HomeMy WebLinkAboutDESIGN CONSULTANT SERVICES AGREEMENT WITH MORELAND ALTOBELLI ASSOC FOR BROAD STREET BRIDGES OVER AUGUSTA CANAL AND HAWKS GULLEY BRIDGES- • . . . - ;a, <� � - ._�
Broad Strait Zr . \i m nal &Broad Street aver ai £ Gully
moo Qu tr }ice \fie
arlm t V.
Ci L +r' C) It s 1 A
CONSULTANT SERVICES AGREEMENT
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE REHABILITATION AND REPAIRS
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
Project Number: 328 - 041110 - 211828012
N TABLE OF CONTENTS -
Request for Proposal..
Scope of Services
Project Understanding
➢ Work Plan
Fee Proposal
Addendum(S)
Agreement
➢ Design Criteria
➢ Amount of Contract
➢ Signature Page
General Conditions
➢ Accuracy of Work
➢ Contractual Obligations
➢ Hold Harmless
➢ Assignability
➢ Audits and Inspectors
➢ Compensation
➢ Georgia Prompt Pay Act
➢ Confidentiality
➢ Design and Review Manager
➢ Consultant Coordination
➢ Contract Disputes
➢ Contract Termination
➢ Suspension of the Work, Termination and Delay
➢ Coordination with the National Geodetic Survey
➢ Coordination with Utilities
➢ Contingent Fees
➢ Delivery of Notices
➢ Local Small Business
➢ Drug Free Work Place
➢ Employment of County Personnel
➢ Insurance
➢ Personnel
➢ Responsibility for Claims and Liability
➢ Review of Work
➢ Right to Enter
➢ Subcontracting
➢ Supervision and Control
Attachment B
➢ Contractor's Statement of Non- Discrimination
➢ Non- collusion of Prime Bidder /Offeror
➢ Conflict of Interest Statement
➢ Contractor's Affidavit and Agreement Statement
➢ Bidder's Form /Acknowledgement of Addenda
➢ Certification Statement of Local Vendor Preferences
➢ Contractor's Bonds /Insurance
Appendixes
➢ Appendix A - Standard Specifications
➢ Appendix B - Survey Specifications
A -1
B -1
A Proposal from your Firm will be appreciated.
Sincerely yours,
Geri A. Sams
Procurement Director
It ft 1 A
CITY OF AUGUSTA, GEORGIA
OFFICE OF THE PROCUREMENT DIRECTOR
530 GREENE STREET SUITE 605
AUGUSTA, GEORGIA 30901
(706) 821 -2422
www.augustaga.gov
DATE: May 23, 2011 RFP NO. 11 -134
SUBJECT: Request for Proposal to submit on the following services.
NAME OF RFP: Design & Field Engineering Services for Bridge Rehabilitation & Repairs
This letter extends to your Firm an invitation to submit a proposal to supply the City of Augusta with equipment,
supplies, and /or services as indicated above. Sealed proposals for the above will be received at the Office of
the City Procurement Director, 530 Greene Street — Suite 605, the Municipal Building, Augusta, Georgia, up to
3:00 P.M., Tuesday, July 12, 2011 at which time, proposals will be opened and publicly read. The Board of
Commission reserves the right to reject any and all bids /RFPs and to waive formalities.
Instructions for preparation and submission of a proposal are contained in the attached packet. Please note
that specific forms for submission of a proposal are required. Proposals must be typed or printed in ink. If you
do not submit, return signed RFP invitation sheet and state reason. Also, please clearly mark the outside of
your envelope as "No Response."
Any changes to the conditions and specifications must be in the form of a written addendum to be valid;
therefore, the City will issue a written addendum to document all approved changes. Any RFP submitted
which does not acknowledge the receipt of an addendum will not be considered.
The City of Augusta seeks to ensure that all segments of the business community have access to supplying the
goods and services needed by City programs.
Doing business with Augusta has become easier! The new ARCBid link, which is located on the Procurement
Department's website at www.auaustacia.ciov 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.
RFP 11 -134 Design & Field Engineering Services Bridge Rehabilitation
Page 2 of 32
Augusta, GA Engineering De pae
REQUEST FOR
PROPOSAL
Design and Field Engineering Service for
Bridge Rehabilitation and Repairs
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
Project Number: 328 - 041110- 211828012
Request for Proposal
Request for Proposals will be received at this office until Tuesday, July 12, 2011 @ 3:00 P.M. for furnishing:
RFP ITEM #11 -134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs
for Engineering Department
RFPs 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
RFP documents may be viewed on the Augusta Richmond County web site under the Procurement Department
ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530
Greene Street - Room 605, Augusta, GA 30901. Documents may be examined during regular business hours
at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by email
to procbidandcontractaaurtustasta .uov to the office of the Procurement Department by Tuesday, June
21, 2011 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
The local bidder preference program is applicable to this project. To be approved as a local bidder and
receive bid preference on an eligible local project, the certification statement as a local bidder and all
supporting documents must be submitted to the Procurement Department with your bonafide bid
package.
No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening.
An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in
accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number
of copies needed, the timing of the submission, the required financial data, and any other requirements
designated by the Procurement Department are considered material conditions of the bid which are not
waiveable or modifiable by the Procurement Director. Please mark RFP number on the outside of the envelope.
Bidders are cautioned that sequestration of RFP documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources 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
May 26, June 2, 9, 16, 2011
June 1, 2011
cc: Tameka Allen Interim Deputy Administrator
Abie Ladson Engineering Department
Hameed Malik Engineering Department
RFP 11 -134 Design & Field Engineering Services Bridge Rehabilitation
Page 3 of 32
Augusta, GA Engineering Department
SCOPE OF
SERVICES
Design and Field Engineering Service for
Bridge Rehabilitation and Repairs
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
Project Number: 328-041110-211828012
I. PROBLEM STATEMENT:
SCOPE OF SERVICES
The Engineering Department is currently requesting professional services to perform design and
field engineering services for:
1) Broad Street Bridge (on -ramp) over Rae's Creek
2) Broad Street Bridge (off -ramp) over Rae's Creek
3) Broad Street Bridge over the Augusta Canal
4) Broad Street Bridge over Hawks Gully
5) 15th Street Bridge over the Augusta Canal
The structures are in need of major repair and maintenance. They require painting, sidewalk
repairs expansion joint repairs, lighting repairs, sub - structure and super- structure repairs,
barrier repairs, and restoring the historical significance and aesthetics of the structures.
II. PROPOSER REQUIREMENTS:
The Engineering Department will only consider those firms who are able to demonstrate the
following qualification requirement(s):
A. Successful completion within the past 10 years, of design and construction of at
least three (3) bridge rehabilitation /replacement (super- structure and sub-
structure). The projects should include but not limited to repair and
replacement of deteriorated bridge decks, sidewalks, roadway joints, lighting
poles and fixtures, expansion joints, and barrier walls and bridge railings.
B. Experience developing construction staging to accommodate restricted lane
closures and restricted hours of work for at least two (2) projects completed.
C. Experience in correcting deficiencies in appurtenances including light poles,
fixtures, conduits, wiring, junction boxes, and utilities for at least two (2)
projects completed.
D. Experience in estimating the remaining useful life of both concrete structures
and performing economic analyses to determine the best
remediation /replacement scenario for at least two (2) projects completed.
E. Project Manager /Bridge Engineer with a minimum of ten years of experience.
F. Bridge Architect with a minimum of ten years of experience.
Page 1
AED CSA -Broad Street over Augusta Canal
& Broad Street over Hawks Gully
III. SERVICES TO BE RENDERED:
The Engineering Department expects the following services to be rendered, but not limited to the
following.
1. Perform bridge studies /reports.
2. Perform preliminary and final construction plans, and contract documents.
3. Preparation of design criteria.
4. 100% hands -on field inspection and verification of conditions of all super-
structures, and sub - structures (NOTE: This may require limited underwater
surveys for the sub - structures).
5. Construction cost and schedule estimates.
6. Life -cycle cost analyses
7. Perform field engineering designs and make field adjustments if necessary.
8. Conduct field surveys.
9. Conduct project team meetings.
10. Measure and estimate material put in place by contractors.
11. Enforce all Federal and State regulations (e.g., EPD, EPA, NPDES, GDOT, etc.)
12. Construction observation
The design standards and construction specifications and standards should be based but not
limited to the following manuals:
1. Georgia Department of Transportation (GDOT) Bridges and Structures Design
Policy Manual.
2. American Association of State Highway and Transportation Officials ( AASHTO)
Load and Resistance Factor Design (LRFD) Bridge Design Specifications.
3. American Association of State Highway and Transportation Officials (AASHTO)
Load and Resistance Factor Design (LRFD) Bridge Construction Specifications.
4. American Association of State Highway and Transportation Officials (AASHTO)
Standard Specifications for Highway Bridges.
5. American Association of State Highway and Transportation Officials (AASHTO)
Standard Specifications for Structural Supports for Highway Signs, Luminaries
and Traffic Signals.
6. Federal Highway Administration (FHWA) Guidelines for the Installation,
Inspection, Maintenance and Repair of Structural Supports for Highway Signs,
Luminaries, and Traffic Signals.
7. Federal Highway Administration (FHWA) Manual on Uniform Traffic Control
Devices.
8. American with Disabilities Act (ADA) Standard for Accessibility Design.
9. American Association of State Highway and Transportation Officials (AASHTO)
"A Policy on Geometric Design of Highways and Streets" current edition.
Page 2
AED CSA -Broad Street over Augusta Canal
& Broad Street over Hawks Gully
Looking North toward the Broad St.
bridge over The Augusta Canal.
Looking South toward the Broad St.
bridge over The Augusta Canal.
Looking South toward the Broad St.
• bridge over Hawks Gully.
Looking North toward the Broad St.
bridge over Hawks Gully.
Augusta, GA Engineering Department
PROJECT
UNDERSTANDING
Design and Field Engineering Service for
Bridge Rehabilitation and Repairs
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
Project Number: 328 - 041110 - 211828012
Design & field Engineering Services for
Bridge Rehabilitation & Repairs, REP #11 -134
Section 5: Work Plan
Project Understanding
The City of Augusta Engineering Department has requested professional services for design and field
engineering related to repair and maintenance of five fridges. The bridges are of historic and architectural
significance, with the oldest of the five bridges constructed in 1914. Restoration of the bridges will require
painting, sidewalk repair, expansion joint replacement, lighting and electrical repair, various repair to beams
and slab, substructure repair and corrective action to address existing scour damage and countermeasures to
prevent future scour. The manner in which these repairs are made will determine success in achieving the
project goal of economically restoring the historical significance and aesthetics of the bridge structures.
Our project team has been assembled to meet this challenge. The team is led by Joseph McGrew, PE, MA vice
president and head of MA's bridges and structures group. McGrew has more than 35 years experience in
delivery of similar projects. His team members, likewise, offer the levels of training and experience required
to deliver Augusta's projects as prescribed by the City.
Our approach to the project, as outlined in this section, provides a good statement of existing conditions and
how we intend to approach development of solutions and recommendations to the Engineering Department.
We know from experience that flexibility and adaptability are useful attributes for successfully executing
bridge restoration projects. Projects of this type often present unusual and sometimes unexpected problems
that require creative solutions while following proven bridge management practices.
The five bridges represent not only valuable infrastructure, but also historic significance that adds
substantial value to the community. We know that it is important to consider historical factors in our
engineering solutions. Our solutions must be safe and economical, while remaining true to the historic
authenticity of the structures. Our project team includes a historian allowing us to make sound
recommendations to the City of Augusta relative to repair and restoration.
The City of Augusta prides itself on its natural beauty and aesthetic infrastructure. The parkway character
of the facilities is something that MA also values. We feel fortunate to be considered for restoring the five
bridges, designed many years ago, with aesthetics in mind. Our in -house architect, another very important
member or our team, will assist in carrying out restoration design in a manner that will recover the aesthetic
value of the bridges.
