Creek This bridge culvert is in good condition with no reported deficiencies. STRUCTURE ID 245 -0109 -0 1 LOCATION ID 245 -00475X -000.31E CR 475, Laney Walker Boulevard over Hawk's Gully This bridge culvert is in satisfactory condition but has items in need of repair. Water is leaking through the construction joints in each of the barrels. These joints should be sealed. Deteriorated areas in the top of barrels #1 and #2 should be sealed to protect the reinforcement steel from corrosion. The accumulated silt in the stream channel, as well as in the barrels, should be removed to allow proper stream flow through the structure. STRUCTURE ID 245 -5010-0 / LOCATION ID 245- 00476X -001.22S CR 476, New Savannah Road over Oats Creek This concrete bridge structure is in good condition with no reported serious structural defects. However, dirt accumulated in the bridge gutters should be removed to allow proper drainage of the deck. The aluminum handrail on the right side is missing and should be replaced. 5 *STRUCTURE ID 245 -0080 -0 t LOCATION ID 245-00486X- 001.09N CR 486, Berckman Road over Raes Creek At the present time, Post this structure for 11 Tons H- Truck; 11. Tons Type 3 Truck; 14 Tons Timber Truck; 12 Tons HS -Truck and 18 Tons Typo 3S2 Truck This structure requires posting due to insufficient flexural capacity of the superstructure and intermediate bent caps in the original section. A replacement structure is required to upgrade this structure to a point where posting is not required The following maintenance recommendations are provided to maintain this structure at the current rating. Cracks in the old portions of both abutments and in the caps of the intermediate bents. should be cleaned and sealed. Settlement of the end roll and beneath the cap of the southern abutment should be repaired to protect the foundation piles. The deck joints have failed and should be cleaned and sealed. STRUCTURE ID 246 -0087-0 / LOCATION ID 245-00516X-000.86N- CR 516, Lake Shore Loop over Lake Olmstead This bridge structure is in satisfactory condition but has spans in the cap at bent #4 under beam #4. These spans should be repaired. The encasements of piles #4 and #6 at bent #3 are undermined and should be extended downward to a point 2 feet below the existing mud line. Erosion in the southern approach shoulders should also be corrected. The deck joints throughout the structure have failed and should be cleaned and sealed. STRUCTURE ID 245 - 5029-0 / LOCATION ID 245- 00600X -001.43N CR 600, Boy Scout Road over Raes Creek This concrete bridge structure is in satisfactory condition but has cracking and efflorescence in the cap at bent #2. These cracks should be sealed to protect the steel reinforcement from corrosion. The deck joints throughout the structure have failed and should be cleaned and sealed. Cracking in the asphalt overlay should be monitored for further deterioration. STRUCTURE ID 245- 0086 -0 / LOCATION ID 245-00601X-001.71W CR 601, Wheeler Road over Raes Creek This corrugated metal pipe culvert is in good condition. The construction joints connecting the elliptical pipe extensions to the existing round pipes should be closely monitored for erosion at each location. The stream channel at both ends of the structure should be excavated to provide a better hydraulic section. STRUCTURE ID 245 -5033-0 / LOCATION ID 245-00606X-001.71E CR 606, Ingleside Drive over Raes Creek Tributary • This bridge culvert is in good condition with no reported deficiencies. 6 *STRUCTURE ID 245 -5012-0 / LOCATION ID 245 -00627X -000.39N CR 627, Scotts Way over Rees Creek At the present time, Post this structure for 11 Tons H- Truck; 11 Tons Type 3 Truck; 16 Tons Timber Truck; 14 Tons HS -Truck and 19 Tons Type 3S2 Truck. This structure requires posting due to the low original design capacity of the. structure. A replacement structure is required to upgrade this sfructure too point where posting is no longer required The following maintenance recommendations are provided to maintain this structure at the current rating. The deck joints throughout the structure have failed -and should be cleaned and sealed. Voids beneath the southern right and northern left spillways should be repaired to prevent undermining of the roadway. The bridge handrail posts throughout the structure are corroded and should be cleaned and painted. Spells in the caps at both abutments, in the bearing areas of the superstructure components, and in the southern left end post should be monitored for further signs of deterioration: STRUCTURE ID 245 - 5043 -01 LOCATION ID 245 -00677X -000.87N CR 677, Ramsgate Road over Raes Creek This concrete bridge structure is in good condition with no reported deficiencies. STRUCTURE ID 245 - 5025 -0 1 LOCATION ID 245-00683X -000.48S CR 683, Columbia- Nitrogen Road over CSX Railroad This concrete bridge structure is in satisfactory condition but has erosion at both abutments that has exposed the foundation piles. These piles should be covered to protect them from corrosion. The erosion in the end fills at both abutments should also be corrected. The deck joints throughout the structure have failed and should be cleaned and sealed. Dirt and debris in the deck gutters and catch basins should be removed to allow proper drainage. The guardrail has incurred some collision damage and should also be repaired. The guardrail cushion blocks are split and should be replaced as well. Erosion in the northern shoulders should be repaired. The deck joints have failed and should be cleaned and sealed. STRUCTURE ID 245 - 5067 -01 LOCATION ID 245 -00683X -001.59S CR 683, Col- Nitrogen Drive Over Unknown Creek . This bridge culvert is in good condition with no reported deficiencies. STRUCTURE ID 245 -5031-0 / LOCATION ID 245 -00804X- 000.70S CR 804, Augusta West Parkway over Rees Creek This bridge culvert is in satisfactory condition but has an excessive amount of silt accumulated within barrel #1. This obstruction should be removed to allow proper stream flow through the structure. The stream channel at both ends of the structure should be excavated to provide a better hydraulic section. The storm drain pipe located in the southern outlet wing wall has major corrosion and section loss and should be replaced before serious undermining of the structure can occur. 