Bridge preservation represents both rehabilitation and preventive maintenance. Both are expected to be
required for this project. Known deficiencies that, if not addressed, will affect the structural integrity of the
bridges, have been identified through a biennial bridge inspections performed by Georgia Department of
Transportation (GDOT). These rehabilitation repairs are required to ensure a safe reliable structure and to
extend useful, remaining life of the bridges. The inspection reports identify other items that can be defined as
preventive maintenance. These are cost - effective actions that will preserve the bridges and attachments,
retard future deterioration or improve the functional condition. Cost vs. benefit analysis using life cycle
analysis will be used in presenting a plan of action for each bridge structure.
Our staff identified substructure scour at one of the bridges during a recent site visit. We recommend that a
hydraulic and scour evaluation be conducted to confirm scour susceptibility and to design stabilization
repairs and scour countermeasures, as necessary.
Beyond bridge preservation, bridge enhancement through improved lighting, landscaping and safety
improvements may be possible and will be evaluated and presented as appropriate.
To meet project objectives in the most cost - and schedule- efficient manner possible, we recommend that the
project be organized in three distinct phases of work.
• Concept development
• Design and construction documents
• Post- design services
Moreland AItob.IH Aatodates, Inc. 1
July 12, 2011
•
•
Concept phase will include data collection and will conclude with acceptance by the Engineering Department
of a concept report outlining a specific plan for each site and action. The concept services will commence with
MA collecting additional data as needed. Bridge inspection will be required. Our certified bridge inspectors
will perform detailed documentation of deficiencies, sufficient to define and quantify the work, with input
from our bridge engineers. Each proposed action to restore the bridge will be evaluated in terms of extending
the useful, remaining life of the bridge, and economic and social benefits. Recommendations, including cost
estimates and other relevant information, will be submitted to the City of Augusta prior to preparing
construction documents.
Once a plan of action is approved, MA will prepare construction documents consistent with bridge design and
construction practices in Georgia, specifically GDOT policies and standards.
Upon award of a construction contract, MA has the capability to provide post -design support, construction
inspection and on -site engineering to ensure that the proposed work is completed in compliance with contract
documents, reviewed and approved shop drawings and change orders.
MA intends to complete design utilizing a time- tested plan development process. This process will make
certain that the project advances in a timely and efficient manner as well as ensure that coordination occurs
at the proper project milestones.
Design documents will meet all relevant design criteria by utilizing all applicable federal, state and local
design guidelines.
Project Approach
To meet the objectives of the City of Augusta, MA recommends an approach that has been used for many
years with excellent results. This approach combines good project management practices, an experienced and
highly qualified project team and an unwavering commitment of MA. In this section, we will address key
components of our project approach.
Protect Management
MA has been in the business of developing, planning and engineering for transportation improvement
projects since 1987. As a result, we are familiar with local, state, and federal regulations, including AASHTO
design guidelines and Georgia Department of Transportation (GDOT) policies and requirements.
Our experience includes tailoring professional services to comply with policies and procedures unique to a
particular client. MA offers extensive experience in bridge design services. An example is the 1 -85/SR 316
interchange in Gwinnett County, GA, selected by Roads and Bridges magazine as one of the top 10 projects in
the nation. Through our experience with complicated design projects and our knowledge of the overall
process by which projects are both planned and funded, we can assist the City in reaching its ultimate goals.
MA has adopted a standardized approach to meeting project work scopes, budgets, schedule milestones, and
coordination protocols and procedures. Transportation projects involve multiple disciplines. Successful
management of this type of project requires careful planning and coordination between each discipline. MA
utilizes a variety of methods and tools to ensure that close, inter - departmental collaboration occurs and that
all project milestones are met.
• Project Work Plan. At the start of each project, a work plan is created by the project manager that
includes an outline of project scope, personnel assignments, detailed breakdown of project budget by
department, and other important project data. The work plan is distributed to each member of the
project team and is referenced throughout the design phase of the project.
• Project Management Database. MA maintains a comprehensive database that includes detailed
project schedule and budget information. A technician logs all pertinent project submittals,
comments, and document approvals as they occur. The database is compiled into a monthly report
Moreland Altobelli Associates, Inc.
2
Design >t Field Engineering Services for
Bridge Rehabilitation & Repairs, REP #11-134
Section 5: Work Plan
July 12, 2011
Design & Field Engineering Services for
Bridge Rehabilitation & Repairs, REP #11 -114
Section 5: Work Plan
and distributed to each project manager as well as to company management. This report includes
action items and a watch list of critical project tasks.
• Weekly Management Meetings. MA holds a meeting every Monday morning with department heads
and vice presidents to review project budgets, project schedules, and other administrative issues.
Critical project issues also are discussed.
• Monthly Production Meetings. MA holds a monthly meeting between project managers, department
heads, and company management to discuss the status of every project. Each project manager
delivers a project status report for each of his or her projects. The monthly project management
report is used during this meeting to review all upcoming project deliverables and department
In addition to good, internal project management, a successful project requires close coordination with the
client and appropriate government agencies. This coordination includes regular meetings, detailed status
reports and good working relationships with each respective liaison. MA project managers regularly follow
up on project submittals with telephone calls and email correspondence. Joseph McGrew, PE, as project
manager, will discuss progress regularly with the Engineering Department.
Quality Control and Quality Assurance (QC /0A)
Quality is the cornerstone of excellence in providing professional services for planning, engineering, and
construction of capital facilities. Efficient production of quality plans and project documentation comes
through continuous attention to our client's requirements, clear communication of the requirements to our
team, and application of appropriate production methods. MA's goal is to produce plans that are of high
quality by doing work correctly the first time.
The MA team's QC/QA program is a multi- faceted approach that combines consistent supervision of all
production activities with independent third party reviews at project milestones. Because of his extensive
background in bridge maintenance with GDOT, Buddy Gratton, PE, will provide comprehensive,
independent reviews at each major project milestone.
Quality Control
Quality control involves efficient execution of each design task and is a responsibility of every member of the
project team. The following procedures will be followed to provide quality control throughout the design
process:
• All project activities will strictly adhere to applicable local, state, and/or federal guidelines.
• Design activities will be closely coordinated with other work tasks (environmental document, etc.).
• Engineering calculations and drawings will be carefully supervised to ensure all appropriate design
criteria are followed. All calculations will be prepared on standard forms including signature and date
blocks for designer and reviewer.
• Design calculations will be compiled in a project design data book that will be submitted to GDOT
with each major plan submittal.
• The QC checker will be independent and will not participate in design development.
• QC checking is a rigorous check of every item in the calculations and in construction documents. QC
checking will follow a five -step process to ensure reliability. Each step is documented with the
signature and date of the design engineer or QC engineer. The five steps are:
1. Ready for QC review (Design Engineer)
2. QC review complete (QC Engineer)
3. Concurrence (Design and QC Engineer)
4. Revisions made (Design Engineer)
5. Revisions verified (QC Engineer)
Moreland Altobslli Associates, Inc.
3 July 12, 2011
Moreland Ahobe Associates, Inc.
Design & Field Engineering Services for
Bridge Rehabilitation S Repairs, RFP #11-134
•
Section 5: Work Plan
• All quantity calculations will be completed independently and then compared, resolved, corrected
and verified.
Quality Assurance
Quality assurance is accomplished through peer reviews that will be conducted prior to submittal of all major
deliverables and at key milestones in the design process. Personnel designated as quality assurance reviewers
are experienced individuals who will not be involved otherwise with the project. A "second set of eyes," in
addition to the QC checker performing the rigorous check, will often catch potential issues that may go
unnoticed by personnel who are close to the project. The following procedures will be followed as part of
MA's quality assurance program:
• QA reviews will be scheduled with sufficient time to address comments prior to submittal.
• QA reviews will be required for all major project submittals and milestones. These will include, but
not be limited to a project concept report, environmental document, all necessary hydraulic and
geotechnical studies, preliminary construction plans, right -of -way plans, and final bid documents.
• QA reviews will include a written comment form and document markups. Markups will be color -
coded per the following guidelines:
• Plan presentation and/or discretional design comments will be marked in blue ink.
• Items that do not conform to applicable guidelines will be marked in red ink. Indicating
important design issues with a separate color helps the designer prioritize plan corrections and
ensure that these comments are not overlooked.
• The designer will check each comment with a yellow highlight pen as they are addressed.
• The QA reviewer will back check each comment with a green highlight pen once the designer has
completed all corrections.
• The QA review will be a recommendation to the designer. All disputed comments will require a
written response from the project manager.
• Prior to each submittal, the quality assurance manager will review and confirm that all quality
control procedures were completed, MA policies were followed and all contractual requirements were
met.
Internal quality assurance reports and check - prints will be available at the Engineering Department's
request.
Concept Development
Field inspection, Survey and Verification
MA will collect additional data, as needed, using personnel qualified for that purpose. The GDOT bridge
inspection report will be confirmed and our certified bridge inspectors will perform a more detailed
documentation of deficiencies, sufficient to define and quantify the work, with input from our bridge
engineers. Once this effort is completed, we do not anticipate additional fieldwork unless we encounter an
unusual circumstance during the remainder of the concept or construction plans phase. It is important to be
precise with descriptions and quantities as contractors react negatively to ambiguity during the bidding
phase of the project.
Design Criteria
Establishing clear criteria for methodology, details and policies related to design and construction is critical
to an efficient, successful project. One early activity of the concept development phase of the project will be
to establish design criteria to allow for unimpeded decisions and consistency in design. We recognize that
City of Augusta policies, standards and directives will govern as well as those of GDOT, AASHTO, Federal
Highway Administration and the ADA Standard for Accessibility Design. In addition, criteria associated
with aesthetic treatments and historic preservation practices must be established to achieve desired results.
Specifics of these design references, including repair details, product types and methods will be presented to
the Engineering Department for review and approval during the concept development phase.
4 July 12,2011
„.....,../
0IA
Bridge Studies and Reports
Bridge preservation is defined as actions or strategies that prevent, delay or reduce deterioration of bridges or
bridge elements, restore the function of existing bridges, keep bridges in good condition and extend their life.
As illustrated in the diagram below, this encompasses a broad array of activities. Bridge preservation can be
in the form of preventive maintenance or rehabilitation.
Typically, preventive maintenance is applied to components with significant, remaining, useful life and can
extend useful life by applying cost - effective treatments to bridges or bridge components classified as in good
or fair condition. These actions come in the form of planned or cyclic action or action that results from
observations such as biennial inspection.
Rehabilitation is work required to restore structural integrity of bridge components or to correct major safety
defects. This effort is typically very costly by comparison, but can be appropriate and preferable to bridge
replacement on a life cycle cost basis.
Preservation of existing bridges is often much more cost effective than replacement. The greatest economic
benefit of bridge preservation results from a well- managed bridge maintenance program. Addressing the
"worst" bridges in inventory is usually inefficient in that, without preventive maintenance, bridges in
otherwise good condition will ultimately deteriorate into a poor state requiring much more costly repairs.
The objective of an effective and efficient bridge maintenance program is to maximize the useful life of the
bridges in inventory in the most cost efficient manner possible. Typically, preventive maintenance will cost
much less on a life cycle basis than rehabilitation or replacement.
Moreland Altobelll Associates, Inc.
Bridge Mana1an eit option,
/
Cyclical (sot Condition band activitia
condition band) (from impaction)
Design & Field Engineering Services for
Bridge Rehabilitation & Repairs, RFP #11 -134 •
Section 5: Work Plan
Ekid�r Iltplacetnrnt
The five bridges on this project include activities that fall into several categories of enhancement,
rehabilitation, condition -based preventive maintenance and non - condition preventive maintenance. The
Work Program section provides an initial listing of the various types of actions contemplated for the five
bridges. All will be evaluated to document the expected cost and benefit on a life cycle basis. As an example,
a Polycarb overlay represents a high performance solution to bridge deck surface deterioration and is not as
disruptive as other methods of deck rehabilitation; however, initial cost may be much higher by comparison
to initial cost. To arrive at our recommendation, the cost benefits of all alternatives will be evaluated with
consideration of all associated costs over useful remaining life for each.
Aesthetic enhancements executed in a manner consistent with the historic nature of the five bridges are
acknowledged as an important objective for the project. All such enhancement recommendations will be
presented in the concept report. These recommendations will be developed through collaboration between our
bridge engineers and bridge architect, with input from the City of Augusta Engineering Department.
Two of the bridges have been previously overlaid resulting in an undesirable safety condition whereby the
sidewalk curb has effectively disappeared or become ineffective. We propose to investigate solutions to this
situation during phase I.
5 July 12, 2011
Design 3 Field Engineering Services for
Bridge Rehabilitation i Repairs, REP #11.134
Section 5: Work Plan
We are aware that several of the bridges have significant utilities attached to the facade of the bridge,
seriously impacting the appearance of the bridges. Utilities represent a special challenge for the team.
Moving the utility under the stream or concealing it under the bridge will improve aesthetics, but may not be
practical. We propose to investigate options related to the visible utilities as part of this concept phase with
recommendations for further action for the current contract or future planning.
Construction Documents/Deliverables
Construction documents will be prepared following the approved concept report, criteria and directives. Key
to the success of this phase of the project is completeness of details and specifications. We know that good
construction documents tend to result in tight but reliable bid results where the owner as well as the
contractor will benefit. Clearly defining the work on plans and specification is a priority for MA.
Deliverables will consist of construction drawings, special provisions in the specifications and our engineers
cost estimate.
Construction services
• Engineering support and adjustments
• Measure and estimate material in -place during construction
• Federal and state regulations (EPD, EPA, NPDES, GDOT, etc.)
• Construction monitoring and documentation.
Existing Conditions and Work Program
MA's understanding and approach to the project is based upon the initial condition of the bridges as
documented in GDOT inspection reports; our recent, first hand observations from our visit to the site; and
the City of Augusta Request for Proposals and addendum no. 1. We look forward to further clarification of
the intent and scope as we enter into final scoping discussions after selection.
The following tables 1 and 2 summarize the existing condition of each bridge as documented in the GDOT
bridge inspection report and our cursory inspection on June 24, 2011. The summaries axe in general
agreement with only a few exceptions, primarily related to observations made by MA with respect to
aesthetic or context - sensitive, enhancement needs. An example is the notation on landscaping needs or
lighting incompatibility with an adjacent project.
Table 3 represents a summary of suggested improvements for each bridge, grouped by improvement type.
These suggested improvements, as well as others that will be added during scoping and concept development,
represent a starting point for evaluation. During the concept development phase, each suggested
improvement will be evaluated against project objectives, categorized, prioritized and presented in the
concept report with our weighting recommendation. Table 3 lists GDOT inspection report recommendations
as well as items that MA suggests for further evaluation. Items that are not specifically listed in the GDOT
recommendations are indicated with a "MA" symbol in the table.
The tables follow in this section.
Project Schedule
We would prefer to work all five bridges concurrently. We realize however, that due to significantly different
conditions, a concurrent schedule for all five bridges will not be practical. Significant bridge scour for bridge
4 is one example of a condition requiring individual bridge schedules. Although we believe the following
project schedule is reasonable, we expect to refine it.
Moreland Altobelli Associates, Inc.
6 July 12, 2011
10
N
i
I
i
4
I
f
0
i
i
1
I
� pt 1411111
1111
11
j' ID ' 1
�i
Augusta, GA Engineering Department
FEE
PROPOSAL
Design and Field Engineering Service for
Bridge Rehabilitation and Repairs
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
Project Number: 328 - 041110- 211828012
Bridge
Fee
Concept
Development
Design and
Construction
Plans
Post- Design
Services
Total
3 Broad Street Bridge over the Augusta Canal
4 Broad Street Bridge over Hawks Gully
20,763
30,870
29,940
37,210
20,740
20,387
71,443
88,467
TOTAL
51,633
67,150
41,127
159,910
Fee Summary by Bridge
1
CB
N
1
A
o►t'oz $
ht•se e S aPPO feal '
WttJOS saauadig 1003
46e3 tsaal sr+al0 wit Rawl
'E
N 1.11.
N
out
N
I osc' - sJ
l ores S H
IOtt Si
Ala
N VT
N
I otz s 1
&011I
N N
N N
VI
N
oar S
Doti S
rook S
I oorz S
oral s
l L9a's S
( LO't S
Inez S
N
[ Et S
Lows Si
ion
Lis'Z S I
Lts'Y S
L96 S
F'1!
N N
N
N
I mo£
10wr S
5
N
1 R evo
V► N
I BS S l
IOa
wen s
oat s
ii i
N N
[owl si
i
VI in
0
N
[ c o n s I
Q06 t SJ
I osvi s
I06fS $ I
a!$
[ ss 5
w
Sir
8
N
N
I'
[ s
SW
411
iz
W
[06 S
N
1
N
Clot S
IS 0
r.
e
b
M
I ort
i
as �
i 13
z
9r I
2 ID
+
A
e
CO
no
N
1
at
I ost s
N
grit
r4m0
41...o.4
..,44.44.4.4464
4. N
N
N
N
r
N 4.
(1v uoPatcosaP aes) Puumad _ I
r (moll ,ad) env Jowl li l '
r pa�llibay sy
*mall apapwd w uogoallo0
waunndapJupaawkg vim aouesg u>fS x lli ISPOSidi
'Establish initial ust of Aorta sfor Further Evaluation
E alma SWAPO wautaIddns pwr A of liM3 n0pu01
1 oasauaeuualywm PNwasaud!
uotWWaz
wax rPe3 w tse7 aFMO aW'I W etew!7s3
1
yodaa tda3u03 Nwy Muillal
E saueunemo Isolonasuto pvtiQ :■ aset4d1
Masao Aerapeo g ipecuridu pue pu rands dalasao
MEMO 2 u1143f1 Pue pd! pao dopsa0
Meta° aulMotRoR1 dotaeaO
soma leint»Ipn dolana0
aewsps3 no? umonn UO3 staauOr3 atedaldl
weld 3 tN' L$ aaueuawleW **map
Construction Plans and Draft Spednations for Review
Revise Canstrucdon Plans and Sped Provisions
Maleae xq suouesu! eds pue weld uop3 Jnuop ie,
saapua5 UQ :fli ategdl
swaw$nlpy pue troddns awaaul r3I
!Measure and Estimate Material In -Place
Monitor Federal and State Regulations
Construction Obsmatlon
Page 2
Fee Proposal
N
N N N N N
2
g
n
N
0 R ,1"
�o d N .+ m m of d m M M r► ff
N 44 N N N N N N N N N N 44444446464446161446
NNNNNNNNNNV/N NNN V/ 444144444444
Z
N
V
U.
W
N
44
N
N CO
MM 14"A* a* I m N
N N N V d i d M N
Q
N
N N N O O N N N N N
N
4.1 N
V ' Z N N OW N A b d
N d♦ f N m d W f N
N
N
N VY
M 10
N N N
N N N
N R
N
. H
a li
L Ilielifiltil 11111111 oil
-61° HP
Page 3
Fee Proposal
PERSONNEL CATEGORIES
A
Project Manager
Bridge Architect
Roadway Engr. Lead
B
QA/QC Mngr,
C
Roadway Engineer
Bridge Preservation Engineer
Hydraulics /Hydrology Lead
Bridge Engr. Lead
Bridge Engineer
Landscape Architect
D
Traffic Sltnal En$r.
Lead Geotechnical and Matl. Testing Engr
Estimator / Scheduler
Survey Crew (2 man)
E
Electrical Engr.
Lighting Engr.
F
Utility Coordination Lead
Construction Support Lead
G
NBIS Bridge inspector
Registered Surveyor
Survey Lead
Environmental Lead - Ecology
Roadway Engineer
Bridge Engineer
Environmental Lead - History
H
Geotechnical & Matis Testing Engr
Construction Inspector
Page 4
I'rli -- iut,,0
Shrujal Amin, PE
4 in
Roadway Engineering
liar,
$120.00
Robert Bus, PE — Hartrampf
Bridge Preservation Engineer
$120.00
Jerry Brinson
Local Liaison
$0.00
Russell Claxton, AM
Bridge Architect
$150.00
Jerry Cooper
NBIS Bridge Inspections
$75.00
William Dial, PE .
Hydraulice/Hydrology Lead
$120.00
Donald Flynn, PE
Bridge Engineering Lead
$120.00
David Graham, PE
QA /QC
$140.00
Buddy Gratton, PE
' Principal -in- Charge
$0.00
Brad Hale, PE
Roadway Engineering Lead
$150.00
Stan Jaworaki
Utility Coordination Lead
$85.00
Steven Jing, PE
Bridge Engineering
$120.00
Ronnie Joiner, RLS
Survey
$75.00
Don Jones, RLS
Survey Lead
$75.00
Chris Kingsbury, RLA
Landscape Architecture
$120.00
Clyde Knox
Construction Support Lead
$85.00
Mark McClain
Environmental /Permitting- Ecology
$75.00
Joseph McGrew, PE
Project Mana$or
$150.00
Bret Padgett, EIT
Roadway Engineering
$75.00
Patrick Peoot, PE
Bridge Engineering
$75.00
Bill Ruhaam, PE, PTOE
Traffic Signals
$100.00
Jay Shah
Geotechnical Engineering and Materials Testing
$55.00
Yong Shao, PhD, PE
Geotechnioal Engineering and Materials Testing
$100.00
M.J. Sheehan, PE
Estimates/Schedules
$100.00
Michael Wilson
t Environmental/Permitting-History
$75.00
Construction Inspectors (as required)
Construction Support
$55.00
2 -man survey crew
Survey
$100.00
Electrical Engineer — Ray Group
Electrical
$90.00
Lighting Engineer — EDT
Lighting
$120.00
Moreland Ahebeili Assdates, Inc.
Page 5
Design 13 Field Engineering Services for
Bridge Rehabiilition & Repairs, REP #11.134 •
Fee Proposal
September 28, 2011
Fee Proposal
1
The fee estimate assumes that both bridges will be authorized for design within the same
time fram allowing for the possibility of concurrent d esign.
2
Survey at bridge 4 has been assumed for hydraulic analysis.
3
In terms of the engineering effort, the scour countermeasure design at bridge 4 is assumed
to be Rip Rap or similar.
4
The fee estimate for Bridge 3, Broad Street over Augusta Canal, assumes that the condition
of the concrete and reinforcing steel In the bridge is such that repairs can be achieved
economically. This estimate does not cover replacement of the entire bridge or partial
replacement of major components such as end bents or intermediate bents. This
conformation will be made during the concept phase initial Inspection, sampling and
testing.
Assumptions:
I
I
I
Fee Preps°
Page 8
Fee Proposal
Page 9
Augusta, GA Engineering Department
ADDENDUM(S)
Design and Field Engineering Service for
Bridge Rehabilitation and Repairs
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
Project Number: 328 - 041110 - 211828012
TO:
FROM:
DATE:
SUBJ:
RFP ITEM:
RFP Item 11 -134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs
for Engineering Department
RFP OPENING: Tuesday, July 12, 2011 at 3:00 p.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 RFP Package.
1. The Evaluation Criteria has been revised. Please replace the current Evaluation Criteria with the
attached.
2. 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:
Question #8:
Response:
Question #9:
Response:
Question #10:
Response:
0 1 A
All Bidders
Phyllis Mills, Quality Assurance Analyst
Abie Ladson, Engineering Department
Geri Sams [OA, , )
Procurement Director
June 23, 2011
Responses to Vendors Questions
P eri
Regarding RFP No. 11 -134, Design & Field Engineering Services for Bridge Rehabilitation &
Repairs, on page 25 of the RFP it is stated that "firms shall include not more than thirty (30) pages of
text in which the firm shall describe the proposed work program as interpreted from the Scope of
Services ". Does this statement refer to No. 5 Work Plan on the general format list?
Yes.
If so, would the schedules be included in this page count?
Yes.
It appears that Broad Street is a State Route, SR 28. Will the GDOT Plan Development Process be
required?
Assume yes.
Will the construction be a local letting or GDOT letting ?
Assume local letting.
What is the City's intent with regard to potentially relocating the utilities to restore the historical
character of the bridges?
The selected firm will evaluate and advise the City.
Please clarify the extent to which pedestrians and those with disabilities will have access along each
of the bridges. This will help determine to what extent sidewalks and other approach areas will need
to be replaced and /or redeveloped.
The selected firm will evaluate and advise the City.
Please clarify if there are any other hardscape elements, parks, greenspace buffers, etc. desired or
mandated by the City Of Augusta, GDOT, or FHWA and if waterfront access is a requirement/desire.