7 STRUCTURE ID 245 - 5034-01 LOCATION ID 245-00823X -000.05S CR 823, Ashland Drive over Raes Creek Tributary This bridge culvert is in good condition with erosion behind the southern inlet wingwail. This erosion should be repaired. STRUCTURE ID 245 -5035-0 I LOCATION ID 245 -00823X -000.72S CR 823, Henderson Drive over Raes Creek Tributary This bridge culvert is in good condition with no reported deficiencies. STRUCTURE ID 245-0106-01 LOCATION ID 245 - 01408X- 000ti78N CR 1408, Olive Road under CSX Railroad This non - roadway railroad structure has been inspected for clearance purposes only. The minimum vertical clearance is substandard and requires posting. Our records indicate the minimum vertical clearance to be 10' -08 ". At the present time, the county should verify this clearance and post this structure in accordance with the Manual on Uniform Traffic Control Devices (current edition) Low Clearance Sign. Inspection of the structural components is the responsibility of the owner. STRUCTURE ID 245 -0074-0 1 LOCATION ID 245 -01499X -000.30E CR 1499, Fifteenth Street over Augusta Canal This concrete bridge structure is in fair condition with general age deterioration throughout. Repairs performed by Augusta - Richmond County have addressed previously reported structural deficiencies. However, additional areas have begun to deteriorate. Spilled areas, with exposed steel reinforcement, throughout the structure should be repaired. STRUCTURE ID 245-0075.01 LOCATION ID 245 - 01499X- 000.47E CR 1499, Fifteenth Street over Hawks Gully This concrete arch with a brick veneer is in fair condition. However, the sidewalk and sidewalk supports have spans with exposed reinforcement and severe cracking. The cracks and spalls should be cleaned and sealed to protect the reinforcement steel from corrosion. The brick handrail has incurred collision damage and should be repaired. Brush and other vegetation growing around the structure should be cut and removed. STRUCTURE ID 245 - 5038 -0 ! LOCATION ID 245 - 01508X- 000.21S CR 1508, Lock & Dam Road over Butler Creek This concrete bridge structure is in good condition with no reported serious structural defects. However, the approach roadway has settled and should be leveled with the deck. 8 *STRUCTURE ID 245 -5022-0 /LOCATION ID 245 -01515X- 002.17W CR 1515, Willis Foreman Road over Spirit Creek Post for 10 Tons, Type A Sign. This structure requires posting due to the low original design capacity of the structure. A replacement structure is required to upgrade this structure to a point where posting is no longer required The following maintenance recommendations are provided to maintain this structure at the current rating. 'Piles #1, #3 & #4 at bent #2, piles #1 & #2 at bent #5, and piles #2, #3 & #4 at bent #6 are in poor condition and should be scheduled for replacement to avoid future load reductions. The steel beams exhibit signs of corrosion and should be cleaned and painted. The deck joints throughout the structure have failed and should be cleaned and sealed. STRUCTURE ID 245 -0077 -0 / LOCATION ID 245-01516X-002.55N CR 1516, Old Waynesboro Road over Little Spirit Creek This bridge culvert is in good condition with no reported serious structural defects. However, cracking in the northern outlet wing wall should be monitored for signs of further deterioration. *STRUCTURE ID 245 -0078-0 / LOCATION ID 245 -01516X- 006.52N CR 1516, Old Waynesboro Road over Spirit Creek At the present time, Post this structure for 18 Tons H- Truck; 16 Tons Type 3 Truck and 24 Tons Timber Truck. This structure requires posting due to insufficient shear and flexural capacity of the superstructure. A replacement structure is required to upgrade this structure to a point where posting is not required The following maintenance recommendations are provided to maintain this structure at the current rating. The steel piling exhibit signs of corrosion and should be cleaned and painted. The concrete encasements of piles #3 and #4 at bent #4 and all of the encasements at bent #5 are undermined. These encasements should repaired with rip rap up to an elevation 2 feet above the bottom of the encasaements. Scour around bent #6 should also be repaired with rip rap. The deck joints throughout the structure have failed and should be cleaned and sealed. Spans in the right side handrail overhang in span #6 should be repaired. The southern guardrail has incurred collision damage and should be repaired as well. The rip rap dam located in the channel upstream of the structure should be removed. STRUCTURE ID 245-0104 -0 /LOCATION ID 245 -01615X -000.38N CR 1615, Old Savannah Road over Oats Creek This concrete bridge structure is in fair condition with deterioration of the concrete components. Minor spalls in the concrete retaining wall panels at both abutments and in the concrete piles at bent #2 should be monitored for signs of further deterioration. Cracking in the bottom of the slab in span #2 and in the cap at abutment #1 should be monitored for signs of further deterioration. 9 STRUCTURE ID 245- 5021-0 J LOCATION ID 245-02417X - 000.92E CR 2417, Eve Street over Augusta Canal This bridge structure is in fair condition except for damage to the bearing assembly anchor bolts. The anchor bolts of beam #4 at bent #2 and of all beams at the east abutment have sheared and should be replaced. The deck joints throughout-the structure have failed and should be cleaned and sealed. The western approach should be leveled to reduce impact forces acting upon the structure. The void at the catch basin and sidewalk at the eastern end of the structure should be repaired. STRUCTURE ID 245 -0110-0 / LOCATION ID 245 -02470X -001.48N CR 2470,12th Street over Hawks Gully This brick arch culvert is in satisfactory condition with no reported deficiencies. STRUCTURE ID 245-0093-0 / LOCATION ID 245 - 02472X- 000.46S CR 2472, 11th Street over Hawks Gully This concrete arch structure with a brick veneer is in fair condition with cracking and efflorescence from the brick mortar joints throughout the structure. These cracks should be cleaned and sealed. STRUCTURE ID 245 -5071-0 / LOCATION ID 245 -02476X-000.73S M 7048, CR 2476, 8th Street over Hawks Gully This bridge structure is in good condition with no reported deficiencies. STRUCTURE ID 245 -5073-0 / LOCATION ID 245- 02477X -000.86N M 7047, CR 2477, James Brown Blvd over Hawks Gully This concrete box culvert is in good condition with no reported deficiencies. STRUCTURE ID 245 - 5015 -0 / LOCATION ID 245- 02480X -000.16N CR 2480, Goodrich Road over Canal Spillway This bridge structure is in poor condition due to advanced corrosion and section loss in the steel components of both the superstructure and deck. The section loss in the beams is primarily concentrated in the bearing areas of both abutments. The metal railing throughout the