The selected firm will evaluate and advise the City.
What type of lighting and other safety items will be required as part of this project or shall they be
addressed in an alternate project scope?
The selected firm will evaluate and advise the City.
Could you please verify the construction budget associated with the project?
Not available.
How is the price factored into the evaluation score?
Includes hourly cost per individual to be included In the proposal.
Room 605 - 530 Green Street, Augusta Georgia 30911
(706) 821-2422 - Fax (706) 821 -2811
www.augustaga.gov
Register at www.demandstar.com /supplier for automatic bid notification
Addendum 1 RFP Item #11 -134
Page 1 of 2
1
Qualifications of company (company profile)
15 Points
2
Qualifications and experience of key professionals that will be assigned to the
projects
15 Points
3
Specific relevant experience of your company
15 Points
4
A detailed description of the proposed technical approach to be taken for the
performance of the required services for each bridge.
20 Points
5
Submit a conceptual project schedule for each bridge (NOTE: The critical path
method (CPM) should be used including milestones, tasks and sub - tasks)
20 Points
6
References (include specific individuals with addresses and telephone numbers)
5 Points
7
Proposed fee (Include hourly cost per individual to be included in the proposal)
Lowest 5 pts
Second Lowest 4 pts
Third Lowest 3 pts
Highest 2 pts
5 Points
8
Proximity to Augusta
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 Points
Replace the current Evaluation Criteria with the below revised Evaluation Criteria. Please note the
changes are highlighted in red:
EVALUATION CRITERIA:
Please acknowledge addendum in your submittal
END ADDENDUM
Addendum 1 RFP Item #11 -134
Page 2 of 2
Augusta, GA Engineering Department
AGREEMENT
Design and Field Engineering Service for
Bridge Rehabilitation and Repairs
(Broad Street over Augusta Canal & Broad Street over Hawks. Gully)
Project Number: 328- 041110 - 211828012
for
CONSULTANT SERVICES AGREEMENT
between
AUGUSTA, GA ENGINEERING DEPARTMENT
and
MORELAND ALTOBELLI ASSOCIATES, INCORPORATED
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE REHABILITATION AND REPAIRS
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
PROJECT NUMBER: 328 - 041110 - 211828012
This Agreement is made and entered into this day of , 2012 by and
between Augusta, Georgia, hereinafter called the "CITY" and Moreland Altobelli
Associates, Inc., a Corporation authorized to do business in Georgia, hereinafter called the
"CONSULTANT."
Whereas, the CITY desires to engage a qualified and experienced consulting firm to furnish:
Professional Services to render Design and Field Engineering Services for the Broad Street
Bridge over the Augusta Canal, and the Broad Street Bridge over Hawks Gully
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 of Uniform
Traffic Control Design, Development Documents, The Augusta Utilities Design Standards
and Construction Specifications, current edition.
The CONSULTANT shall gather from the CITY all available data and information pertinent
to the performance of the services for the Project. The CITY shall have the final decision as
to what data and information is pertinent
The CONSULTANT shall ensure that the data and information meet applicable standards as
specified herein.
The CONSULTANT shall report in writing any discovery of errors or omissions contained in
the data and information furnished by the CITY.
The CONSULTANT shall visit and become familiar with the Project site and shall become
acquainted with local conditions involved in carrying out this Agreement. The
CONSULTANT may request that a representative of the CITY be present during the site
visit.
The CONSULTANT shall recommend and secure the CITY's written approval of, the manner
of project plans presentation and the methods to be used in the plan preparation so that
these plans can be best utilized, as determined by the CONSULTANT and approved by the
CITY, in the orderly preparation of the detailed construction contract plans, specifications,
and contracts. The AED Plans Preparation Guidelines, current edition, shall be utilized in
the production of plans for the project. Upon receipt of the CITY's written approval of the
manner of the project plan presentation and methods of plan preparation, the
CONSULTANT shall proceed with implementation of plan preparation.
2
AED CSA - Bridge Rehabilitation and Repairs
Augusta Engineering Department
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.
Engineering Services: $159,910.00
3
AED CSA - Bridge Rehabilitation and Repairs
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3)
counterparts, each of which shall be deemed an original, in the year and day first
mentioned above.
AUGUSTA, GEORGIA
COMMISSION - COUNCIL
(CITY)
By: Mayor Deke Deke S. Copenhaver
MORELAND ALTOBELLI
ASSOCIATES, INCORPORATED
(CONSULTANT)
Address: ZZ /( 60(21/D7 �(( f \i'Lxc:J
of
4
J
WE TNESS'
SEAL
Attest ' -/ '
\c-r-
Secretary
AED CSA - Bridge Rehabilitation and Repairs
- taar11120_5<—(2_76) 1 9(9,
Witness
Augusta, GA Engineering Department
GENERAL
CONDITIONS
Design and Field Engineering Service for
Bridge Rehabilitation and Repairs
Broad Street over Augusta Canal & Broad Street over Hawks Gully)
Project Number: 328- 041110 - 211828012
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
PROJECT NUMBER: 328 - 041110- 211828012
GENERAL CONDITIONS
SPECIFIED EXCUSES FOR DELAY OR NON - PERFORMANCE
CONSULTANT is not responsible for delay in performance caused by hurricanes,
tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the
Agreement price and schedule shall be equitably adjusted.
TERMINATION OF THE AGREEMENT FOR DEFAULT
Failure of the CONSULTANT, which has not been remedied or waived, to perform or
otherwise comply with a material condition of the Agreement shall constitute default. The
CITY may terminate this Agreement in part or in whole upon written notice to the
CONSULTANT pursuant to this term.
TERMINATION OF THE AGREEMENT IN WHOLE OR IN PART FOR THE CONVENIENCE
OF CITY
The CITY may terminate this Agreement in part or in whole upon written notice to the
CONSULTANT. The CONSULTANT shall be paid for any validated services under this
Agreement up to the time of termination
AN ACKNOWLEDGEMENT BY ALL PARTIES CONTRACTING WITH CITY AS FOLLOWS:
1. CONSULTANT acknowledges that this Agreement 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, CONSULTANT is deemed to possess
knowledge concerning CITY'S ability to assume contractual obligations and the
consequences of CONSULTANT'S provision of goods or services to CITY under an
unauthorized Agreement, 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,
CONSULTANT agrees that if it provides goods or services to CITY under a
Agreement that has not received proper legislative authorization or if the
CONSULTANT provides goods or services to CITY in excess of the any contractually
authorized goods or services, as required by CITY'S Charter and Code, CITY may
GC1
AED CSA - Bridge Rehabilitation and Repairs
withhold payment for any unauthorized goods or services provided by
CONSULTANT. CONSULTANT assumes all risk of non - payment for the provision of
any unauthorized goods or services to CITY, and it waives all claims to payment or
to other remedies for the provision of any unauthorized goods or services to CITY,
however characterized, including, without limitation, all remedies at law or equity."
This acknowledgement shall be a mandatory provision in all CITY Agreements for
goods and services, except revenue producing Agreements.
2. All CONSULTANTS and SUB - CONSULTANTS entering into Agreements with CITY for
the physical performance of services shall be required to execute an Affidavit
verifying its compliance with O.C.G.A. § 13- 10 -91, stating affirmatively that the
individual, firm, or corporation which is contracting with the CITY has registered
with and is participating in a federal work authorization program. All
CONSULTANTS and SUB - CONSULTANTS must provide their E- Verify number and
must be in compliance with the electronic verification of work authorized programs
operated by the United States Department of Homeland Security or any equivalent
federal work authorization program operated by the United States Department of
Homeland Security to verify information of newly hired employees, pursuant to the
Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603, in accordance with
the applicability provisions and deadlines established in O.C.G.A. § 13 -10 -91 and
shall continue to use the federal authorization program throughout the Agreement
term. All CONSULTANTS shall further agree that, should it employ or contract with
any SUBCONSULTANT(S) in connection with the physical performance of services
pursuant to its Agreement with CITY the CONSULTANT will secure from such SUB -
CONSULTANT(S) each SUB - CONSULTANT'S E- Verify number as evidence of
verification of compliance with O.C.G.A. § 13 -10 -91 on the SUB - CONSULTANT
affidavit provided in Rule 300- 10- 01 -.08 or a substantially similar form. All
CONSULTANTS shall further agree to maintain records of such compliance and
provide a copy of each such verification to CITY at the time the SUB -
CONSULTANT(S) is retained to perform such physical services.
LOCAL SMALL BUSINESS LANGUAGE:
In accordance with Chapter 10B of the CITY CODE, CONSULTANT expressly agrees to collect
and maintain all records necessary to for CITY to evaluate the effectiveness of its Local
Small Business Opportunity Program and to make such records available to CITY. The
requirements of the Local Small Business Opportunity Program can be found at
www.augustaga.gov. In accordance with CITY CODE § 1- 10- 129(d)(7), for all Agreements
where a local small business goal has been established, the CONSULTANT is required to
provide local small business utilization reports. CONSULTANT shall report to CITY the
total dollars paid to each local small business on each Agreement, and shall provide such
payment affidavits, regarding payment to SUB - CONSULTANTS as may be requested by
CITY. 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 CITY. Failure
to provide such reports within the time period specified by CITY shall entitle CITY to
GC2
AED CSA - Bridge Rehabilitation and Repairs
exercise any of the remedies set forth, including but not limited to, withholding payment
from the CONSULTANT and /or collecting liquidated damages.
ACCURACY OF WORK
The CONSULTANT shall be responsible for the accuracy of the work and shall promptly
correct its errors and omissions without additional compensation.
Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility
for subsequent correction of any errors and the clarification of any ambiguities.
At any time during the construction of the improvement provided for by the plans or
during any phase of work performed by others based on data secured by the CONSULTANT
under the Agreement, the CONSULTANT shall confer with the CITY for the purpose of
interpreting the information obtained and to correct any errors or omissions made by it.
The CONSULTANT shall prepare any plans or data required by the CITY to correct its errors
or omissions. The above consultation, clarification, or correction shall be made without
added compensation to the CONSULTANT. The CONSULTANT shall give immediate
attention to these changes so there will be a minimum of delay to others.
CONTRACTUAL OBLIGATIONS
The consultant acknowledges that this Agreement 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 CITY'S
ability to assume contractual obligations and the consequences of the consultant provision
of goods or services to CITY under an unauthorized Agreement, 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 CITY under a
Agreement that has not received proper legislative authorization or if the CONSULTANT
provides goods or services to CITY in excess of the any contractually authorized goods or
services, as required by City's Charter and Code, CITY 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 CITY, and it
waives all claims to payment or to other remedies for the provision of any unauthorized
goods or services to CITY, however characterized, including, without limitation, all
remedies at law or equity." This acknowledgement shall be a mandatory provision in all
CITY Agreements for goods and services, except revenue producing Agreements.
GC3
AED CSA - Bridge Rehabilitation and Repairs
HOLD HARMLESS
Except as otherwise provided in this agreement, the consultant shall indemnify and hold
harmless CITY, 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.
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 SUB - CONSULTANT, 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
GC4
AED CSA - Bridge Rehabilitation and Repairs
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.
GEORGIA PROMPT PAY ACT
Not applicable. The terms of this agreement supersede any and all provisions of the
Georgia Prompt Pay Act.
CONFIDENTIALITY
The CONSULTANT agrees that its conclusions and any reports are for the confidential
information of the CITY and that it will not disclose its conclusions in whole or in part to
any person whatsoever, other than to submit its written documentation to the CITY, and
will only discuss the same with it or its authorized representatives. Upon completion of
this agreement term, all documents, reports, maps, data and studies prepared by the
CONSULTANT pursuant thereto shall become the property of the CITY and be delivered to
the Director of Engineering.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress,
analyses, or results and findings of the work conducted under this agreement shall not be
presented publicly or published without prior written approval in writing by the CITY.
It is further agreed that if any information concerning the project, its conduct, results, or
data gathered or processed should be released by the CONSULTANT without prior
approval from the CITY, the release of same shall constitute grounds for termination of this
GC5
AED CSA - Bridge Rehabilitation and Repairs
agreement without indemnity to the CONSULTANT, but should any such information be
released by the CITY or by the CONSULTANT with such prior written approval, the same
shall be regarded as public information and no longer subject to the restrictions of this
agreement.
DESIGN AND REVIEW MANAGER
The Design and Review Manager (Assistant Director of Engineering) or his duly appointed
representative(s) shall act as the Liaison Engineer between the CONSULTANT and the CITY
and all utilities, and authorities or governments whose properties will be affected. The
CONSULTANT shall arrange for conferences, for exchanges of data and information, and for
necessary approvals.
All correspondence, data, information, and reports shall be directed to the Design and
Review Manager to provide for proper distribution to the parties concerned.
All conferences, including telephone conversations and decisions, shall be reduced to
writing by the CONSULTANT and at least two (2) copies shall be forwarded to the Design
and Review Manager within seven (7) calendar days of the event.
The CONSULTANT shall meet with the CITY for review of the work or submit in writing a
project status update on a monthly basis or as determined by the CITY.
The Design and Review Manager will expedite any necessary decisions affecting the
performance of the CONSULTANT's Agreement, but the CONSULTANT shall not make use of
the Design and Review Manager's services on trivial or minor matters normally to be
decided by the CONSULTANT.
If the project includes work for Augusta Utilities, an AU Liaison Engineer will act in the
same capacity as the AED Design and Review Manager does for the roadway design work.
Both the AU Liaison Engineer and the AED Design and Review Manager shall be copied on
all correspondence including documented phone conversations and minutes of 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, and CONSULTANTs
for final bridge plans, municipalities and local government officials, utility companies,
railroads, and others, as may be directed by the CITY. Such cooperation shall include
attendance at meetings, discussions, and hearings, as may be requested by the CITY,
furnishing plans and other data produced in the course of work on the Project, as may be
requested from time to time by the CITY to effect such cooperation and compliance with all
directives issued by the CITY in accordance with this agreement.
GC6
AED CSA - Bridge Rehabilitation and Repairs
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 CITY, and all questions of
interpretation and construction shall be governed by the Laws of the State of Georgia.
All claims, disputes and other matters in question between the Owner and the
CONSULTANT arising out of or relating to the Agreement, or the breach thereof, shall be
decided in the Superior Court of Richmond County, Georgia. The CONSULTANT, by
executing this Agreement, specifically consents to venue in Augusta and waives any right to
contest the venue in the Superior Court of Richmond County, Georgia.
CONTRACT TERMINATION
Pursuant to O.C.G.A. 36- 60 -13, this Agreement shall terminate absolutely and without
further obligation on the part of the CITY at the close of the calendar year in which this
Agreement is executed and at the close of each succeeding calendar year for which the
agreement may be renewed by the parties hereto.
This Agreement shall nevertheless automatically be renewed unless the CITY provides
written notice to the CONSULTANT of its intention to terminate the Agreement at least
thirty days prior to the close of the calendar year for which the Agreement is presently
effective between the parties and /or has been renewed by the CITY. This Agreement shall
obligate the CITY solely for those sums payable during the initial term of execution or in the
event of renewal by the CITY for those sums payable in such individual renewal terms.
Notwithstanding the foregoing language, the CONSULTANT agrees to continuously render
the professional services specified by the Agreement to the CITY for such terms or renewal
terms as are effective pursuant to this Agreement and for which the CITY agrees to pay in
accordance with the terms of the Agreement or any future amendments thereto.
The CITY may terminate this contract in part or in whole upon written notice to the
CONSULTANT. The CONSULTANT shall be paid for any validated services under this
Contract up to the time of termination.
SUSPENSION OF THE WORK. TERMINATION AND DELAY
To the extent that it does not alter the scope of this Agreement, the CITY 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. CITY 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 CITY.
GC7
AED CSA - Bridge Rehabilitation and Repairs
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.
If the project includes work for the Augusta Utilities (AU), the CONSULTANT shall research
all Augusta Utilities records and act on behalf of the AU to identify the existing facilities on
the submitted roadway plans for avoidance, or resolution, of conflicts with the road
construction details or with the existing or proposed facilities of other utilities.
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 CITY
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 CITY Commission.
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, CITY
GC8
AED CSA - Bridge Rehabilitation and Repairs
30901, or at such other place or places as may be subsequently designated by written
notice to the CONSULTANT. All written notices, demands, and other papers or documents
to be delivered to the CONSULTANT under this Agreement shall be directed to or at such a
place or places subsequently to be designated in writing by the CONSULTANT to the CITY.
LOCAL SMALL BUSINESS
In accordance with Chapter 10B of the CITY. CODE, the consultant expressly agrees to
collect and maintain all records necessary to for CITY to evaluate the effectiveness of its
Local Small Business Opportunity Program and to make such records available to CITY. The
requirements of the Local Small Business Opportunity Program can be found at
www.augustagagov. 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. CONSULTANT shall report to CITY the
total dollars paid to each local small business on each contract, and shall provide such
payment affidavits, regarding payment to SUB - CONSULTANTS as may be requested by
CITY. 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 CITY. Failure
to provide such reports within the time period specified by CITY shall entitle CITY to
exercise any of the remedies set forth, including but not limited to, withholding payment
from the consultant.
DRUG FREE WORK PLACE
CONSULTANT shall be responsible for insuring that its employees shall not be involved in
any manner with the unlawful manufacture, distribution, dispensation, possession, sale or
use of a controlled substance in the workplace. For purposes of the policy, "workplace" is
defined as CITY owned or leased property, vehicles, and project or client site. Any violation
of the prohibitions may result indiscipline and /or immediate discharge.
CONSULTANT shall notify the appropriate federal agencies of an employee who has a
criminal drug statue conviction for workplace violations.
CONSULTANT may require drug or alcohol testing of employees when contractually or
legally obligated, or when good business practices would dictate.
EMPLOYMENT OF COUNTY'S PERSONNEL
The CITY has incurred considerable expense for advertising, recruiting, evaluating, training
and retaining its employees. As such, CONSULTANT hereby agrees that it will not directly
or indirectly, solicit or hire any employee of the CITY, or induce any employee to terminate
his employment with the CITY during the terms of this Agreement, nor for a period of one
year following the end of said term. CONSULTANT may not hire, employ, or allow a CITY
employee to provide services without the prior consent of the CITY, except as provided
herein
GC9
AED CSA - Bridge Rehabilitation and Repairs
INSURANCE
Prior to beginning work, the CONSULTANT shall obtain and furnish certificates to the CITY
for the following minimum amounts of insurance:
A. Workmen's Compensation Insurance in accordance with the laws of the State of
Georgia.
B. Public Liability Insurance in an amount of not less than One Hundred Thousand
($100,000.00) Dollars for injuries, including those resulting in death to any one
person, and in an amount of not less than Three Hundred Thousand ($300,000.00)
Dollars on account of any one occurrence.
C. Property Damage Insurance in an amount of not less than Fifty Thousand
($50,000.00) Dollars from damages on account of any occurrence, with an aggregate
limit of One Hundred Thousand ($100,000.00) Dollars.
D. Valuable Papers Insurance in an amount sufficient to assure the restoration of any
plans, drawings, field notes, or other similar data relating to the work covered by
the Project.
E. Professional Liability Insurance in an amount that correlates to the amount of this
Agreement and nature of the project.
PERSONNEL
The 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 SUB - CONSULTANTS, engaged in performing services
for the CONSULTANT under this Agreement shall be indicated in a personnel listing
attached hereto as Exhibit "A" and incorporated herein by reference. No changes or
substitutions shall be permitted in the CONSULTANT's key personnel as set forth herein
without the prior written approval of the Director or his designee.
The CONSULTANT shall employ in responsible charge of supervision and design of the
work only persons duly registered in the appropriate category; and further shall employ
only qualified surveyors in responsible charge of any survey work.
The CONSULTANT shall endorse all reports, contract plans, and survey data. Such
endorsements shall be made by a person duly registered in the appropriate category by the
Georgia State Board of Registration for Professional Engineers and Land Surveyors, being
in the full employ of the CONSULTANT and responsible for the work prescribed by this
Agreement.
GC10
AED CSA - Bridge Rehabilitation and Repairs
RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULTANT shall be responsible for any and all damages to properties or persons
caused by its employees, SUB - CONSULTANTS, or agents, and shall hold harmless the CITY,
its officers, agents, and employees from all suits, claims, actions, or damages of any nature
whatsoever to the extent found to be resulting from the CONSULTANT, its SUB -
CONSULTANTS, 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
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 SUBCONSULTANT. The CITY will not approve any SUBCONSULTANT for
work covered by this Agreement that has not been recommended for approval the
Construction Manager.
GC11
AED CSA - Bridge Rehabilitation and Repairs
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 the services required to accomplish the work plan as
stated above under such control and supervision by the CITY, as the CITY may deem
appropriate.
GC12
AED CSA - Bridge Rehabilitation and Repairs
Augusta, GA Engineering Department
ATTACHMENT B
Design and Field Engineering Service for
Bridge Rehabilitation and Repairs
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
Project Number: 328 - 041110- 211828012
ly Grattan
x I am a citizen of the United States.
OR
OR
112011
Q E %O R A
Systematic Alien Verification for Entitlements (SAVE) Program
Affidavit Verifying Status for City of Augusta Benefit Application
Kecuting this affidavit under oath, as an applicant for a City of Augusta, Georgia BusirH
se or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public ben
Terence in O.C.G.A. Section 50 -36-1, I am stating the following with respect to my bid for a (
gusta contractfor REP #11 -134, Design & Field Engineering Services for Bridge Rehabili
)aidMNP/RFQProjectWwnber and Project Name) and Repairs
?ypr Name ofnstwsi pa en applying on behalfofindhv/dnal, business. crrporation, asnmsehiA or otr r pdmie enW
land Altobelli Associates, Inc.
Print/Type: Name ofbuskwss, corporation, pap, or other pdvat• entity]
I am a legal permanent resident 18 years of age or older.
I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Feder
ration and Nationality Act (8 USC 1101 at seq.) 18 years of age or older and lawfully present
died States.
king the above representation under oath, I understand that any person who knowing
tllfully makes a false, fictitious, or fraudulent statement or representation in an of tai
to guilty of a violation of Code Section 1 10-20 of : • I Code of Georgia.
Ad e Ipnatyr6 ii a nt
Buddy Grattan
Printed Name
* Alien Registration Number for Non - Citizens
'AND SW BEF E ME ON THIS THE 6W /A DAY OF
'ublic
emission Expires: `15' a 0/ ,
T ,
NOTARY PlJaUC
avoinnett County
State of Georgia
15,
The successful vendor will submit the above forms to the Procurement Department no later that
five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the dab
forms are to be received).
I OF GEORGIA - COUNTY OF RICHMOND BID/RFP /RFQ# 11 -134
cuting this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13-11
sting affirmatively that the individual, firm, or corporation which is engaged in the physic
nance of services under a contract with Moreland Altobelli Associates on behalf of Augusi
xid County Board of Commissioners has registered with and is participating in a federal woi
nation program* [any of the electronic verification of work authorization programs operated b
ited States Department of Homeland Security or any equivalent federal work authorizatio
n operated by the United States Department of Homeland Security to verify information c
tired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 9C
accordance with the applicability provisions and deadlines established in O. C. G. A 13 - 10 - 91
z
• User Identification Number
:eying Design Technologies, Inc.
ty Name
horized Officer or Agent
Infractor Signature)
President
uthorized Officer or Agent of Contractor
ry C. Givens
tame of Authorized Officer or Agent
USED AND SWORN BEFORE ME ON THIS THE
DAY OF rebrva rf/ 201&
•
blic
/ yG $1�
fission Expires: • Z ,
S
un P q 20ig NOTARY S�►L LtG ���
•• Co' '
'he successful vendor will submit the above forms to the Procurem be partment no later
han five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
he date forms are to be received).
1/09
SUBCONTRACTOR AFFIDAVIT
O R G I A
Georgia Law requires your company to have an
E- Verify*User Identification Number on or after July
1, 2009.