structure is corroded. All areas of section loss should be cleaned and properly cover plated. The metal components throughout the structure should be cleaned and painted. Debris accumulated around the bearings at the abutments should also be removed to reduce the corrosive environment. to *STRUCTURE ID 245 - 5016 -0 I LOCATION ID 245-02480X- 000.35N CR 2480, Goodrich Road over Canal Spillway At the present time, Post this structure for 17 Tons H- Truck; 17 Tons Type 3 Truck and 21 Tons Timber Truck. This structure requires posting due to insuf/kient, flexural capacity of the superstructure. A replacement structure is required to upgrade this structure to a point where posting is not required The following maintenance recommendations are provided to maintain this structure at the current rating. The steel beams, bearing assemblies, and anchor bolts . throughout the structure are corroded and should be cleaned and painted. The deck joints throughout the structure have failed and should be cleaned and sealed. Cracks and deteriorated areas on the top and underside of the concrete deck should be repaired. Dirt accumulated on the caps and around the bearings should also be removed. STRUCTURE ID 245 - 5019 -0 l LOCATION ID 245 - 02480X- 001.03N CR 2480, Goodrich Road over Canal Spillway This bridge structure is in poor condition with serious conditions in the superstructure and substructure. The southern masonry abutment is breaking apart and should be repaired immediately. Failure to perform immediate repairs could result in a substantial reduction in load capacity. The steel beams exhibit'signs of corrosion and advanced section loss. The steel beams should be cleaned, cover plated in areas of section loss, and painted. Spells and cracks in the concrete handrail at both ends of the structure should also be repaired. Dirt and debris accumulated on the bridge deck should be removed to allow proper drainage of the deck. STRUCTURE ID 245 - 5020 -0 1 LOCATION ID 245- 02480X -001.20N CR 2480, Goodrich Road over Canal Spillway This bridge structure is in fair condition with corrosion of the steel superstructure members. The steel beams throughout the structure should be cleaned and painted. The deck joint at bent #2 has failed and should be leaned and sealed. Dirt and debris accumulated in the bridge gutters should be removed to allow proper drainage of the deck. Random cracking in the deck should also be cleaned and sealed. The handrail in span #2 has incurred collision damage and should be repaired. STRUCTURE ID 245- 0113 -0 LOCATION 'ID 245 - 02509X- 000.47W CR 2509, Walton Way over Norfolk/Southern Railroad and CR 2483 6th Street This concrete bridge structure is in good condition, but has items in need of repair. The deck joint at the west end of the structure has failed and should be cleaned and sealed. The spelled area at the western abutment joint should also be repaired. Spelling and delamination of the cheek walls, cap at the eastern abutment, handrail at the eastern abutment and the sidewalk over the approach slab should be repaired as well. STRUCTURE ID 245-0072 -01 LOCATION ID 245 -02509X -000.80W M 7027, CR 2509, Walton Way over Hawks Gully This bridge structure is in good condition with no reported deficiencies. 11 STRUCTURE ID 245- 0101 -0 1 LOCATION ID 245 -02662X- 000.11W CR 2662, Greene Street over Hawks Gully This bridge culvert is in fair condition with cracking in both inlet wing walls. The cracks should be sealed to protect the reinforcement-steel from corrosion. Brush and other vegetation growing around the structure should be cut and removed. STRUCTURE ID 245 - 5076 -0 / LOCATION ID 245 -02662X -000.33W 07065, CR02662, GREENE STREET Over HAWKS GULLY TRIB This culvert is in good condition for the age of structure with only minor cracks between some brickwork which should be monitored for signs of further deterioration. STRUCTURE ID 245 -0027 -0 / LOCATION ID 245 -02678X -000.08S CR 2678, Broad Street over Race Creek This bridge structure is in fair condition with general deterioration throughout the entire structure, primarily due to age. Cracks in the sidewalks, bridge railing, and beams #1 and #6 in span #1 should be sealed. STRUCTURE ID 245 - 5060 -0 / LOCATION ID 245 -02683X- 000.05E CR 2683, Nowell Drive over Augusta Canal This bridge structure is in good condition. However, the deck joints throughout the structure have failed and should be cleaned and sealed. Silt accumulated in the stream channel should be removed. One of the fence posts has broken loose from the structure and should be repaired. *STRUCTURE ID 245 -0102 -0 / LOCATION ID 245 -02688X -000.18N CR 2688, 7th Street over Augusta Canal At the present time, Post this structure for 13 Tons H- Truck; 16 Tons Type 3 Truck; 21 Tons Timber Truck and 25 Tons Type 3S2 Truck. This structure requires posting due to the low original design capacity of the structure. A replacement structure is required to upgrade this structure to a point where posting is no longer required The following maintenance recommendation is provided to maintain this structure at the current rating. Extensive cracking in the abutments and in bent #2 should be sealed. 12 STRUCTURE ID 245. 0094 -0 / LOCATION ID 245 - 02694X- 000.19N CR 2694, 5th Street over Savannah River This bridge structure is in poor condition with corrosion and section loss of the steel superstructure. The section loss and corrosion at the pin connections should be closely monitored. The steel superstructure components throughout the structure should be cleaned and painted. Several anchor bolt retrofits to beam #4 in span #8 have sheared and should be replaced. A crack in the web abeam #4 in span #8 and a crack in stringer #1 at floorbeam #6 in span #4 should be repaired. The rocker bearing nuts of beams #3 and #4 at bent #7, are loose and should be tightened. One of the concrete sidewalk supports at the southern abutment has spelled, broken, and should be repaired. Spalls in the deck curb in span #8 and the cap at bent #12 should also be repaired. The hand railing in spans #3, #9, and #I0 has incurred collision damage and should be repaired. The concrete end dam at the southern abutment, spans #3, #4 and bent #11 are spalled and should be sealed. The deck joints throughout the structure have failed and should be cleaned and sealed. Furthermore, the void under the northern end post should be repaired. Brush and other vegetation growing around the northern end of the structure should be cut and removed. STRUCTURE ID 245- 5030 -0 / LOCATION ID 245-0 2695X- 000.44N CR 2695, Molly Pond