For additional information: State of Georgia
httDJ/ www .dol.state.aa.us /odf /ruies1300 10 1.odf
httas: / /e- verifv.uscis.aov /enroll/
• ��� B A T ,se i'
butes* 4,
•
+e of Authorized Company Representative
y C. Givens, Vice President
ublic: '1"Q Row r F , p
G E• C) R G I A
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON — COLLUSION AFFIDAVIT OF SUBCONTRACTOR
iney C. Givens
ands agreement or connection with any �ic that this bid or proposal is made without prig
ng. A corporation, firm or person submitting a bid for the sea
t or or service to be done or the supplies, materials or equipment to be furnished and is in all respec
without collusion or fraud. I understand collusive bidding is a violation of state and federal law and ce
fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid
ti and certify that I am authorized to sign this bid or proposal for the bidder.
urther states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e),
eering Design Technologies, Inc. has not, by itself or with others, directly or indirecti!
sd or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiai
states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on th
by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for th
urther states that the said offer of sngineeriag Design Tectu ologi ", Inc. is bona fide, and that no one ha
any supplier and attempted to get such person or company to furnish the materials to the bidder only, c
led to any other bidder, that the material shall be at a higher price.
►ind subscribed before me this Z of ft brva rt,1 , 2oL .
nature
�..N
its. t s , ap►FI r
P' _ ..... AGO •
(Print Name) :
_
• TJ�
r Rb oRG • -
, JUNES, 2016
;ion Expires: TUY)e q , 2_01S NOTARY SEAL '', t?•,AUB134 A l
••• i�e CO Q ,,�s%
he successful vendor will submit the above forms to the Procurement Department no later
han five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
he date forms are to be received).
LTE OF GEORGIA - COUNTY OF RICHMOND
xecuting this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13-1'
stating affirmatively that the individual, firm, or corporation which is engaged In the physic
umance of services under a contract with Moreland Altobeili Aasociatespn behalf of Augus
mond County Board of Commissioners has registered with and is participating in a federal whx
orization program'' [any of the electronic verification of work authorization programs operated t
Jnited States Department of Homeland Security or any equivalent federal work authorizatio
ram operated by the United States Department of Homeland Security to verify information i
y hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 9f
in accordance with the applicability provisions and deadlines established In O. C. G. A 13 -10-91
-3 945z)
ify * User identification Number
W LE
any N
%cg ,:?,I1dE✓T
f Authorized Officer or Agent of Contractor
ohrr A ,bass
ti Name of Authorized Officer or Agent
CRI
7
zed Officer or Agent
Signature)
AND SWORN BEFORE ME ON THIS THE
4IY AY. 4 i1i .-',,
Public
mmisslon Expires:
The successful vendor will submit the above forms
than five (5) days after receiving the "Letter of Recom
the date forms are to be received).
"13109
SUBCONTRACTOR AFFIDAVIT
BID/RFP/RFON 11 -134
Georgia Law requires your company to have an
E- Ver$fyr'User identification Number on or after July
1, 2000.
For additional information: State of Georgia
http://www.dolstate.aa.usiodfirules/300 10 i.odf
httas: / /e-ver ► . - - • • /enroll/
rtment no later
s letter will denote
G E /0 R G I A
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR
tithe' I f S( certify that this bid or proposal is made without pri
rstanding, agreement or connection with any corporation, firm or person submitting a bid for the san
, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respec
.nd without collusion or fraud. I understand collusive bidding is a violation of state and federal law and c
t in fines, prison sentences and civil damages awards. 1 agree to abide by all conditions of this bid
,sal and certify that I am authorized to sign this bid or proposal for the bidder.
ttfurther states that pursuant to O.C.GA. Section 36 -91 -21 (d) and (e),
i� /4,e* 684 irimov 4ses*+) has not, by itself or with others, directly or indirect'
rated or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affia
it states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on tt
by any means whatever, nor has Affiant caused or ind uced another to withdraw a bid or offer for tt
it further states that the said offer of HAP /n+c (m t'iiwy s bona fide, and that no one hg
to any supplier and attempted to get such person or company to furnish the materials to the bidder only, i
fished tg y th bidd , that the material shall be at a higher price.
turO of Authorized Company Representative
PAEPDFAir
Public: (Print Name)
lesion Expires: NOTARY SEAL
20 4?
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
ATE OF GEORGIA - COUNTY OF RICHMOND
a It 0 It 0 1 A
BIDJRFP/RFQsf 11 -134
SUBCONTRACTOR AFFIDAVIT
executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-
, stating affirmatively that the individual, firm, or corporation which is engaged in the physical
formance of services under a contract with Nor e 1and Altobelli Associates on behalf of Augusta
hmond County Board of Commissioners has registered with and is participating in a federal work
ttorization program* [any of the electronic verification of work authorization programs operated by
United States Department of Homeland Security or any equivalent federal work authorization
gram operated by the United States Department of Homeland Security to verify information of
vly hired employees, pursuant to the immigration Reform and Control Act of 1986 ([RCA), P.L 99-
I), in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 10-91.
Baal
erify " Use' Identification Number
4Y 4Rout► Gewt5uurt.. 4 6144t•3tr.RS rrs c
Ipany Name
6o1�A, L2 _ 4 0
Authorized Officer or Agent
(Contractor Signature)
teetbewr
of Authorized Officer or Agent of Contractor
41.01 M td- RA
ad Name of Authorized Officer or Agent
SCRIBED AND SWORN BEFORE ME ON THIS THE
DAY OF 20_t
ry 'Pubtic
ommiesion Expires:41 j 12
1113109
Georgia Law requires your company to have an
E- Vsrlfy`tieer Identification Number on or after July
1, 2009.
For additional information: State of Georgia
httmllwww.doi_state.ca..,us/ 300 10 Lodi
httosJ /e- vefifv.uscis.aov /enrol/
— it APR = s
*• 13 : *E
2014
1 *
NOTARY SEAL
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the 'Getter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
e
n R G 1. A
In accordance with the Laws of Georgia, the following affidavit iss required by all vendors
NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR
A s H %*v► b - %LAY certify that this bid or proposal is made without prio
iderstanding, agreement or connection with any corporation, firm or person submitting a bid for the same
wk, labor or service to be done or the supplies, materials or equipment to be furnished and is in aN respect*
r and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and car
suit in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid a
,posed and certify that I am authorized to sign this bid or proposal for the bidder.
tent further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (a),
tAY Get o orb CON sow uhf rte EtaGrolle a has not, by itself or with others, directly or indirectly,
*vented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiani
then states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the
*ject by any means whatever, nor has Afflant caused or induced another to withdraw a bid or offer far the
rk.
lent further states that the said offer of µGP Des* cot 4rfaviafi'tis bona fide, and that no one has
ne to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or
snished to any other bidder, that the material shall be at a higher price.
EZk- .• _
nature of Authorized Company Representative
Ws t aeteir
orn to and subs bed before me this 2 1 `` day of
cry Signature
*try Public: �� (Print Name) : .•• ! • G
n G • _
h, .: :i APR �
*mission Expires: 41 I)112- NOTARY SEAL � ' 21)14
44°
ilommoo
e: The successful vendor will submit the above forms to the Procurement Dapartment no later
then five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the dale forms are to be receives.
Company ID Number: 53328
Tltl_E- VFRIT, "X., M; 'OR t.t� # :.'i�iy
.ilE'.#:)R N t Or UNI)F1S1 t: <Di'. "•••
ARTICLE I
PURPOSE AND AUTHORITY
This Memorandum of Understanding (MOU) sets forth the points of agreement between the
Social Security Administration (SSA), the Department of Homeland Security (DHS) and
Moreland Altobelli Associates, Inc. ( Employer) regarding the Employer's participation in the
Employment Eligibility Verification Program (E- Verify). E- Verify is a program in which the
employment eligibility of all newly hired employees will be confirmed after the Employment
Eligibility Verification Form (Form 1 -9) has been completed.
Authority for the E -Verify program is found in Title IV, Subtitle A, of the Illegal Immigration
Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104 -208, 110 Stat. 3009, as
amended (8 U.S.C. § 1324a note).
ARTICI;,E II
FUNCTIONS TO BE PERFORMED
(. RESPONSIBILITIES OF THE SSA
L Upon completion of the Form 1 -9 by the employee and the Employer, and provided the
'smployer complies with the requirements of this MOU, SSA agrees to provide the Employer
with available information that allows the Employer to confirm the accuracy of Social Security
lumbers provided by all newly hired employees and the employment authorization of U.S.
;itizens.
:. The SSA agrees to provide to the Employer appropriate assistance with operational
wroblems that may arise during the Employer's participation in the E -Verify program. The SSA
grees to provide the Employer with names, tides, addresses, and telephone numbers of SSA
epresentatives to be contacted during the E- Verify process.
The SSA agrees to safeguard the information provided by the Employer through the E-
Terify program procedures, and to limit access to such information, as is appropriate by law, to
adividuals responsible for the verification of Social Security Numbers and for evaluation of the
, ,-Verify program or such other persons or entities who may be authorized by the SSA as
,overned by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and
.SA regulations (20 CFR Part 401).
. SSA agrees to establish a means of automated verification that is designed (in
onjunction with DHS's automated system if necessary) to provide confirmation or tentative
onconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both
itizens and aliens within 3 Federal Government work days of the initial inquiry.
Company ID Number: 53328
5. SSA agrees to establish a means of secondary verification (including updating SSA
records as may be necessary) for employees who contest SSA tentative nonconfirmations that is
designed to provide final confirmation or nonconfumation of U.S. citizens' employment
eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal
Government work days of the date of referral to SSA, unless SSA determines that more than 10
days may be necessary. In such cases, SSA will provide additional verification instructions.
B. . RESPONSIBILITIES OF THE DEPARTMENT OF HOMELAND SECURITY
1. Upon completion of the Form I -9 by the employee and the Employer and after SSA
verifies the accuracy of SSA records for aliens through E- Verify, DHS agrees to provide the
Employer access to selected data from DHS's database to enable the Employer to conduct:
• Automated verification checks on newly hired alien employees by electronic means, and
• Photo verification checks (when available) on newly hired alien employees.
1. DHS agrees to provide to the Employer appropriate assistance with operational problems
hat may arise during the Employer's participation in the E- Verify program. DHS agrees to
rovide the Employer names, titles, addresses, and telephone numbers of DHS representatives to
ie contacted during the E- Verify process.
{, DHS agrees to provide to the Employer a manual (the E- Verify Manual) containing
nstructions on E- Verify policies, procedures and requirements for both SSA and DHS, including
estrictions on the use of E- Verify.. DHS agrees to provide training materials on E-Verify.
I. DHS agrees to provide to the Employer a notice, which indicates the Employer's
participation in the E-Verify program. DHS also agrees to provide to the Employer anti -
liscrimination notices issued by the Office of Special Counsel for Immigration - Related Unfair
'employment Practices (OSC), Civil Rights Division, and U.S. Department of Justice.
DHS agrees to issue the Employer a user identification number and password that permits
he Employer to verify information provided by alien employees with DHS's database.
. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit
ccess to such information to individuals responsible for the verification of alien employment
ligibility and for evaluation of the E- Verify program, or to such other persons or entities as may
e authorized by applicable law. Information will be used only to verify the accuracy of Social
ecurity Numbers and employment eligibility, to enforce the Immigration and Nationality Act
nd federal criminal laws, and to ensure accurate wage reports to the SSA.
. DHS agrees to establish a means of automated verification that is designed (in
injunction with SSA verification procedures) to provide confirmation or tentative
onconfirmation of employees' employment eligibility within 3 Federal Government work days
f the initial inquiry.
Company ID Number: 53328
8. DHS agrees to establish a means of secondary verification (including updating DHS
records as may be necessary) for employees who contest DHS tentative nonconfirmations and
photo non -match tentative nonconfirmations that is designed to provide final confirmation or
nonconfirmation of the employees' employment eligibility within 10 Federal Government work
days of the date of referral to DHS, unless DHS determines that more than 10 days may be
necessary. In such cases, DHS will provide additional verification instructions.
C. RESPONSIBILITIES OF THE EMPLOYER
1. The Employer agrees to display the notices supplied by DHS in a prominent place that is
clearly visible to prospective employees.
2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and
telephone numbers of the Employer representatives to be contacted regarding E- Verify.
3. The Employer agrees to become familiar with and comply with the E- Verify Manual.
4. The Employer agrees that any Employer Representative who will perform employment
verification queries will complete the E- Verify Tutorial before that individual initiates any
queries.
A. The employer agrees that all employer representatives will take the refresher
tutorials initiated by the E- Verify program as a condition of continued use of E-
Verify.
B. Failure to complete a refresher tutorial will prevent the employer from continued
use of the program.
5. The Employer agrees to comply with established Form I-9 procedures, with two
exceptions:
• If an employee presents a "List B" identity document, the Employer agrees to only accept
"List B" documents that contain a photo. (List B documents identified in 8 C.F.R. §
274a.2 (b) (1) (B)) can be presented during the Form 1 -9 process to establish identity).
• If an employee presents a DHS Form I -551 (Permanent Resident Card) or Form I -766
(Employment Authorization Document) to complete the Form I -9, the Employer agrees
to make a photocopy of the document and to retain the photocopy with the employee's
Form 1 -9. The employer will use the photocopy to verify the photo and to assist the
Department with its review of photo non - matches that are contested by employees. Note
that employees retain the right to present any List A, or List B and List C, documentation
to complete the Form I -9. DHS may in the future designate other documents that activate
the photo screening tool.
i. The Employer understands that participation in E- Verify does not exempt the Employer
iom the responsibility to complete, retain, and make available for inspection Forms I -9 that relate
o its employees, or from other requirements of applicable regulations or laws, except for the
ollowing modified requirements applicable by reason of the Employer's participation in E-
Jerlfr' (fl itiftntity tlnemiantc meat haul rahntne ee .imn.:1..A .., ».- ... -..+1. a t_.. i •t•
Company ID Number: 53328
rebuttable presumption is established that the Employer has not violated section 274A(aX 1)(A) of
the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it
obtains confirmation of the identity and employment eligibility of the individual in compliance
with the terms and conditions of E -Verify ; (3) the Employer must notify DHS if it continues to
employ any employee after receiving a final nonconfirmation, and is subject to a civil money
penalty between $500 and $1,000 for each failure to notify DHS of continued employment
following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it
has knowingly employed an unauthorized alien in violation of section 274A(aX1XA) if the
Employer continues to employ any employee after receiving a final nonconfirmation; and (5) no
person or entity participating in E -Verify is civilly or criminally liable under any law for any
action taken in good faith on information provided through the confirmation system. DHS
reserves the right to conduct Form I -9 compliance inspections during the course of E- Verify, as
well as to conduct any other enforcement activity authorized by law.
7. The Employer agrees to initiate E -Verify verification procedures within 3 Employer
business days after each employee has been hired (but after both sections 1 and 2 of the Form 1 -9
have been completed), and to complete as many (but only as many) steps of the E -Verify process
as are necessary according to the E- Verify Manual. The Employer is prohibited from initiating
verification procedures before the employee has been hired and the Form I -9 completed. If the
automated system to be queried is temporarily unavailable, the 3-day time period is extended
mtil it is again operational in order to accommodate the Employer's attempting, in good faith, to
hake inquiries during the period of unavailability. In all cases, the Employer must use the SSA
rerificatiion procedures first, and use DHS verification procedures and photo screening tool only
after the the SSA verification response has been given.
I. The Employer agrees not to use E -Verify procedures for pre- employment screening of
ob applicants, support for any unlawful employment practice, or any other use not authorized by
his MOU. The Employer must use E- Verify for all new employees and will not verify only
:ertain employees selectively. The Employer agrees not to use E -Verify procedures for re-
rerification, or for employees hired before the date this MOU is in effect. The Employer
mderstands that if the Employer uses E -Verify procedures for any purpose other than as
authorized by this MOU, the Employer may be subject to appropriate legal action and the
mmediate termination of its access to SSA and DHS information pursuant to this MOU.
). The Employer agrees to follow appropriate procedures (see Article III.B. below)
egarding tentative nonconfirmations, including notifying employees of the finding, providing
written referral instructions to employees, allowing employees to contest the finding, and not
alcing adverse action against employees if they choose to contest the finding. Further, when
mployees contest a tentative nonconfirmation based upon a photo non - match, the Employer is
squired to take affirmative steps (see Article III.B. below) to contact DHS with information
ecessary to resolve the challenge.
0. The Employer agrees not to take any adverse action against an employee based upon the
mployee's employment eligibility status while SSA or DHS is processing the verification request
nless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1 (1)) that the employee is
of work authorized. The Employer understands that an initial inability of the SSA or DHS
utomated verification to verify work authorization, a tentative nonconfirmation, or the finding of
Company ID Number: 53328
a photo non - match, does not mean, and should not be interpreted as, an indication that the
employee is not work authorized. In any of the cases listed above, the employee must be provided
the opportunity to contest the finding, and if he or she does so, may not be terminated or suffer
any adverse employment consequences until and unless secondary verification by SSA or DHS
has been completed and a final nonconfirmation has been issued. If the employee does not choose
to contest a tentative nonconfirmation or a photo non - match, then the Employer can find the
employee is not work authorized and take the appropriate action.
11. The Employer agrees to comply with section 2748 of the INA by not discriminating
unlawfully against any individual in hiring, firing, or recruitment or referral practices because of
his or her national origin or, in the case of a protected individual as defined in section 274B(aX3)
of the INA, because of his or her citizenship status. The Employer understands that such illegal
practices can include selective verification or use of E- Verify, discharging or refusing to hire
eligible employees because they appear or sound "foreign ", and premature termination, of
employees based upon tentative nonconfirmations, and that any violation of the unfair
immigration- related employment practices provisions of the INA could subject the Employer to
civil penalties pursuant to section 274B of the TWA and the termination of its participation in E-
Verify. If the Employer has any questions relating to the anti - discrimination provision, it should
contact OSC at 1- 800 -255 -7688 or 1 -800- 237 -2515 (TDD).
12. The Employer agrees to record the case verification number on the employee's Form I -9
Dr to print the screen containing the case verification number and attach it to the employee's Form
1-9.
13. The Employer agrees that it will use the information it receives from the SSA or DHS
xusuant to E- Verify and this MOU only to confirm the employment eligibility of newly -hired
employees after completion of the Form I -9. The Employer agrees that it will safeguard this
nformation, and means of access to it (such as PINS and passwords) to ensure that it is not used
ror any other purpose and as necessary to protect its confidentiality, including ensuring that it is
iot disseminated to any person other than employees of the Employer who are authorized to
serform the Employer's responsibilities under this MOU.
14. The Employer acknowledges that the information which it receives from SSA is
governed by the Privacy Act (5 U.S.C. § 552a (i) (1) and (3)) and the Social Security Act (42
J.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it
or any purpose other than as provided for in this MOU may be subject to criminal penalties.
5. The Employer agrees to allow DHS and SSA, or their authorized agents or designees, to
Hake periodic visits to the Employer for the purpose of reviewing E- Verify - related records, i.e.,
'orms I-9, SSA Transaction Records, and DHS verification records, which were created during
he Employer's participation in the E -Verify Program. In addition, for the purpose of evaluating
7 .- Verify, the Employer agrees to allow DHS and SSA or their authorized agents or designees, to
aterview it regarding its experience with E- Verify, to interview employees hired during E- Verify
Ise concerning their experience with the pilot, and to make employment and E -Verify related
words available to DHS and the SSA, or their designated agents or designees. Failure to comply
kith the terms of this paragraph may lead DHS to terminate the Employer's access to E-Verify.
Company ID Number: 53328
ARTICLE III
REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF
HOMELAND SECURITY
A. REFERRAL TO THE SSA
1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must
print the tentative nonconfirmation notice as directed by the automated system and provide it to
the employee so that the employee may determine whether he or she will contest the tentative
nonconfi nation.
2. The Employer will refer employees to SSA field offices only as directed by the
automated system based on a tentative nonconfirmation, and only after the Employer records the
case verification number, reviews the input to detect any transaction errors, and determines that
the employee contests the tentative nonconfirmation. The Employer will transmit the Social
Security Number to SSA for verification again if this review indicates a need to do so. The
Employer will determine whether the employee contests the tentative nonconfirmation as soon as
possible after the Employer receives it.
3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide
the employee with a referral letter and instruct the employee to visit an SSA office to resolve the
discrepancy within 8 Federal Government work days. The Employer will make a second inquiry
to the SSA database using E- Verify procedures on the date that is 10 Federal Government work
days after the date of the referral in order to obtain confirmation, or final nonconfirmation, unless
otherwise instructed by SSA or unless SSA determines that more than 10 days is necessary to
resolve the tentative nonconfirmation..
4. The Employer agrees not to ask the employee to obtain a printout from the Social
Security Number database (the Numident) or other written verification of the Social Security
Number from the SSA.
B. REFERRAL TO THE DEPARTMENT OF HOMELAND SECURITY
1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must
print the tentative nonconfirmation notice as directed by the automated system and provide it to
the employee so that the employee may determine whether he or she will contest the tentative
:ionconfirmation.
t. If the Employer finds a photo non -match for an alien who provides a document for which
he automated system has transmitted a photo, the employer must print the photo non-match
: entative nonconfirmation notice as directed by the automated system and provide it to the
anployee so that the employee may determine whether he or she will contest the finding.
S. The Employer agrees to refer individuals to DHS only when the employee chooses to
:ontest a tentative nonconfirmation received from DHS automated verification nroceaa nr whPn
Company ID Number: 53328
the Employer issues a tentative nonconfirmation based upon a photo non - match. The Employer
will determine whether the employee contests the tentative nonconfumation as soon as possible
after the Employer receives it.
4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will
provide the employee with a referral letter and instruct the employee to contact the Department
through its toll -free hotline within 8 Federal Government work days.
5. If the employee contests a tentative nonconfirmation based upon a photo non - match, the
Employer will provide the employee with a referral letter to DHS. DHS will electronically
transmit the result of the referral to the Employer within 10 Federal Government work days of the
referral unless it determines that more than 10 days is necessary.
5. The Employer agrees that if an employee contests a tentative nonconfirmation based
ipon a photo non - match, the Employer will send a copy of the employee's Form I -551 or Form I-
766 to DHS for review by:
• Scanning and uploading the document, or
• Sending a photocopy of the document by an express mail account (furnished and paid for
by DHS).
1. The Employer understands that if it cannot determine whether there is a photo
witch/non-match, the Employer is required to forward the employee's documentation to DHS by
canning and uploading, or by sending the document as described in the preceding paragraph, and
esolving the case as specified by the Immigration Services Verifier at DHS who will determine
he photo match or non - match.
ARTICLE N
SERVICE PROVISIONS
'he SSA and DHS will not charge the Employer for verification services performed under this
4OU. The Employer is responsible for providing equipment needed to make inquiries. To access
se E -Verify System, an Employer will need a personal computer with Internet access.
ARTICLE V
PARTIES
his MOU is effective upon the signature of all parties, and shall continue in effect for as long as
ie SSA and DHS conduct the E- Verify program unless modified in writing by the mutual
onsent of all parties, or terminated by any party upon 30 days prior written notice to the others.
.ny and all system enhancements to the E -Verify program by DHS or SSA, including but not
mited to the E- Verify checking against additional data sources and instituting new verification
rocedures, will be covered under this MOU and will not cause the need for a supplemental MOU
tat outlines these changes. DHS agrees to train employers on all changes made to E- Verify
trough the use of mandatory refresher tutorials and updates to the E -Verify manual. Even
Company ID Number: 53328
without changes to E- Verify, the Department reserves the right to require employers to take
mandatory refresher tutorials.
Termination by any party shall terminate the MOU as to all parties. The SSA or DHS may
terminate this MOU without prior notice if deemed necessary because of the requirements of law
or policy, or upon a determination by SSA or DHS that there has been a breach of system
integrity or security by the Employer, or a failure on the part of the Employer to comply with
established procedures or legal requirements. Some or all SSA and DHS responsibilities under
this MOU may be performed by contractor(s), and SSA and DHS may adjust verification
responsibilities between each other as they may determine.
Nothing in this MOU is intended, or should be construed, to create any right or benefit,
substantive or procedural, enforceable at law by any third party against the United States, its
agencies, officers, or employees, or against the Employer, its agents, officers, or employees.