Road over Oats Creek This concrete bridge structure is in good condition with no reported serious structural defects. However, portions of the metal bridge railing are missing and should be replaced. Dirt and debris accumulated in the bridge gutters should be removed to allow proper drainage of the deck. Cracking and efflorescence in the southern abutment cap should be monitored for signs of further deterioration. STRUCTURE ID 245-0026-0 I LOCATION ID 245 -02720X - 000 ;12E CR 2720, Broad Street over Rees Creek This bridge structure is in fair condition with corrosion of the steel superstructure components. The steel beams and bearings throughout the structure should be cleaned and painted. Spells in the end walls at the abutments, and in. the edge beams at bents #2 and #3, should be repaired. The deck joints throughout the structure have failed and should be cleaned and sealed. Extensive cracks throughout the concrete deck and in the sidewalk should also be sealed. Spalls in the concrete deck surface of spans #2 and #3 should be repaired to protect the reinforcement steel from corrosion. Dirt accumulated on the substructure caps should be removed. The catch basins are also clogged with dirt and debris which should be removed. 13 STRUCTURE ID 245.0025-0 I LOCATION ID 245- 02720X -001.35E CR 2720, Broad Street over Augusta Canal This bridge structure is in fair condition with corrosion of the steel superstructure members. The steel beams and bearings should be cleaned and painted. The anchor bolts of beams #1 and #10 at both abutments have section loss and should be cleaned, inspected and repaired. Extensive cracks in the concrete caps and columns throughout'the structure should be sealed. Spalls in the sidewalk at bent #2 should also repaired. Exposed reinforcement steel in the sidewalks and end walls should be cleaned and sealed to inhibit corrosion. The deck joints throughout the structure have failed and should be cleaned and sealed. Dirt accumulated on the substructure caps should be removed. Two utility poles, that are mounted on the sidewalk, have incurred collision damage and should be repaired. STRUCTURE ID 245- 0024 -0 / LOCATION ID 245r02720X -001 CR 2720, Broad Street over Hawks Gully This bridge structure is in fair condition but has severe scour at both abutments that should be repaired. Approximately 4 feet of scour at the east abutment has exposed 13 of the steel foundation piles. The scour extends past the abutments, beneath the approach roadway, and should be repaired. Both banks should be rebuilt and protected with rip rap to prevent loss of fill and possible failure of the roadway. Old abutments, from a previous structure, are leaning toward the creek. If these old abutments collapse, at least 3 flood gates will be blocked and more severe scour could occur. The old walls should be closely monitored for signs of further distress. Erosion at the eastern abutment wing wall should also be repaired. The steel beams throughout the structure are corroded and should be cleaned and painted. The deck joints have failed and should be cleaned and sealed. Drift at the flood gates should be removed to prevent further accumulation and scour. STRUCTURE ID 245 -5014-0 l LOCATION ID 245-02774X -000.05E CR 2774, Fenwick Street over Augusta Canal This widened bridge structure is in poor condition due to deterioration throughout the concrete deck and superstructure. Concrete spalls have exposed the reinforcement steel in both the concrete deck slab and the concrete beams of the original bridge. These spans should be repaired to protect the reinforcement from corrosion. 14 Other Structures not owned or maintained by the Local Government STRUCTURE ID 245 -5026-0 / LOCATION ID 245- 02458X -000.0 CR 2458, Harper Street under Pedestrian overpass • This non - roadway (pedestrian) structure has been inspected for .clearance purposes only. The minimum vertical clearance does not require posting. Inspection of the stinct n l components is the responsibility of the owner. STRUCTURE ID 2454032-0/ LOCATION ID 245 - 02458X- 000.12E CR 2458, Harper Street under Building This non- roadway (pedestrian) structure has been inspected for clearance purposes only. The minimum vertical clearance does not require posting. Inspection of the structural components is the responsibility of the owner. STRUCTURE ID 245 -0112-0 / LOCATION ID 245- 02652X -000.09E CR 2662, Laney Walker under Pedestrian overpass This non - roadway ( pedestrian) structure has been inspected for clearance purposes only. The minimum vertical clearance does not require posting. Inspection of the structural components is the responsibility of the owner. 15 CONSULTANT SERVICES AGREEMENT BERCKMANS ROAD WIDENING REALIGNMENT AND BRIDGE REPLACEMENT PROJECT NUMBER: N/A BETWEEN AUGUSTA, GA ENGINEERING DEPARTMENT AND POND & COMPANY This Agreement is made and entered into this day of , 2012 by and between Augusta, Georgia, hereinafter called the "CITY" and POND & COMPANY 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 preparation of preliminary and final plans in accordance with Augusta- Richmond County Plan Presentation Guide for addressing realignment and operational improvements of Berckmans Road between Washington Road and Wheeler Road Whereas, the CONSULTANT has represented to the CITY that it is experienced and qualified to provide the services contained herein and the CITY has relied upon such representation. Now, therefore, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULTANT that the CONSULTANT shall provide the design services of the Project. DESIGN CRITERIA The following publications shall be used as the basis for the engineering design services contained herein: Georgia Department of Transportation Standard Manuals and Specifications for the Construction of Roads and Bridges, current editions, and supplements thereto; American Association of State Highway and Transportation Officials (AASHTO) Manuals for Arterial Streets, Rural, Urban, and Interstate Highways, Manual on Uniform Traffic Control Design, (MUTCD) Development Documents, The Augusta Utilities Design Standards and Construction Specifications, current edition. The CONSULTANT shall gather from the CITY all available data and information pertinent to the performance of the services for the Project. The CITY shall have the final decision as to what data and information is pertinent. The CONSULTANT shall ensure that the data and information meet applicable standards as specified herein. The CONSULTANT shall report in writing any discovery of errors or omissions contained in the data and information furnished by the CITY. The CONSULTANT shall visit and become familiar with the Project site and shall become acquainted with local conditions involved in carrying out this Agreement. The CONSULTANT may request that a representative of the CITY be present during the site visit. The CONSULTANT shall recommend and secure the CITY's written approval of, the manner of project plans presentation and the methods to be used in the plan preparation so that these plans can be best utilized, as determined by the CONSULTANT and approved by the CITY, in the orderly preparation of the detailed construction contract plans, specifications, and contracts. The AED Plans Preparation Guidelines, current edition, shall be utilized in the production of plans for the project. Upon receipt of the CITY's written approval of the manner of the project plan presentation and methods of plan preparation, the CONSULTANT shall proceed with implementation of plan preparation. 2 AED CSA - Berckmans Road Widening Realignment & Bridge Replacement AMOUNT OF CONTRACT It is agreed that the compensation hereinafter specified to perform the services (see Scope of Services) required by this Agreement includes both direct and indirect costs chargeable to the project. Augusta Engineering Department Engineering Services: Concept Development $198,261.42 Database Preparation $138,123.00 Environmental Documentation $15,066.80 TOTAL: $351,451.22 Preliminary Plans TBD Right -of -way Plans TBD Final Plans TBD 3 AED CSA - Berckmans Road Widening Realignment & Bridge Replacement IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below. Executed on behalf of CONSULTANT RECOMMEND FOR APPROVAL: POND & COMPANY: Consultant Firm Representative Approved: Date: Z• I3.12- [ATTACHED CORPORATE SEAL] ATTEST: Title: &, Via- Pr f IG(,e4 CITY OF AUGUSTA, GEORGIA: n Honorable Deke Copenhaver, Mayor Ikl 4 Approved: Date: [ATTACHED CORPORATE SEAL] AED CSA - Berckmans Road Widening Realignment & Bridge Replacement ACCURACY OF WORK CONSULTANT SERVICES AGREEMENT BERCKMANS ROAD WIDENING - REALIGNMENT AND BRIDGE REPLACEMENT PROJECT NUMBER: XXX- XX -XXXX GENERAL CONDITIONS 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 improvements provided for by the plans created by the Consultant under this agreement or during any phase of work performed by others based on data created by the CONSULTANT under this Agreement, the CONSULTANT shall confer with the CITY for the purpose of interpreting the information created by the consultant and to correct any errors or omissions made by the consultant. The CONSULTANT shall prepare any plans or data required by the CITY to correct the consultant errors or omissions. The above consultation, clarification, or correction shall be made without added compensation to the CONSULTANT. The CONSULTANT shall give immediate attention to these changes so there will be a minimum of delay to others. ASSIGNABILITY The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the CITY. AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary, the CONSULTANT shall make available to the CITY and /or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agreement. It shall also permit the CITY and /or representative of the audit, examine and make copies, excerpts or transcripts from such records of personnel, conditions employment and other data relating to all matters covered by this Agreement. 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 - Berckmans Road Widening - Realignment & Bridge Replacement 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 the Consultant's receipt of payment in full for its services under 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. The CITY's use or modification of any of the CONSULTANT's work product for anything other than the project that is the subject of this Agreement without the CONSULTANT's written consent shall be at the CITY's sole risk. CONSTRUCTION MANAGER The Construction Manager or his duly appointed representative(s) shall act as the Liaison Engineer between the CONSULTANT and the CITY and all utilities, and authorities or governments whose properties will be affected. The CONSULTANT shall arrange for conferences, for exchanges of data and information, and for necessary approvals. All correspondence, data, information, and reports shall be directed to the Construction Manager to provide for proper distribution to the parties concerned. All conferences, including telephone conversations and decisions, shall be reduced to writing by the CONSULTANT and at least two (2) copies shall be forwarded to the Construction Manager within seven (7) calendar days of the event. The CONSULTANT shall meet with the CITY for review of the work or submit in writing a project status update on a monthly basis or as determined by the CITY. The Construction Manager will expedite any necessary decisions affecting the performance of the CONSULTANT's Agreement, but the CONSULTANT shall not make use of the GC3 AED CSA - Berckmans Road Widening - Realignment & Bridge Replacement Construction Manager's services on trivial or minor matters normally to be decided by the CONSULTANT. If the project includes work for Augusta Utilities, an AU Liaison Engineer will act in the same capacity as the AED Construction Manager does for the roadway design work. Both the AU Liaison Engineer and the AED Construction Manager shall be copied on all correspondence including documented phone conversations and minutes of meetings. The CONSULTANT shall coordinate directly with the AU Liaison Engineer on matters directly related to water and sewer work. CONSULTANT COORDINATION The CONSULTANT shall cooperate fully with the Georgia Department of Transportation, Federal Highway Administration, consultants on adjacent projects, consultants for final bridge plans, municipalities and local government officials, utility companies, railroads, and others, as may be directed by the CITY. Such cooperation shall include attendance at meetings, discussions, and hearings, as may be requested by the CITY, furnishing plans and other data produced in the course of work on the Project, as maybe 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. GC4 AED CSA - Berckmans Road Widening - Realignment & Bridge Replacement This Agreement shall nevertheless automatically be renewed unless the CITY provides written notice to the CONSULTANT of its intention to terminate the Agreement at least thirty days prior to the close of the calendar year for which the Agreement is presently effective between the parties and /or has been renewed by the CITY. This Agreement shall obligate the CITY solely for those sums payable during the initial term of execution or in the event of renewal by the CITY for those sums payable in such individual renewal terms. Notwithstanding the foregoing language, the CONSULTANT agrees to continuously render the professional services specified by the Agreement to the CITY for such terms or renewal terms as are effective pursuant to this Agreement and for which the CITY agrees to pay in accordance with the terms of the Agreement or any future amendments thereto. The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any non - disputed services under this Contract up to the time of termination. COORDINATION WITH THE NATIONAL GEODETIC SURVEY If a National Geodetic Survey control point is found during the surveying phase, it is to be identified and brought to the attention of the Construction Manager. If it is to be affected based on the proposed design, at the direction of the Construction Manager, the CONSULTANT shall contact the National Geodetic Survey (NGS) advisor at the Georgia Department of Community Affairs (DCA) and request data on geodetic control points during the preliminary evaluation phase of project design. (Address: NGS c/o DCA, 1200 Equitable Building; Atlanta, Georgia 30303. Telephone: 404 - 656 -5527, FAX: 404 -656- 9792. CONSULTANT shall provide the NGS Advisor with a clear copy of the pertinent USGS 7.5' Quad sheet(s) showing the project location. Preliminary information, even in rough outline, is sufficient to allow the advisor to determine impact of the proposed project on NGS and USGS control points. Continued coordination with the advisor to relocate and /or preserve affected control points will be maintained throughout the project life. This coordination shall be implemented as soon as possible after receipt of Notice to Proceed by the CITY. COORDINATION WITH UTILITIES Where privately, publicly or cooperatively owned utility companies will require rearrangements in connection with the proposed construction, the CONSULTANT shall furnish prints or reproducible for the utility owners as directed by the CITY and check the utilities' submitted plans for avoidance of conflicts with the road construction details or with the facilities of other utilities. This may require numerous submittals to the utility companies. The CONSULTANT shall also submit a final set of construction plans to all utilities. The CONSULTANT shall make no commitments with the utilities which are binding upon the CITY. GCS AED CSA - Berckmans Road Widening - Realignment & Bridge Replacement If the project includes work for the Augusta Utilities (AU), the CONSULTANT shall research all records and act on behalf of the AU to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the road construction details or with the existing or proposed facilities of other utilities. COVENANT AGAINST CONTINGENT FEES The CONSULTANT shall comply with the relevant requirements of all Federal, State, County, or local laws. The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the 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, Attention: Construction Manager, or at such other place or places as may be subsequently designated by written notice to the CONSULTANT. All written notices, demands, and other papers or documents to be delivered to the CONSULTANT under this Agreement shall be directed to or at such a place or places subsequently to be designated in writing by the CONSULTANT to the CITY. 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. GC6 AED CSA - Berckmans Road Widening - Realignment & Bridge Replacement 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 INSURANCE Prior to beginning work, the CONSULTANT shall obtain and furnish certificates to the CITY for the following minimum amounts of insurance: A. Worker's Compensation Insurance in accordance with the laws of the State of Georgia. B. Commercial General Liability in an amount not less than Three Hundred Thousand ($300,000) Dollars per occurrence for claims arising out of bodily injury and property damage, with an aggregate limit of Three Hundred Thousand ($300,000) Dollars. C. 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. D. Professional Liability Insurance in an amount of $1,000,000.00. PERSONNEL The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel necessary to complete this agreement, none of whom shall be employees of, or have any contractual relationship with the CITY. Primary liaison with the CITY will be through its designee. If the project includes AU work, the CONSULTANT shall identify, in writing, a water /sewer project manager responsible for direction and coordination of this portion of the project. All of the services required hereunder will be performed by the CONSULTANT under his supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under law to perform such services. All professional personnel, including subcontractors, engaged in performing services for the CONSULTANT under this agreement shall be indicated in a personnel listing attached hereto as Exhibit "A" and incorporated herein by reference. No changes or substitutions GC7 AED CSA - Berckmans Road Widening - Realignment & Bridge Replacement shall be permitted in the CONSULTANT's key personnel as set forth herein without the prior written approval of the Director or his designee. The CONSULTANT shall employ in responsible charge of supervision and design of the work only persons duly registered in the appropriate category; and further shall employ only qualified surveyors in responsible charge of any survey work. To the extent required by the Georgia State Board of Registration for Professional Engineers and Land Surveyors, the CONSULTANT shall endorse reports, contract plans, and survey data created by the consultant under this agreement. Such endorsements shall be made by a person duly registered in the appropriate category by the Georgia State Board of Registration for Professional Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for the work prescribed by this agreement. RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULTANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, 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 CONSULTANT to submit progress reports and /or plans shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies with the CITY's request in this regard. The CITY's review recommendations shall be incorporated into the plans by the CONSULTANT. RIGHT TO ENTER The CONSULTANT shall notify all property owners or occupants of the intent to enter properties for the purpose of accomplishing surveys or other field investigations in accordance with the practices of the CITY. The CONSULTANT shall discuss with and receive approval from the Augusta Engineering Department prior to sending said notices of GC8 AED CSA - Berckmans Road Widening - Realignment & Bridge Replacement intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the necessary documents identifying the CONSULTANT as being in the employ of the CITY for the purpose described in the Agreement. If the property owner or occupant denies the CONSULTANT permission to enter, such incident will be reported to the CITY and the CITY will initiate such action as is dictated by current policy and procedure. SUBCONTRACTING The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. The CITY will not approve any subcontractor for work covered by this Agreement that has not been recommended for approval the Construction Manager. All subcontracts in the amount $5,000 or more shall include, where possible, the provisions set forth in this Agreement. SUPERVISION AND CONTROL The CONSULTANT shall perform its services under such control and supervision by the CITY, as the CITY may deem appropriate. GC9 AED CSA - Berckmans Road Widening - Realignment & Bridge Replacement G E%G R G I A NOTICE TO ALL BIDDERS Rev. 3/24/2011 (PLEASE READ CAREFULLY) ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS PLEASE READ CAREFULLY: Attachment B is a consolidated document consisting of: 1. Business License Number Requirement (must be provided) 2. Acknowledgement of Addenda (must be acknowledged, if any) 3. Statement of Non - Discrimination 4. Non - Collusion Affidavit of Prime Bidder /Offeror 5. Conflict of Interest 6. Contractor Affidavit and Agreement (E- Verify User ID Number must be provided) Attachment B Must be Notarized & all 3 Pages Must be returned with your submittal - No Exceptions. Business License Requirement: Contractor must be licensed in the Governmental entity for where they do the majority of their business. Your company's business license number must be provided on Page 1 of Attachment B. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain an Augusta Richmond County business license if awarded a Bid /RFPIRFQ. For further information contact the License and Inspection Department @ 706 312 -5162. Acknowledgement of Addenda: You Must acknowledge all Addenda. See Page 1 of Attachment B. E- Verify * User Identification Number (Company I.D.) The recommended awarded vendor will be required to provide a copy of Homeland Security's Memorandum Of Understanding (MOU) Return Only If Applicable: 1. The Exception Sheet (if applicable) 2. Local Vendor Preference (if applicable) DO NOT RETURN AT THIS TIME: 1. Affidavit Verifying Status for City of Augusta Benefit Application (S.A.V.E. Program) 2. Georgia Security and Immigration Subcontractor Affidavit 3. Non - Collusion Affidavit of Sub - Contractor 4. Local Small Business (LSB) Good Faith Efforts 5. Local Small Business (LSB) Subcontractor /Supplier Utilization Plan 6. Local Small Business (LSB) monthly subcontractor /supplier utilization report will be submitted upon request Note: The successful vendor will submit the above forms to the Procurement Department not later than five (5) days after receiving the "Letter of Recommendation" (vendor's letter will denote the date forms are to be received). WARNING: Bidders are cautioned that sequestration of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Bids /RFPs /RFQs are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses' requirements prior to submitting a Bid /RFP /RFQ. RFQ 11 -108 Berckman Rd Widening, Realignment & Bridge Replacement Page 11 of 25 G E O R G I A Attachment B You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. City of Augusta Procurement Department ATTN: Procurement Director 530 Greene Street, Suite 605 Augusta, Georgia 30901 Name of Bidder: Pond & Company Street Address: 3500 Parkway Lane, Suire 600 City, State, Zip Code: Norcross, Georgia 30092 Phone: 678.336.7740 Fax: 678.336.7744 Email: BolickB @pondco.com Do You Have A Business License? Yes: X No: Business License # for your Company (Must Provide): 2011011990 Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain an Augusta Richmond County business license if awarded a Bld /RFP /RFQ. For further information contact the License and Inspection Department @ 706 312 -5162. List the State. City & County that issued your license: Georgia, Norcross, Gwinnett County Acknowledgement of Addenda: ( #1) X : ( #2) : ( #3) : (#4) : ( #5) : ( #6) : ( #7) : ( #8) NOTE: CHECK APPROPRIATE BOX(ES)- ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non - Discrimination The undersigned understands that it is the policy of Augusta- Richmond County to promote full and equal business opportunity for all persons doing business with Augusta- Richmond County. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta- Richmond County. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor /supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta- Richmond County's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding /contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non - discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non - discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling the City of Augusta to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. RFQ 11 -108 Berckman Rd Widening, Realignment & Bridge Replacement Page 12 of 25 Attachment B - Page 2 of 3 Non - Collusion of Prime Bidder /Offeror 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 proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor 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 corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia 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 Conflict of Interest in performing the services required by this ITB, and 2. That no employee of the County, nor any member thereof, not any public agency 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 purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Document Must Be Notarized. RFQ 11 -108 Berckman Rd Widening, Realignment & Bridge Replacement Page 13 of 25 Attachment B - Page 3 of 3 Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99- 603], in accordance with the applicability provisions and deadlines established in 0.C.G.A 13- 10 -91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A 13 -10 -91 on the Subcontractor Affidavit provided in Rule 300- 10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. Georgia Law requires your company to have an E- Verify" User Identification Number (Company I.D.) on or after July 1, 2009. For additional information or to enroll your company, visit the State of Georgia website: https: / /e verify.uscis.gov /enroll/ and /or http://www.dol.state.qa.us/pdf/rules/300 10 1.pdf * * E- Verify * User Identification Number (Company I.D.) 175046 NOTE: E- VERIFY USER IDENDIFICATION NUMBER (COMPANY I.D.) MUST BE PROVIDED: IN ADDITION, THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING (MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta Richmond County Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I, further understand that my submittal will be deemed non - compliant if any part of this process is violated. Pond ompany BY: At4horized •fficer or ' gent (Co tractor Sig - e HR Manager Title of Authorized Officer or Agent of Contractor Pam Gower Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE btxr("1 2 DAY OF At US4 2' ••' NOT''• 0� Z • G s 4 2oi :/ * **.P s .� ' = : You Must Complete and Return all 3 pages of Attachment B with Your Submittal. Document .• REV. 3/24/2011 ii i • ��� �i11111•• Notar ublic My Commission Expires: 1 -1 - 2 OI RFQ 11 -108 Berckman Rd Widening, Realignment & Bridge Replacement Page 14 of 25 CRITERIA DESIGN SPECIFICATIONS APPENDIX A STANDARD SPECIFICATIONS The Consultant shall become familiar with the latest edition, as determined by AED, of the American Association of State Highway and Transportation Officials' Design Manuals for Arterial Streets. Rural. Urban. and Interstate Highways, including those standards adopted by the AASHTO and approved by the Secretary of Commerce, as provided by Title 23, United States Code, Section 109 (b), with the City's and Georgia D.O.T. Standards, Procedures, Plans, Specifications and Methods, with Federal Highway Administration procedures relating to plan review and approval, and shall produce plans in accordance therewith. Design for bridges and other structures shall be in accordance with the current edition of appropriate publications of the American Association of State Highway and Transportation Officials', hereinafter referred to as "AASHTO," Design Specifications of 1992. Traffic engineering shall be performed in accordance with procedures outlined in the Highway Capacity Manual, Current Edition. The lighting design shall be in accordance with the AASHTO publication, An Informational Guide for Roadway Lighting current edition, and the Standard Specifications for Road and Bridge Construction, current edition, as modified by Supplemental Specifications and Special Provisions, current editions. On facilities where driveways are included, the Consultant shall become familiar with the Georgia D.O.T. regulations and procedures and shall produce plans for upgrading driveway control. CONSTRUCTION SPECIFICATIONS The plans shall be in accordance with the Georgia D.O.T.'s Standard Specifications for Construction of Roads and Bridges, as amended. The Consultant shall have access to the Georgia Standard Construction and Materials Specifications for use throughout the Project. PLAN SIZES Preliminary plans for roadways, bridges, and walls may be on paper having outside dimensions of 24" by 36" with 1 -1/2" margin on the left and 1/2" margin elsewhere. All final construction plans, shall have the same dimensions as the preliminary plans. AED /TE CSA- Berckmans Road Widening - Realignment & Bridge Replacement CONSTRUCTION PLAN REQUIREMENTS Detailed requirements for the construction plans shall meet the criteria set forth in the Augusta Public Works and Engineering Department Plan Preparation Guidelines. The plans shall be fully dimensioned; all elevations necessary for construction shall be shown similar to the GDOT's normal practice. They shall include a fully dimensioned geometric layout to permit staking in the field without additional computation by the survey party. Utility locations and methods of attachment shall be shown. Utilities to be carried on bridges will be established by the AED. In steel construction, the sizes and overall dimensions of members, their exact locations, the number and arrangement of fasteners, fastener spacing, welds and other details necessary in preparation of shop detail drawing shall be shown. In concrete construction, the location of all reinforcement shall be shown and the plans shall include complete schedules of straight and bent bars with bending details. The Consultant shall check all details and dimensions shown on the plans before they are submitted to the AED for review. 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 construction plans and all other documents prepared under this Agreement shall then be submitted to AED or AU, whose property they shall remain, without limitations as to their future use. All materials required for the preparation of the plans, supplemental specifications, special provisions and computations shall be furnished by the Consultant. A -2 AED CSA — Berckmans Road Widening - Realignment & Bridge Replacement The Consultant shall submit to AED, in suitable electronic format, 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. If the project includes AU work, the Consultant shall provide drawings in accordance with the utilities chapter of the AED Plan Preparation Guidelines. NUMBER OF COPIES OF SUPPORTING DATA REQUIRED Except as otherwise provided herein, the Consultant shall submit all documents, reports, special provisions, sketches, design notes, and all other required or necessary support data to the AED in duplicate. PROGESS REPORT AND SCHEDULE The Consultant shall report to the AED on suitable forms approved by the AED the status of work and schedule on the 25th day of each month during the life of the Agreement. PROFESSIONAL ENGINEER APPROVAL All construction plans and documents designed, detailed, and furnished by the Consultant for the AED shall bear a valid Professional Engineer Stamp. All plans submitted to the AED for review shall have been checked by the Consultant prior to submission. ECONOMICAL DESIGN The Consultant shall make every effort to provide the most economical design. The Consultant shall consider construction problems and sequencing in the design. The Consultant shall meet and discuss economic considerations and construction staging with the AED prior to final design. A -3 AED CSA - Berckmans Road Widening - Realignment & Bridge Replacement 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 APPENDIX B SURVEY SPECIFICATIONS B -1 AED CSA - Berckmans Road Widening - Realignment & Bridge Replacement