Each party shall be solely responsible for defending any claim or action against it arising out of or
related to E -Verify or this MOU, whether civil or criminal, and for any liability wherefrom,
including (but not limited to) any dispute between the Employer and any other person or entity
regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by
he Employer.
rhe employer understands that the fact of its participation in E- Verify is not confidential
nformation and may be disclosed as authorized or required by law and DHS or SSA policy,
ncluding but not limited to, Congressional oversight, E -Verify publicity and media inquiries,
and responses to inquiries under the Freedom of Information Act (FOIA).
Ile foregoing constitutes the full agreement on this subject between the SSA, DHS, and the
imployer.
'he individuals whose signatures appear below represent that they are authorized to enter into
his MOU on behalf of the Employer and DHS respectively.
Co be accepted as a participant in E- Verify, you should only sign the Employer's Section of
he signature page. If you have any questions, contact F- Verify Operations at 888 -464-
218.
: mployer Moreland Altobdli Associates, Inc.
Ands J Hardigree
lame (Please type or print) Title
lectronically Signed 09/10/2007
ignature Date
lepartment of Homeland Security — Verification Division
Company ID Number: 53328
USCIS Verification Division
Name (Please type or print) Title
Electronically Signed 09/10/2007
Signature Date
Company ID Number: 53328
Information relating to your Company:
INFORMATION REQUIRED
FOR THE E- VERIFY PROGRAM
Company Name: Moreland Altobelli Associates, Inc.
Company Facility Address: 2211 Beaver Ruin Road
Suite 190
Norcross, GA 30071
Company Alternate Address:
County or Parish: GWINNETT
Employer Identification Number. 581747712
North American Industry
7.lassification Systems Code: 237
?arent Company:
Dumber of Employees:
• GEORGIA 1 site(s)
Name: Linda J Hardigree
Telephone Number: (678) 728 - 9014
E-mail Address: lhardigree®maai.aet
100 to
499 Number of Sites Verified for 1
,re you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State.
formation relating to the Program Administrators) for your Company on policy questions or operational problems:
Fax Number: (770) 263 - 5955
Augusta, GA Engineering Depa rent
APPENDIXES
Design and Field Engineering Service for
Bridge Rehabilitation and Repairs
(Broad Street over Augusta Canal & Broad Street over Hawks Gully)
Project Number: 328- 041110- 211828012
CRITERIA
DESIGN SPECIFICATIONS
APPENDIX A
STANDARD SPECIFICATIONS
The Consultant shall become familiar with the latest, as determined by the AED, the American
Association of State Highway and Transportation Officials' Design Manuals for Arterial Streets.
Rural. Urban. and Interstate Highways. including those standards adopted by the AASHTO and
approved by the Secretary of Commerce, as provided by Title 23, United States Code, Section 109
(b), with the City's and Georgia D.O.T. Standards, Procedures, Plans, Specifications and Methods,
with Federal Highway Administration procedures relating to plan review and approval, and shall
produce plans in accordance therewith.
Design for bridges and other structures shall be in accordance with the American Association of
State Highway and Transportation Officials', hereinafter referred to as "AASHTO," Design
Specifications of 1992; AASHTO Standard Specifications for Horizontal Curved Highway Bridges;
AASHTO Standard Specifications for Structure Supports for Highway Signs. Luminairs and Traffic
Signals, current edition; and AASHTO Guide for Selecting, Locating and Designing Traffic Barriers,
current edition.
Traffic engineering shall be performed in accordance with procedures outlined in the Highway
Capacity Manual, Current Edition.
The lighting design shall be in accordance with the AASHTO publication, An Informational Guide
for Roadway Lighting current edition, and the Standard Specifications for Road and Bridge
Construction, 1983 edition, as modified by Supplemental Specifications and Special Provisions,
current editions.
On facilities where driveways are included, the Consultant shall become familiar with the Georgia
D.O.T. regulations and procedures and shall produce plans for upgrading driveway control.
CONSTRUCTION SPECIFICATIONS
The plans shall be in accordance with the Georgia D.O.T.'s Standard Specifications for Construction
of Roads and Bridges, as amended. The Consultant shall have access to the Georgia Standard
Construction and Materials Specifications for use throughout the Project.
PLAN SIZES
All plans for roadways, bridges, and walls may be Civil 3D or compatible generated drawings on
paper having outside dimensions of 24" by 36" with 1 -1/2" margin on the left and 1/2" margin
elsewhere. All plans shall be of reproducible quality.
A -1
AED CSA — Bridge Rehabilitation and Repairs
CONSTRUCTION PLAN REQUIREMENTS
Detailed requirements for the construction plans shall meet the criteria set forth in the Augusta
Public Works and Engineering Department Plan Preparation Guidelines.
The plans shall be fully dimensioned; all elevations necessary for construction shall be shown
similar to the GDOT's normal practice. They shall include a fully dimensioned geometric layout to
permit staking in the field without additional computation by the survey party. Utility locations
and methods of attachment shall be shown. Utilities to be carried on bridges will be established
by the AED.
In steel construction, the sizes and overall dimensions of members, their exact locations, the
number and arrangement of fasteners, fastener spacing, welds and other details necessary in
preparation of shop detail drawing shall be shown. In concrete construction, the location of all
reinforcement shall be shown and the plans shall include complete schedules of straight and bent
bars with bending details. The Consultant shall check all details and dimensions shown on the
plans before they are submitted to the AED for review.
Roadway plan sheets shall have the existing topography on the back of the sheet to permit manual
revisions to the front of the drawing, using a screening process producing 85 lines per inch with
50% light. Existing topography may be plotted in ink if this gives a screening effect acceptable to
the AED.
Topography shall remain fully legible when plans are reduced in size, but shall be less prominent
and readily distinguishable from proposed work.
Profile sheets shall have the existing ground line plotted in ink on the sheet.
Utility plan sheets may be the same material as the roadway plans.
COMPUTATIONS
All design computations and computer printouts shall be neatly recorded on 8 -1/2" by 11" sheets,
fully titled, numbered, dated, signed by the designer and checker and indexed. Two copies of these
computations, and the computer input and output, fully checked and appropriately bound, shall be
submitted to the AED with the plans for approval.
A complete tabulation of the drainage analysis along with the calculations used to determine the
size of drainage structures shall be submitted to the AED with the construction plans for approval.
DELIVERABLES
The tracings and all other documents prepared under this Agreement shall then be submitted to
the AED, AED or AU, whose property they shall remain, without limitations as to their future use.
All tracing cloth, mylar paper, and other materials required for the preparation of the plans,
A -2
AED CSA — Bridge Rehabilitation and Repairs
supplemental specifications, special provisions and computations shall be furnished by the
Consultant.
The Consultant shall submit to the AED, in electronic Civil 3D (or compatible) and Microsoft
version, one copy of all computer files depicting graphics, database details and design for the
drainage improvements, and road design data, created as a result of the design process. The
Consultant shall include appropriate level schedules, documentation, and assistance to the AED to
read, interpret, and effectively utilize the computer files. The Consultant may be required to
provide project drawings and files at any time as requested by the AED. The drawings and files
(hard or electronic) requested by the AED shall be within the Scope of Work as defined herein.
Graphics files shall be provided in AutoCAD, DXF, or Intergraph (IGDS) format. If the project
includes AU work, the Consultant shall provide drawings in accordance with the utilities chapter
of the AED Plan Preparation Guidelines.
NUMBER OF COPIES OF SUPPORTING DATA REQUIRED
Data collected for this project will be property of Augusta Engineering Department. In additions to
required hard copies submittals, selected Firm(s) or Team(s) will be required to provide Augusta
Engineering Department one electronic (editable) copy of all documents and studies, supporting
raw data, environmental data and analysis, geotechnical data and analysis, hydrology and
hydraulic studies, design plans, construction plans and constriction standards and specifications.
Electronic copies shall be submitted in respective software and compatible with Software used by
Augusta Engineering Department. Except as otherwise provided herein; the Consultant shall
submit all documents, reports, special provisions, sketches, design notes, and all other required or
necessary support data to the AED in duplicate.
PROGESS REPORT AND SCHEDULE
The Consultant shall report to the AED on suitable forms approved by the AED the status of work
and schedule on the 25th day of each month during the life of the Agreement.
PROFESSIONAL ENGINEER APPROVAL
All construction plans and documents designed, detailed, and furnished by the Consultant for the
AED shall bear a valid Professional Engineer Stamp. All plans submitted to the AED for review
shall have been checked by the Consultant prior to submission.
ECONOMICAL DESIGN
The Consultant shall make every effort to provide the most economical design. The Consultant
shall consider construction problems and sequencing in the design. The Consultant shall meet and
discuss economic considerations and construction staging with the AED prior to final design.
A -3
AED CSA — Bridge Rehabilitation and Repairs
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 — Bridge Rehabilitation and Repairs
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TypE OF INSURANCE
ADDL
INSR
SUER
MD
-
POLICY NUMBER
POLICY EFF
(MWDD/YYYY)
POLICY EXP
(MMIDD/YYYY)
LIMITS
A
GENERAL
---
X
LIABILITY
COMMERCIAL GENERAL UABILITY
X
Y
P- 630- 8014N34A
08/01/11
08/01/12
EACH OCCURRENCE
$ 1,000,000
$ 100,000
UAMAULIMtNILD
PRE ISES (Ea Occurrence)
MED EXP (Any One person)
$ 5,000
CLAIMS -MADE X OCCUR
PERSONAL &ADVINJURY
$ 1,000,000
X
CONTRACTUAL LIAB
GENERAL AGGREGATE
$ 2,000,000
X
INDEPENDENT CONTRACTOR
$ 2,000,000
PRODUCTS - COMP /OP AGG
GEN'L AGGREGATE LIMIT APPUES PER:
7 POLICY n , I n LOC
$
A
AUTOMOBILE
X
A
X
LIABILITY
ANYAUTO
ALL OWNED
AUTOS
HIREDAUtOS
_
X
SCHEDULED
AUTOS
NON -OWNED
AUTOS
Y
P- 810- 8014N34A
08/01/11
08/01/12
Ea accid en ( SINGLE UMI f
$ 1,000,000
$
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
$
( PRR r a acR
cde GE
$
$
A
�EXCESSLIAB
UMBRELLALIAB
](
OCCUR
CLAIMS -MADE
Y
PCUP- 8014N34A
08/01/11
08/01/12
EACH OCCURRENCE
$ 3,000,000
$ 3,000,000
$
AGGREGATE
DED X RETENTIONS 0
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOFWARTNER/EXECUTE Y / N
N
(Mandatory In NH) EXCLUDED?
If e, d u
DES OF OPERATIONS below
-
N/A / A
Y
UB- 8014N34A
08/01/11 /11
08/01/12 /12
X I WC STIMITATU- I L OTH -
TORY LS ER
EL EACH ACCIDENT
$ 1,000,000
E.L DISEASE - EA EMPLOYEE
$ 1,000,000
E.L DISEASE - POLICY LIMIT
$ 1 , 000 000
B
PROFESSIONAL LIABILITY
E0C9139449 -00
09/15/11
09/15/12
OCCURRENCE 1,000,000
AGGREGATE 2,000,000
DEDUCTIBLE 150,000
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required)
RE PROJECT NUMBER: 328 - 041110 - 211828012 BROAD STREET OVER AUGUSTA CANAL & BROAD STREET OVER HAWKS GULLY
1
CITY OF AUGUSTA GEORGIA
530 GREENE STREET
AUGUSTA GA 30901
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
T
A
CCOR "U°
/`1 `,,,,,, - CERTIFICATE OF LIABILITY INSURANCE
MI
DATE (MDDmYY)
6/14/2012
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER (770)939 -3231 Ext.
Manry & Heston, Inc.
Joe Bradley
PO Box 49607
Atlanta, GA 30359
CONTACT
PHONE IFAX
(A/C, No, EXt(: w/c, No):
EWIAIL
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC
INSURER A: TRAVELERS INDEMNITY COMPANY (A +; XV)
25658
INSURED MORELAND ALTOBELLI ASSOCIATES, INC.
2211 BEAVER RUIN ROAD
SUITE 190
NORCROSS, GA 30071
INSURERB: AMERICAN INSURANCE CO. (A +; XV)
16535
INSURERC:
INSURERD:
INSURERS:
INSURER F :
ACORD 25 (2010/05)
CERTIFICATE NUMBER:
REVISION NUMBER:
0
1988 -2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD