Loading...
HomeMy WebLinkAboutCRANSTON ENGINEERING AGREEMENT DESIGN AND FIELD ENGINEERING SERVICES FOR BRIDGE REHABILITATION AND REPAIRSy Ib�e L ldsnn P.E.; CPESC'Director ugusta,;GA Engineering Departmen 3 tt Cr 1 A CONSULTANT SERVICES AGREEMENT DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE REHABILITATION AND REPAIRS (15th Street Bridge over the Augusta Canal, and Broad Street On - Ramp over Roes Creek) Project Number: 328 - 041110 - 211828012 TABLE OF CONTENTS Request for Proposal_ Scope of Services Work Plan ➢ Project Approach 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 ➢ Certification Statement of Local Vendor Preferences ➢ Systematic Alien Verification for Entitlements Program ➢ Non- Collusion Affidavit of Contractors /Subcontractors ➢ 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, 0/`i Geri A. Sams Procurement Director (1 H (: 1 A CITY OF AUGUSTA, GEORGIA OFFICE OF THE PROCUREMENT DIRECTOR 530 GREENE STREET SUITE 605 AUGUSTA, GEORGIA 30901 (706) 821-2422 www.aug_ustaga.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.auoustacia.c ov, 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 Department REQUEST FOR PROPOSAL Design and Field Engineering Service for Bridge Rehabilitation and Repairs (15th Street Bridge over the Augusta Canal, and Broad Street On -Ramp over Raes Creek) 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 procbidandcontract .qov 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. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle Metro Courier May 26, June 2, 9, 16, 2011 June 1,2011 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. 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 fo Bridge Rehabilitation and Repairs (15th Street Bridge over the Augusta Canal, and Broad Street On-Ramp over Rees Creek) Project Number: 328 - 041110 - 211828012 I. PROBLEM STATEMENT: 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 II. PROPOSER REQUIREMENTS: SCOPE OF SERVICES The Engineering Department is currently requesting professional services to perform design and field engineering services for: 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. 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 West toward Broad St. Bridge on ramp to Washington Rd. over Raes Creek. Looking East toward the Broad St. bridge on ramp to Washington Rd. over Raes Creek. Looking South toward the 15 Street bridge over the Augusta Canal. Looking North toward the 15 Street bridge over the Augusta Canal. Augusta, GA Engineering Department WORK PLAN Design and Field Engineering Service for Bridge Rehabilitation and Repairs (15th Street Bridge over the Augusta Canal, and Broad Street On -Ramp over Rates Creek) Project Number: 328 - 041110 - 211828012 5.0 WORK PLAN 5.1. Project Approach Our team proposes to complete this project in accordance with the Georgia Department of Transportation's Plan Development Process. This approach will be used since the project may qualify for state and federal funding as mentioned in the Request for Proposals. Each bridge will be performed individually and completed in seven (7) phases. Those phases are consistent with the Departments Plan Development Process and will include the following: Phase 1— Concept Development/Validation Phase 2 — Database Preparation Phase 3 — Environmental Phase Phase 4 — Preliminary Plans Phase 5 - Right of Way Plans Phase 6 — Final Plans Phase 7 — Construction Services Phase The Concept Development/Validation Phase will include performing a site structural and historical assessment for each bridge project. Prior to performing the structural assessment, our team will conduct a search for the bridge plans and retrieve all inspection documents and accident reports that are available. The GDOT Bridge Maintenance Reports from August 2010 have already been received and reviewed by our team. The structural assessment will involve performing a thorough field observation of each bridge structure to determine the existing structural condition and necessary rehabilitation for each structure. The assessment will also include performing geotechnical and material testing including special concrete and masonry testing, such as petrographic analyses. The materials testing will determine the structural properties and assist in the determination of the condition of the various structural components of each bridge. Petrographic analyses will determine the chemical composition and any inherent defect or microcracking of the concrete and masonry materials used in both the bridge substructures and superstructures. An underwater substructure investigation will also be conducted for each bridge structure as part of the structural assessment. The underwater investigations will be conducted by a professional structural engineer. We believe that this approach allows for more accurate existing physical condition data to be collected during the assessment phase. During this phase, design criteria will be developed by our team for use in designing the rehabilitation work required on each of the bridge projects. Our team's primary objective will be to preserve the historic character of each of these aged bridge structures while designing a rehabilitation plan that will bring the bridges into conformance with the American Association of State Highway and Transportation Officials (AASHTO) Specifications for Highway Bridges. McMullan & Associates, Inc. and Engineering & Industrial Heritage, P.C., our historic bridge consultants, will investigate and research the background of' each bridge to evaluate its value as a historical resource using chapters V and VI of the GDOT Environmental Procedures Manual as a guide. These chapters follow the Secretary of the Interior's Standards, Section 106 of the National Environment Policy Act of 1969 (NEPA) requirements for addressing bridge rehabilitation and the Section 4(f) of the National Historic Preservation Act of 1966. Each four steps, as suggested in the 2008 AASHTO Guidelines for Historic Bridge Rehabilitation and Replacement as developed by the Lichtenstein Company, will be applied to each bridge where appropriate. These include: 1. Understanding what makes a bridge historic 2. Applying Structural and Functional Considerations 3. Evaluating Historical and Environmental Considerations 4. Applying the Decision - Making Thresholds For each bridge, those elements of the bridge which could be considered historically significant will be identified. For instance the type of superstructure such as concrete arches with open or closed spandrels, stone masonry, and specialty prefabricated items and plate girders are typically considered to be key features that make a bridge historic. Other important elements such as railings, wing walls, abutments, masonry or concrete piers should also be considered. Various rehabilitation schemes will be developed that maintain the structure as a load carrying structure in conformance with current design and safety guidelines and standards. The effect or implications of remedial action on historical significance will be evaluated with the goal of maintaining the defining historic features. The final report of the Concept Development Phase will include a life cycle analysis for each structure. McMullan & Associates will conduct all of the life cycle analyses for the project. Phase 2 — Database Preparation will involve the preparation of a field survey of each bridge structure and immediate site. The survey will be performed on site in accordance with Georgia DOT standards and will include setting three control and vertical benchmarks for each bridge, survey alignment 1,000 feet each end of the bridge with a 200 foot wide cross - section, property research and resolution and stream surveys 500 feet each side of the bridges. Phase 3 — The Environmental Document will be performed for each bridge site by our environmental consultant. This work will begin as early as possible in order to prevent project delays. This work will involve the preparation of a National Environmental Policy Act (NEPA) Categorical Exclusion (CE) document for all of the projects. The CE preparation may include various special studies such as air and noise, ecology, fish and mussels, archeology, and history as necessary. The team's project bridge architect along with the project historian will play a very important role in completing the history study for the various historical bridge structures. Our consultant will review the current Georgia Historic Bridge Survey (GHBS) and National Park Service online database to determine if a bridge is eligible for the National Register of Historic Places or is located in a designated National Historic Landmark district. For those bridges recommended eligible, additional research of the GHBS would be undertaken to determine if a management plan has been developed that assesses their preservation potential and recommends appropriate rehabilitation measures. The bridge architect/historian will work closely with design engineers to determine the feasibility of all proposed rehabilitation efforts and, when possible, ensure that they are implemented without diminishing the significant historic and architectural features contributing to the bridge's National Register eligibility. If adverse effects to a bridge are unavoidable, the bridge architect/historian will coordinate with the design engineer, the GDOT historian, the Georgia State Historic Preservation Office, and any other relevant agencies or consulting parties to develop a mitigation plan for the bridge. Phase 4 — Preliminary Plans will include the preparation of the required structural rehabilitation and restoration work for the various bridge projects. We propose to use the AASHTO Guidelines for Historic Bridge Rehabilitation and Replacement for preparing the various design alternatives. In the event that structural rehabilitation is not prudent and feasible, preliminary replacement bridge plans will be prepared during this phase. Our team will prepare the preliminary bridge plans, roadway plan sheets, profiles, cross sections, stage construction plans, utility plans, signing and marking plans, street lighting and electrical plans, sediment and erosion control plans, and other sheets as required by the GDOT Plan Presentation Guidelines. A hydrological and hydraulic (H &H) study will also be conducted during this phase. The H &H study will evaluate the 50 and 100 year flood elevations with the primary intent of maintaining a no -rise condition within the floodway after the proposed bridge improvements have been constructed. This study will also evaluate the amount of scour activity that should be anticipated at each of the bridge bents and abutments. Phase 5 — Right of Way Plans Phase has been included in case temporary construction, drainage, and utility easements will be required. Additional construction easements may be necessary if roadway closures will not be allowed and temporary driving lanes are necessary to maintain normal traffic flow or other detour routes encroach onto adjacent properties. We will prepare the necessary Right of Way Plans required for all five (5) projects. Phase 6 - Final Plans Phase will include the preparation of the final bridge plans, plan sheets, profiles, cross sections, stage construction plans, utility plans, signing and marking plans, street lighting and electrical plans, sediment and erosion control plans, and other sheets as required by the GDOT Plan Presentation Guidelines. Construction schedules and cost estimates will be prepared for each bridge project. Phase 7 — Construction Services Phase will include attending pre-bid meetings, responding to contractor bidding questions, attending pre - construction meetings, performing all field inspections and testing, conducting periodic site construction meetings, and serving as a liaison between the City of Augusta and the general contractor. We have completed a limited observation of each bridge structure during the preparation of this proposal. The structural design will be divided among the team to best utilize all of our resources and expertise. The proposed design responsibilities will be assigned to the firms included on our team as follows: Bridge #1 -15 Street Bridge over the Augusta Canal — Cranston Engineering Group Bridge #2 — Broad Street Bridge over the Augusta Canal — Cranston Engineering Group Bridge #3 — Broad Street Bridge over Hawks Gulley — McMullan & Associates Bridge #4 — Broad Street On Ramp Bridge over Rae's Creek — Wolverton & Associates Bridge #5 — Broad Street Off Ramp Bridge over Rae's Creek — Wolverton & Associates Cranston Engineering Group, P.C. will perform the work for the two bridges over the Augusta Canal because of their successful past experience in bridge substructure rehabilitation to the Butt Bridge and their long time knowledge and engineering experience with the Augusta Canal. McMullan & Associates, Inc. will complete the structural assessments for Bridge #3, Broad Street Bridge over Hawks Gully, and participate in the assessments for the other four bridges because of their strong background in the rehabilitation of historic bridge structures. Of particular interest, Abba Lichtenstein of McMullan & Associates was a principal participant in the development of the AASHTO Guidelines for Historic Bridge Rehabilitation and Replacement which will be used during the assessment and design process for this project. Wolverton & Associates, Inc. will perform the work for the two Broad Street ramp bridges over Rae's Creek and will participate in Quality Control / Quality Assurance for all bridges. Wolverton has worked extensively with the Georgia Department of Transportation's Office of Bridge Design on many successful bridge projects in the past and will serve as the team's liaison to that office as necessary. We have recently performed an initial field assessment of each of the five (5) bridge structures and have reviewed each of the bridge inspection reports completed in August of 2010. A brief technical discussion of the current condition and structural assessment approach for each bridge structure is as follows: Bridge #1 -15 Street Bridge over the Augusta Canal (Archibald W. Butt Memorial Bridge): The substructure rehabilitation for the 15 Street Bridge over the Augusta Canal was designed by our firm in 2000 following the draining of the Augusta Canal. Severe deterioration of the pier structures was observed and a repair to the piers was designed using the pre- placed aggregate concrete method. The construction for the pier rehabilitation was completed during that same year. Cranston Engineering performed a dive inspection of the bridge in 2008 and determined that the repairs and piers were all intact. Several spells and some exposed reinforcing steel have been recently identified by GDOT inspectors on the sidewalks and parapets of the structure which will need to be further evaluated by our team. We propose to define the bridge geometry and all of the construction materials used in the bridge. Furthermore, we will identify rebar size and placement in the concrete superstructure in order to perform an accurate analysis of the substructure and superstructure. A petrographic analysis will be conducted to evaluate the concrete and masonry material properties. Using the information collected in the field, we will analyze the bridge structure to determine the magnitude of repairs or rehabilitation that will be necessary. This bridge is located in the Historic Augusta Canal and Industrial District which is a designated National Historic Landmark District. Bridge #2 — Broad Street Bridge over the Augusta Canal: Our initial assessment of this bridge will concentrate on the substructure and its connections to the superstructure, the integrity of the bridge joints, and the superstructure's sidewalks and parapets. The substructure investigation will identify and map the concrete cracking that is present in the structure. The bridge beam bearings, mounted on stiffened steel pedestals, will be thoroughly investigated for corrosion. The joints in the bridge will be evaluated for possible replacement. The sidewalks and parapets most likely will require replacement. We observed existing utility poles that should be relocated for safety. This bridge is located in the Historic Augusta Canal and Industrial District which is a designated National Historic Landmark District. Bridge #3 — Broad Street Bridge over Hawks Gully: Initially, our primary focus on this bridge will be the substructure. Due to the velocity and orientation of Hawks Gully, the scour that has occurred appears to be severe at this time. Of particular interest is the quality and condition of the brick structure within and beneath the bridge. Rehabilitation of this primary structural component must be considered for inclusion with this project. The bridge end bents, including the wing walls along the approaches will be investigated for sufficiency. The repair plan will include the protection of the substructure's foundation by the placement of rip rap and the substructure's top surfaces by the replacement and sealing of the bridge joints. The bridge beam bearings, mounted on stiffened steel pedestals, and the riveted steel girders will be thoroughly investigated for corrosion. The bridge sidewalks and parapets will need to be rehabilitated or replaced on this particular bridge structure. This bridge is located in the Historic Augusta Canal and Industrial District which is a designated National Historic Landmark District. Bridge #4 — Broad Street On -Ramer Bridge over Rae's Creek: Our immediate focus on this bridge will be for the structural integrity of the substructure, the superstructure bearing connections, the condition of the bridge joints, and the cracking observed concrete deck superstructure. The bridge bents, including the wingwalls, will be investigated for condition and remedial action requirements. Corrosion of the steel beams and beam bearings will be assessed. The joints in the bridge will be reviewed for probable replacement. Cracking and spelling in the superstructure decking, sidewalks or parapets will be documented and addressed in the rehabilitation plans. Drainage is a concern at this time and will be evaluated in detail. Bridge #5 — Broad Street Off-Ramp Bridge over Rae's Creek: The structural integrity of the existing substructure and superstructure of this bridge will be our primary concern during the structural assessment. The bridge bents, including the wingwalls, will be investigated for cracks and other deficiencies. Cracks in the concrete beam and slab superstructure will be thoroughly examined. The connection of utilities to the bridge structure will also be evaluated for adequacy. 5.2. Project Schedules The schedules on the following pages depict an anticipated work progression for each project. Bridge #1 15th Street over Augusta Canal Amy Name Duration (Days) PHASE I - CONCEPT DEYELOPMENTNAUDATlOf Engineering Assessment 14.00 Alternatives Analysis 28.00 Concept Development 14.00 Draft Concept Report 14.00 Concept Meeting 7.00 Preliminary cOCNEPT Report 42.00 Review and Approval 56.00 Prepare Life Cycle Cost Anaysis 14.00 Final Report 14.00 PHASE II - DATABASE PREPARATION Field Surveys 98.00 Survey Database Preparation 112.00 PHASE III - ENVIRONMENTAL Prayer, Categorical Exclusion (CE) Document 412.00 PHASE IV - PRELIMINARY PLANS Prepare Prs9ndaary Plans Review 36.00 56.00 Revise Preliminary Plane 112.00 Preliminary Field Plan Review 28.00 PHASE V - RIGHT- OF-WAY PLANS Prepare Right -Of-Way Plans 28.00 Review 56.00 Revise Right-Of-Way Plans 29.00 Review and Approval 28.00 Stake Right-Of -Way Plans 28.00 PHASE VI - FINAL CONSTRUCTION PLANS Prepare Final Construction Plans 42.00 Review 56.00 Revise Final Plans 14.00 Review and Approval 28.00 Final Field Plan Review 28.00 Revise Final Plans 14.00 Review and Approval 56.00 PHASE VN - CONSTRUCTION SERVICES Construction Services 364.00 Start Data Finish Dete 10/17 /11 - 10/30/11 10/30/11 11/28/11 11/28/11 1210111 12/8/11 12/22/11 12/31/11 - 1/7/12 1 /14/12 2/26/12 3(3/12 4/28/12 685/12 5/18/12 5/28/12 6/9112 1/21/12 4'28/12 5/6/12 8/2 10/10/11 11/24/12 6/23/12 7/28/12 874/12 9/28/12 10/6(12 126/13 2/2/13 32/13 3/16/13 4/13/13 4/2W13 '6/15/13 822713 720/13 727 /13 824/13 8/31 /13 926/19 3/16/13 4/27 /13 3/4''1 829+13 7/8/13 720/13 727 /13 824/13 8/31 /13 9/28/13 10/6/13 10/19/13 10/26/13 '12/21/13 1/4/14 1/W15 2011 2612 2013 0 • 0 N D J F M A M J J A N D J FMAMJ J A_ S O SallIMMa s0 N N D J F D J M A M ale MAM J J A J J A S I r� 8 O N O N D D 2014 J F SF M M A A M M J J J A S A S O N O_N, D D Bridge #2 Broad Street over Augusta Canal Activity Name an PHASE I - CONCEPT DEVELOPMENTNALIDATIOI Engitwring Assessment Mtsmatives Analysis Concept Development Draft Concept Report Concept Meeting Preliminary Concept Report Review and Approval Prepare Life Cycle Cost Analysis Final Report PHASE II - DATABASE PREPARATION Field Surveys Survey Database Preparation PHASE Hi - ENVIRONMENTAL Prepars Categorical Exclusion (CE) Document PHASE IV - PRELIMINARY PLANS Prepare Preliminary Plans Review Revise Preliminary Plans Prebminary Field Plan Review PHASE V - RIGHT OFWAY PLANS Prepare Right-Of-Way Plans Review Revise Right - Of-Way Plans Review and Approval Stake Right -Of -Way Plans PHASE VI - FINAL CONSTRUCTION PLANS Prepare Find Construction Plans Review Revise Final Plana Review and Approval Final Field Plan Review Revise Final Plans Review and Approval PHASE VII - CONSTRUCTION SERVICES Construction Services u Sian Date 14.00 10/17/11 28.00 10/90/11 14.00 11/28/11 14.00 1219/11 7.00 12/31/11 42.00 1/14/12 54.00 3/3/12 14.00 51512 14.00 5128/12 98.00 12(19/11 112.00 3128/12 412.00 10/10/11 35.00 - 13/18/12 56.00 7/28/12 126.00 9/22/12 28.00 214/13 28.00 58.00 23.00 26.00 3/30/13 5/11 /13 7 /13/13 8/24/13 28.00 9/28(13 42.00 56.00 14.00 28.00 28.00 14.00 3/30/13 5/25/13 813/13 8/24/13 9920/13 11/9/13 58.00 11/30913 384.00 2/8/14 Finish Date 2011 2912 2013 O NDJ 10/30!11 11/21/11 12/9/11 /2172111 1/7/12 2/25/12 4/28/12 5/19/12 819/12 3/25/12 7/15/12 11/24/12 7/21 /12 9/22112 1/2613 3/3113 4/27/13 718/13 8/10/13 9121 /13 10/28/13 5/11113 7/20118 8/17 /13 9/21 /13 10128/13 11/23/13 1/25/14 217 /15 O NDJ' F F M A M J J A S M:AMJJAS, O N D J O NDJ F M FM A M AM J J J A A S 0 N N 0 D 2014 owl F F M M A A M M J J J J A 9 O N SON D D 2415 J J F F Bridge #3 Broad Street over Hawks Gully Duration mays) Review 58.00 PHASE I - CONCEPT DEVELOPMENTIVALIDATIOI Engineering Assessment 14.00 Alternatives Analysis 28.00 Concept Development 14.00 Draft Concept Report 21.00 Concept Meeting 7.00 Preliminary Concept Report 'moo Review and Approval 66.00 Prepare Life Cycle Cost Analysis 28.00 Final Report 14.00 PHASE II - DATABASE PREPARATION Field Surveys Survey Database PreperatIon 112.00 PHASE IN - ENVIRONMENTAL Prepare Categorical Exclusion (CE) Document 410.00 PHASE IV - PRELSINARY PLANS Prepare Preliminary Plans 56.00 Revise Preliminary Plans 98.00 Preliminary Field Plan Review 28.00 PHASE V - RIGHT-OF-WAY PLANS Prepare Right- Of-Way Plans 28.00 Review 56.00 Revise Right-Of-Way Plans 28.00 Review and Approval 28.00 Stake Right- Of-Way Plans 28.00 PHASE VI - FINAL CONSTRUCTION PLANS Prepare Final Construction Plans 70.00 5(4/13 7 /13/13 Review 68.00 Revise Final Plans 14.00 Review and Approval 28.00 Final Field Plan Review 28.00 Revise Final Plans 14.00 Review and Approval 56.00 PHASE VN - CONSTRUCTION SERVICES Construction Services 364.00 Start Dais Finish Date 10/17/11 10130/11 10/30/11 11/28/11 11/26/11 1210/11 12(10/11 12/31/11 12/31/11 1/7/12 12/31/11 3/10/12 3/10/12 515112 5/5/12 8/1/12 62 /12 8/15/12 1/2/12 416/12 4/812 7/2912 10 /10!11 11/22/12 8/30/12 W25/12 818/12 101312 10/2012 128/13 2/2(13 312/13 416/13 5/4/13 6/4/13 6129113 6/29/13 7/27 /13 7/27 /13 8724/13 8/31 /13 9/28/13 7/13/13 917/13 9/21/13 1015/13 10/12/13 1119/13 11 /16/13 12'14/13 1/4/14 1 /1814 2(8/14 415/14 5/314 512/15 2011 2012 O'ND J FMAMJ J r • Imo IMMO OlNb JFM ^ AMJ J A SIMS A S O S O _ N D ND 2013 J J F M F M_ A M J AMJ J r J, A SiND A S r S O N r N D D_ 2014 J • J F F M 1 A M M J J J J A 4 I A S S 0 0 N N 0 D 2015 J i J F F MA M A M M J J Acgvfty Name PHASE I - CONCEPT DEVELOPIAEHTNALIDATIO1 Engineering Assessment Alternatives Analysis Concept Development Draft Concept Report Concept Meeting Preliminary Report Review and API/rowel Prepare Life Cycle Cost Analysis Final Report PHASE II - DATABASE PREPARATION Field Surveys Survey Database Preparation PHASE III - ENVIRONMENT/N- Prepare Categorical Exclusion (CE) Document PHASE IV - PRELIMINARY PLANS Prepare Preliminary Plans Review Revise Preliminary Plans Preliminary Field Plan Review PHASE V - RIGHT -OF -WAY PLANS Prepare Right-Of-Way Plans Review Revise Right-Of-Way Plans Review and Approval Stake Right-Of-Way Plans PHASE VI - FINAL CONSTRUCTION PLANS Prepare Final Construction Plans Review Revise Final Plans Review and Approval Final Field Plan Review Revise Final Plana Review and Approval PHASE VII - CONSTRUCTION SERVICES Construction Services Duration Stmt Date 14.00 10/17/11 28.00 14.00 21.00 7.00 10/30/11 11/28/11 12/12/11 1/2/12 58.00 1/14/12 56.00 3117 /12 14.00 5/19112 14.00 8/2/12 98.00 1/2/12 112.00 4/9/12 412.00 10110/11 84.00 6/3012 56.00 9122/12 14.00 11/24/12 28.00 21813 ` 3"23/13 56.00 5/27/13 28.00 7/22/13 28.00 8/1913 28.00 9/30!13 84.00 3(30113 56.00 6/2/13 2820 8/24/13 42.00 10/9113 28.00 11/23113 28.00 1/4114 58.00 2/8/14 384.00 411214 Finish Date 2011 2012 2013 2014 2015 O N D J ' F A M J J A N D J F M A'M J J A S O N D J F M A M J J A S O N, D J FM A 10/30!11 i111111111111111 • •••• •••• 716:2 IL111 "'" Info M � �„ I__ 1 11 11111111 11/28/11 12/9/411 1/1/12 1/8/12 3/10/12 5/12/12 4/812 , 1 9/22/12 11/17 /12 12/812 3116113 5/18/13 7/21/13 918/13 I 1111 Ill lig 8/18/13 Il 9/21 /13 1 _ _ 1111 _ - IUIIII IIlli II 3 I i - „3 • _ "" 11111 � l i 1 ii MEMO LI •NDJF A JASONDJF'AP4JJASO DJFMA JJA ONDJF A 10/28/13 411/15 • 1 0 z 0 C- z O gi ME I b ; = i I 3 8 888888 88888 8888 f 8888 886 8 0 z a C- c_ P.) L Co 0 z Augusta, GA Engineering Department FEE PROPOSAL Design and Field Engineering Service for Bridge Rehabilitation and Repairs (15th Street Bridge over the Augusta Canal, and Broad Street On -Ramp over Raes Creek) Project Number: 328 - 041110 - 211828012 THOMAS H. ROBERTSON, PE, AICP, RLS JAMES B. CRANFORD, JR., PE DENNIS J. WELCH, PE D. SCOTT WILLIAMS, PE Mr. Abie Ladson, P.E. Director of Engineering Augusta Engineering Department 505 Telfair Street Augusta, Georgia 30901 Dear Mr. Ladson, Cranston Engineering Group, P.C. ENGINEERS - PLANNERS - SURVEYORS 452 ELLIS STREET, AUGUSTA, GEORGIA 30901 POST OFFICE BOX 2546, AUGUSTA, GEORGIA 30903 TELEPHONE 706 - 722 -1588 FACSIMILE 706- 722 -8379 mail@cranstonengineering.com May 22, 2012 Re: Proposal for Engineering Services Design & Field Engineering Services for Bridge Rehabilitation & Repairs, RFP Item # 11 -134 Augusta, Georgia Our File No.: 2011 -0150 On behalf of the Cranston team, we sincerely appreciate the opportunity to have been selected as one of the consultants to perform the engineering work for two of the five bridge projects in RFP Item # 11 -134. The two projects include the 15th Street Bridge over the Augusta Canal and Broad Street On -Ramp Bridge over Lake Olmstead. Our team includes the following consultants: • Cranston Engineering Group, P.C. - Prime Consultant and Project Manager, structural engineering, surveying, hydraulic studies, underwater investigations, and roadway design including signing and marking, roadway plans, and erosion control plans. • McMullan & Associates, Inc. - Historical structural engineering consultant. • Wolverton & Associates, LLC - Landscape Architecture • Engineering & Industrial Heritage, P.C. - Bridge Architect • Edwards - Pitman Environmental, Inc. - Historical and Environmental Studies/Permitting. • S &ME, Inc. - Materials Testing and Geotechnical Engineering • S.L. King & Associates, Inc. - Street Lighting Mr. Abie Ladson, P.E. May 22, 2012 Page 2 of 6 • Gregory Bridge Company, Inc. - Provide inspection vehicle with operator, selective demolition and temporary repair, and traffic control during bridge assessment. We are pleased to present this proposal for engineering and surveying services for the two bridge rehabilitation projects based on the revised scope of work discussed with your organization on May 18, 2012. The revised scope of work varies significantly from the scope of work requested in RFP #11 -134. This proposal presents what we understand to be the current desired scope of work and the fee and time required to submit the completed deliverables. Scope of Work The scope of work originally presented to the City was provided in direct response to the City of Augusta's Request for Proposals # 11 -134 titled Proposal for Engineering Services Design & Field Engineering Services for Bridge Rehabilitation & Repairs dated July 12, 2011. At that time, our firm submitted a proposal which was based on the original scope of work. As you are aware, the original scope of work included State and Federal participation in project funding. Based on our meeting last week, it is our understanding that there will be no State and Federal funding for the project and will therefore have no Georgia Department of Transportation involvement. Furthermore, we discussed the fact that the Conceptual Phase which includes the bridge testing and structural assessment must be completed before a rehabilitation scope can be determined. We propose to complete both of the bridge projects in three (3) parts and six (6) phases which will include the following: PART I - Conceptual Phase and Preliminary Bridge Assessments Phase 1 - Conceptual Phase Phase 2 - Database Preparation Phase 3 - Environmental and Historical Surveys PART II - Construction Documents Preparation Phase 4 - Preliminary Rehabilitation Plans Phase 5 - Final Rehabilitation Plans Mr. Abie Ladson, P.E. May 22, 2012 Page 3 of 6 PART III - Construction Phase Services Phase 6 - Construction Phase Services This proposal only addresses PART I services. As stated earlier in this proposal, the final scope of work will be defined during Phase 1- Conceptual Phase. Following the completion of PART I services, we will provide the final scope of services and a fee proposal for completing both PART II and PART III services. Phase 1- Conceptual Phase, will include completing an engineering assessment of the bridge structure. The assessment will include project research and data collection, a historical structural evaluation, materials testing, geotechnical analysis, a site structural assessment of the superstructure and the substructure, an underwater substructure investigation, a hydraulic and hydrological study, and an assessment of the existing lighting conditions and needs. We propose to perform a load rating of the bridge structure and evaluate various rehabilitation alternatives during this phase. A Final Bridge Assessment Report will be prepared by our team which will include our findings and recommended alternatives for rehabilitation. Phase 2 - Database Preparation, will include field surveys of the bridge structure to completely define the existing bridge geometry, waterway, and unique features of each bridge project. Using the data collected in the field, a base map will be created to use for preparing the various studies and rehabilitation plans. Phase 3 - Environmental and Historical Surveys, will include completing the various environmental and historical surveys as required. This phase will also include coordination with Georgia Department of Natural Resources (Ga. DNR) Historic Preservation Division, United States Army Corps of Engineers, and Ga. DNR Environmental Protection Division as required. The various required permits will be obtained and secured during this phase. If no work is required in the waterway, no environmental permitting will be necessary. A historical survey and permitting will be required for the 15th Street Bridge over the Augusta Canal Project as a minimum. A historical survey will be required for the Broad Street On -Ramp Bridge if a Nationwide Permit is triggered due to work being required in the waterway. Mr. Abie Ladson, P.E. May 22, 2012 Page 4 of 6 Engineering Fees and Time of Delivery We propose to complete Phases 1 through 3 in Part I of these projects for the following lump sum fees: PROJECT No. 1 -15TH STREET BRIDGE OVER AUGUSTA CANAL PART I - Conceptual Phase and Preliminary Bridge Assessments Phase 1 - Conceptual Phase • Research and Data Collection $ 8,480.00 • Structural Assessment /Testing $ 26,820.00 • Underwater Investigation $ 3,020.00 • Street Lighting Assessment $ 5,120.00 • Hydraulic and Hydrological Survey $ 5,460.00 • Landscape Architecture Conceptual Drawing $ 4,300.00 • Structural Analysis $ 9,380.00 • Prepare and Evaluate Rehabilitation Alternatives $ 10,840.00 • Assessment Report Preparation $ 5,440.00 Subtotal $ 78,860.00 Phase 2 - Database Preparation • Field Location and Surveying Phase 3 - Environmental and Historical Surveys • Environmental Surveys * $ 7,000.00 • Historical Research, Survey, Report, and Permitting $ 12,000.00 • Environmental/Historical Coordination $ 2,400.00 Subtotal $ 21,400.00 * If Required $ 13,860.00 $ 13,860.00 PART I Services - Grand Total $ 114,120.00 Mr. Abie Ladson, P.E. May 22, 2012 Page 5 of 6 PROJECT No. 2 - BROAD STREET ON -RAMP BRIDGE AT LAKE OLMSTEAD PART I - Conceptual Phase and Preliminary Bridge Assessments Phase 1 - Conceptual Phase • Research and Data Collection $ 1,720.00 • Structural Assessment $ 22,480.00 • Underwater Investigation $ 3,020.00 • Street Lighting Assessment $ 5,120.00 • Hydraulic and Hydrological Survey $ 5,460.00 • Landscape Architecture Conceptual Drawing $ 5,000.00 • Roadway Design Conceptual Layout $ 5,200.00 • Structural Analysis $ 7,880.00 • Prepare and Evaluate Rehabilitation Alternatives $ 5,480.00 • Assessment Report Preparation $ 4,800.00 Subtotal $ 66,160.00 Phase 2 - Database Preparation • Field Location and Surveying Phase 3 - Environmental and Historical Surveys • Environmental Surveys * $ 7,000.00 • Historical Research, Survey, Report, and Permitting * $ 4,000.00 • Environmental Coordination * $ 2,400.00 Subtotal $ 13,400.00 * If Required $ 13,860.00 Subtotal $ 13,860.00 PART I Services - Grand Total $ 93,420.00 We will submit monthly invoices for the work completed to date. We will also provide a monthly project progress report with the invoice. Mr. Abie Ladson, P.E. May 22, 2012 Page 6 of 6 If a Notice to Proceed can be received by June 20, 2012, we can complete the Final Assessment Report, Surveying database, and Historical Survey deliverables by December 15, 2012. We appreciate the opportunity to provide this proposal and stand prepared to begin work immediately upon receipt of your authorization to proceed. Please contact us at your convenience should you have any questions regarding any aspect of the project. Sincerely, CRANSTON ENGINEERING GROUP, P.C. es B. Cranford, J ice President Augusta, GA Engineering Department ADDENDUM(S) Design and Field Engineering Service for Bridge Rehabilitation and Repairs (1 S Street Bridge over the Augusta Canal, and Broad Street On -Ramp over Raes Creek) Project Number: 328-041110-211828012 TO: FROM: G E 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. 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: G 1 A All Bidders Phyllis Mills, Quality Assurance Analyst Abie Ladson, Engineering Department Geri Sams ( r , Procurement Director June 23, 2011 Responses to Vendors Questions The Evaluation Criteria has been revised. Please replace the current Evaluation Criteria with the attached. 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 chances are hiahliahted 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 (15th Street Bridge over the Augusta Canal, and Broad Street On -Ramp over Roes Creek) Project Number: 328- 041110 - 211828012 C IC It A CONSULTANT SERVICES AGREEMENT between AUGUSTA, GA ENGINEERING DEPARTMENT and CRANSTON ENGINEERING GROUP, INCORPORATED for DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE REHABILITATION AND REPAIRS (15th Street Bridge over the Augusta Canal, and the Broad Street On - Ramp over Raes Creek) 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 Cranston Engineering Group, Incorporated, 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 render: Professional Design and Field Engineering services for the 15th Street Bridge over the Augusta Canal and the Broad Street On -Ramp over Raes Creek 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: $207,540.00 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: m il Mayor Deke S. Copenhaver 012 CRANSTON ENGINEERING GROUP, INC. (CONSULTANT) Title: Address: —S /' • e",-.4..-440,4,4 .X �Vf CE - ,P2i5s).DG c- P - *J 1 1 - 5 Z (-1-i S 4--lf & 3O ,of 4 SEAL SEAL Attes �tll; Secretary Witnes Attes Ar /74 neetridtp, -Secretary--- 4 64/41/et4 Witness AED CSA - Bridge Rehabilitation and Repairs GENERAL CONDITIONS Augusta, GA Engineering Department Design and Field Engineering Service for Bridge Rehabilitation and Repairs (15th Street Bridge over the Augusta Canal, and Broad Street On -Ramp over Raes Creek) Project Number: 328- 041110 - 211828012 DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE REHABILITATION AND REPAIRS (15th Street Bridge over the Augusta Canal, and Broad Street On -Ramp over Raes Creek) 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.augustaga.gov. In accordance with AUGUSTA GA CODE § 1- I0- 129(d) (7), for all contracts where a local small business goal has been established, the consultant is required to provide local small business utilization reports. 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 Departmen ATTACHMENT B Design and Field Engineering Service for Bridge Rehabilitation and Repairs (15th Street Bridge over the Augusta Canal, and Broad Street On -Ramp over Raes Creek) Project Number: 328- 041110 - 211828012 Systematic Alien Verification for Entitlements (SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50 -36-1, I am stating the following with respect to my bid for an Augusta, Georgia contract for RFP Item #11 -134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs 181d/RFP/RAQ Project Number and Project Name] James B. Cranford, Jr., PE as its Vice President jPrindType: Name of natural person applying on behalf of individual, business, corporation, partnership; or other private fntity) Cranston Engineering Group, P.C. print/ Type: Name of business, corporation. partnership, or other private entity) 1.) x I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 USC 1101 at seq.) 18 years of age or older and lawfully present in the United States. In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10 -20 of the Official Code of Georgia. My Commission Expires: ure of Appii -� �ames B. Cranfo. Jr., PE as its Vice President Printed Name * Alien Registration Number for Non - Citizens SUBS BED AND SWORN B FORE ME ON THIS THE ! ` DAY OF Man* * , 20 J- L Notary Public NOTARY SEAL Note: 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). M. 8/15/2011 REBECCA E. GINN Notary Public. Georgia Richmond County DCD My Commission ExpireW • February 07, 2016 #11 - 134 Design & Field Ergineerkig Services for Bridge Rehabilitation & Repairs Page 2 of 4 STATE OF GEORGIA - COUNTY OF RICHMOND BID/RFP/RFQ* 11 - 134 By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Cranston Engineering Group, PC on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99 -603J, in accordance with the applicability provisions and deadlines established In O. C. G. A 13- 10 -91. dlo7 t-(ol E- Verify • User Identification Number 44c /14 i-c-AN 2_ 's so c-ia7 S .Z , Company Name d etdo �6w �•cCc'�ir.,� BY: Authorized Officer or Agent (Contractor Signature) ARE S /o sAi i Title of Authorized Officer or Agent of Contractor 1)EN/S Aic My G,9,y Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ____ DAY OF Fe brv -v otary Public 11' 30535? My Coln30 ion Expires: Rev.7 /22/2011 G 0 R G I A SUBCONTRACTOR AFFIDAVIT 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 ,doi.state.aa.us/adf /rules/4O0 10 1.14 httos:/ /e- verifv.uscis.aov /enroll/ NOTARY SEAL Note: 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). RFP Item 411 -134 Design & Field Engineering Services for Bridge Rehebiladon & Repels Page 8of4 I, bSi1IS MC- M U Li. A N certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding Is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (e), has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of Professional Services is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. Signature of Authorized Company Representative Title Rev. 7/22/2011 In accordance with the Laws of Georgia, the following affidavit is required by all vendors Swo to and subscribed before m ethis �9 day of F7ehr c, . 20 /y Yttift -?.G (�C t/� N tary Si natu N re xt 365357 ' /�/ Notary Public: , A- Uri / Z (Print Name) County: r r' -GyC r v! V i "-i A Commission Expires: `i 1 30 / 1 NOTARY SEAL G O R G I A NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR Note: 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). RFP Item #11-134 Design & Field Engineering Senibes for Bridge Rehabilitation & Repahs Page 4 of 110645 Date: 4/1/2008 E- Verify " User Identification Number Wolverton & As o is s Inc. Company BY: Auth • zed 0 - cer (Cont tor SIgnatur Chief Operating Office Title of Authorized Officer or Agent of Contractor Joseph R. Macrina, P.E. Printed Name of Authorized Officer or Agent REV. 7/22/2011 STATE OF GEORGIA - COUNTY OF RICHMOND SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Cranston Engineering Group, PC on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (RCA), P.L. 99 -6031, in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 10-91. ent BID /RFPIRFI 11 -134 Georgia Law requires your company to have an E-Verify*User identification Number on or after July 1, 2008. For ad Lion: State of Georgia httoJ df(rutest304 19 tot SUBSCRIBED AND SWORN BEFORE ME ON THIS THE h _ 20/2--- 44 *:' NOTA VueLic :' Notary Public i O IOTAIiYrwW , •. � My Commission Expires: avower GEORGIA ry CO , �+ iff COIIdSSION EXPIIIFS JAY ia2 NOTAnwitrahotO Note: 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). RFP item #11-134 Design & Field Engineering Services for Bridge RehablWedon & Repents Page 3 of 4 Sworn to Notary Signature Rev.7/ zitou In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, t:/ i }ci; w. t certify that this bid or proposal Is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that- ursuant to O.C.G.A. Section 36 -91 -21 (d) and (e), \ru,^,, .:.2�u:. • A- Or has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of Professional Services is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnishe Lto a y other bidder, that the material shall be at a higher price. Signature ' f A ompany Representative Chief Operatic Officer Title bscribed before me this .'0 day of Notary Public: % %': a 1 t ��eur (Print Name) Co A7 ( ,' ), <. e74 Commission Expires: 1NAMel NOTARY SEAL 20 Win y : •• PUBLIC • : e l it v t n� , ` a SIMIINETTCOU IX MORS WY COMMON OPIE JULY 1I,2012 Note: 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). RFP Item 011 -134 Design & Field Engineerkg SeMces for age Rehabilitation & Repsds Page 4 of 4 STATE OF GEORGIA - COUNTY OF RICHMOND By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10) 91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a co ntr ac t With Cranston Engineering Group, Pc on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program" [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-6031, in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 10-91. t d C , 1 � E Verify' User Identification Number JC IU75 — YhAr��l h+tsper.lnn6I�P41 trJc, Co pany Name or Agent (Contractor Signature) . VtriX - IE0E1X Title of Authorized Officer or Agent of Contractor A PIE1:- PT_-(1,AA-1.) nted Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE a q DAY OF F My Commission Expires: RW.7/72/2011 SUBCONTRACTOR AFFIDAVIT 20 0 ! RATION DATE srPRIL 20, 2013 BIDIRFPIRFQ# 11 -134 Georgia Law squires your company to have an E•Vsrify Identification Number on or after July 1, 2009. For additional information: State of Georgia htto://www.dol.state.aa.us/Ddf/rules/300 10 1.cdf httas:l /e- verify .uscis.aov /enroll/ NOTARY SEAL Note: 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). RFP lien, alt 1 -134 Deer & Field Engineering Services for Bridge Retwbadke s Repake Page 3014 NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, A a itauJ w • 1S'CM A certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is In all respects fair and without collusion or fraud. I understand collusive bidding Is a violation of state and federal law and can result in fines, prison sentences and evil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Afflant further thatsuant to O.C.GA. Section 36 -91 -21 (d) and (e), 6Q . wAROS ± es ga is .W. nl+vlata11 -. S,Je . has not, by itself or with others, directly or Indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Af lant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Aftiant further states that the said offer of Professional Services is bona tide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to api other bidder, that the material shall be at a higher price. Signature of Authorized Company Representative ESC tzcu PLestreoc Tito Sworn to and subscribed before me this 0 day of FtLttAa'a . 201a. ll ` N�ttnetr Notary Public: :j1 1( c 0 w VI (Print Name) County: C o! Commission Expires: EXPIRATION DATE NOTARY SEAL AI'HIL aU, 2013 Note: 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). Rev. 7/22/2011 In accordance with the Laws of Georgia, the following affidavit is required by al vendors RF P IMm #11 - 131 Deelgn & Field Engineering Services for Bridge Rehabrlliatlon b Repairs Page 4 obi STATE OF GEORGIA - COUNTY OF RICHMOND 62876 E- Verify • User Identification Number S. L. no & Associates, Inc. Co !=' Name B : Authorized Officer o Agent (Contractor Signature) President and CEO Title of Authorized Officer or Agent of Contractor Stanley L. King Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE � 4 DAY OF t/ t y '""ll Notary P d . Iic My Co Sion Expires: e 4 . REV. 7/22/2011 SUBCONTRACTOR AFFIDAVIT rr BID /RFP/RFQ# 11 -134 By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract w ith Cranston Engineering Group, PC on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99 -603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 10-91. Georgia Law requires your company to have an E- Vsrify'liser Identification Number on or after July 1, 2009. For additional information: State of Georgia htto://www.dol.state.oa.usiodfirules/300 10 tad( httpsj /e- verify. uscis.gov /enroll/ S - NOTARY SEAL 4 k, 4 t 4fr � it o , ,,` Note: 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). RFP Item F11 -134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs Page 3 of 4 Notary Si9ure County: Roy. 7/22/2011 In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, Stanley L. King certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is In all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (e), S. L. King & Associates, Inc. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of Professional Services is bona fide, and that no one has one to any supplier and attempted to get such person or company to furnish the materials to the bidder onl if wished to any other bidder, that the material shall be at a higher price. Signature of Authorized C • pany epresentative President and CEO Title Sworn to and subscrib before me this Iii da of ��a2 °�s� , 20/- Notary Public: Wr -. Z- DIG k'6 (Print Name) Commission Expires: �� 3% '° NOTARY SEAL Note: 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). RFP Item k11.134 Design & Field Engineering Services for Bridge Rehablimtioon & Regalia Page 4 of 4 STATE OF GEORGIA - COUNTY OF RICHMOND By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Cranston Engineering Group, PC on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the immigration Reform and Control Act of 1986 ((RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 10-91. 113920 E Verify * User Identification Number S &ME, Inc. BY: Authonzed Officer or Agent (Contractor Signature) Operations Manager Title of Authorized Officer or Agent of Contractor Robert A. Williamson, P.E. Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 29th DAY OF February 2012 A Notary Public My Commission Expires: June 2 , 2015 Karen T. Dyer REV. 7/22/2011 SUBCONTRACTOR AFFIDAVIT BID /RFP0RFM 11 - 134 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 http:// www .doi.state.oa.us/odf /ruies/300 10 1.odf httos: / /e- verifv.uscis.00v /enrol I/ NOTARY SEAL Note: 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). RFP Item #11 -134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs Page 3 .14 1, Robert A. Williamson certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding Is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e), S&ME, Inc . has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or Induced another to withdraw a bid or offer for the work. - Affiant further states that the said offer of Professional Services is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furr)i o any other bidder, that the material shall be at a higher price. Signature of Authorized Company Representative Operations Manager Title Sworn to and subscribed before me this 29th day of February , 2012 Notary Signature Notary Public: Karen T . Dyer County: Columbia Commission Expires: June 2 , 2015 015 NOTARY SEAL Note: 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). Rev. 7/22/2011 in accordance with the Laws of Georgia, the following affidavit is required by all vendors NON- COLLUSION AFFIDAVIT OF SUBCONTRACTOR (Print Name) RFP Item 011 -134 Design & Field Engineering Services for tiddp Rehabilitation & Repaint Page 4 of 4 201163 E Verity • User Identification Number Gregory Bridge Co. Com nyN BY: tfari 4icertir Agent (Contractor Signature) President Title of Authorized Officer or Agent of Contractor J' 1 6024 fyy Jv. ed Name of A>sfd Officer Printed or Agent blic My Commission Expires: November 11- 2012 Rix r/n/2011 STATE OF GEORGIA - COUNTY OF RICHMOND SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Cranston Engineering Group, PC on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verfication of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603), in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 10-91. SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF 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 hdDliwww.dastate.oa.us/DdIfrules/300 10 1.odf httos / /e- verifv.uscis.siov /enroIl/ NOTARY SEAL BID/RFP/RFOS 11 -134 Note: The successful v lgdbr 4N{submit the Grove forms to the Procurement Department no later than five (5) dayster` receld/hgr lhlf "4,a ter of Recommendation" (Vendor's letter will denote the date forms are to be received) ''x RFP Nom 011 -154 Date 8 Field Enpibesdng Barlow r o r Bddos R hel btlon &Repels Pies 3014 Title a•. 7/22/2011 President of Authorized Company Representative In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Gregory Bridge Co. certffy that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair end without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and dvN damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Afflant further states that pursuant to O.C.GA Section 36 -91 -21 (d) and (e), Gregory Bridge Co. has not, by itself or with others, directly or Indirectly, prevented or attempted to prevent competition In such bidding or proposals by any means whatsoever. Affiani further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affant caused or induced another to withdraw a bid or offer for the work. Aifiant further states that the said offer of Professional Services is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or fumes to any other bidder, that the material shall be at a higher price. ', J S scribed before ore me thisi day of Noteerry S nature Notary Public: J eh c, I) t (Print Name) County: n a m Commission Expires: November 11, ir ' NdT41t19SEAL Note: The successful vendor will sub rif/t the abovea es4S the Procurement Department no later than five (5) days after receiving the °Letter Oi R. mnmendation" (Vendor's letter will denote the date forms are to be received). RFP IMme11 -134 Deebn I Field Enpineeeng Be wlo s for Bddipe Relebillelon & Rspebs Page 4 ot4 • Company ID Number: 64684 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 Cranston Engineering Groan. P.C. (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 I -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). ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF THE SSA 1. Upon completion of the Form I -9 by the employee and the Employer, and provided the Employer 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 Numbers provided by all newly hired employees and the employment authorization of U.S. citizens. 2. The SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E -Verify program. The SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E -Verify process. 3. The SSA agrees to safeguard the information provided by the Employer through the E- Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E- Verify program or such other persons or entities who may be authorized by the SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to establish a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 3 Federal Government work days of the initial inquiry. Company ID Number: 64684 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 nonconfirmation 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. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E- Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E -Verify process. 3. DHS agrees to provide to the Employer a manual (the E- Verify Manual) containing instructions on E- Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E- Verify.. DHS agrees to provide training materials on E- Verify. 4. 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- discrimination notices issued by the Office of Special Counsel for Immigration - Related Unfair Employment Practices (OSC), Civil Rights Division, and U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E- Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act and federal criminal laws, and to ensure accurate wage reports to the SSA. 7. DHS agrees to establish a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. Company ID Number: 64684 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 1 -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 I -9 process to establish identity). • If an employee presents a DHS Form I -551 (Permanent Resident Card) or Form 1 -766 (Employment Authorization Document) to complete the Form 1 -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 1 -9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E- Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms I -9 that relate to its employees, or from other requirements of applicable regulations or laws, except for the following modified requirements applicable by reason of the Employer's participation in E- Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a Company ID Number: 64684 rebuttable presumption is established that the Employer has not violated section 274A(axl)(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(aXI)(A) 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 1 -9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the the SSA verification response has been given. 8. The Employer agrees not to use E -Verify procedures for pre- employment screening of job applicants, support for any unlawful employment practice, or any other use not authorized by this MOU. The Employer must use E -Verify for all new employees and will not verify only certain employees selectively. The Employer agrees not to use E- Verify procedures for re- verification, or for employees hired before the date this MOU is in effect. The Employer understands 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 immediate termination of its access to SSA and OHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article I1I.B. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non- match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a. I (I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification to verify work authorization, a tentative nonconfirmation, or the finding of Company ID Number: 64684 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 274B 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 nonconfinnations, 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 INA 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 1 -9 or to print the screen containing the case verification number and attach it to the employee's Form I -9. 13. The Employer agrees that it will use the information it receives from the SSA or DHS pursuant 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 information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform 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 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to allow DHS and SSA, or their authorized agents or designees, to make periodic visits to the Employer for the purpose of reviewing E- Verify - related records, i.e., Forms 1 -9, SSA Transaction Records, and DHS verification records, which were created during the Employer's participation in the E -Verify Program. In addition, for the purpose of evaluating E- Verify, the Employer agrees to allow DHS and SSA or their authorized agents or designees, to interview it regarding its experience with E- Verify, to interview employees hired during E -Verify use concerning their experience with the pilot, and to make employment and E -Verify related records available to DHS and the SSA, or their designated agents or designees. Failure to comply with the terms of this paragraph may lead DHS to terminate the Employer's access to E- Verify. Company ID Number: 64684 A. REFERRAL TO THE SSA ARTICLE III REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF HOMELAND SECURITY 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 nonconfirmation. 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 I. 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 nonconfirmation. 2. If the Employer finds a photo non -match for an alien who provides a document for which the automated system has transmitted a photo, the employer must print the photo non -match 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 finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when Company ID Number: 64684 the Employer issues a tentative nonconfirmation based upon a photo non - match. The Employer will determine whether the employee contests the tentative nonconfirmation 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. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non - match, the Employer will send a copy of the employee's Form 1 -551 or Form 1- 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). 7. The Employer understands that if it cannot determine whether there is a photo match /non- match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non - match. ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E- Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E- Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E- Verify program by DHS or SSA, including but not limited to the E- Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E -Verify manual. Even Company ID Number: 64684 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 the Employer. The employer understands that the fact of its participation in E- Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E- Verify publicity and media inquiries, and responses to inquiries under the Freedom of Information Act (FOIA). The foregoing constitutes the full agreement on this subject between the SSA, DHS, and the Employer. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. To be accepted as a participant in E- Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E- Verify Operations at 888 -464- 4218. Employer Cranston Engineering Group, P.C. Janet A Ford Name (Please type or print) Title Electronically Signed 10/30/2007 Signature Date Department of Homeland Security — Verification Division 1 Company ID Number: 64684 USCIS Verification Division Name (Please type or print) Title Electronically Signed 10/30/2007 Signature Date • Company ID Number: 64684 Information relating to your Company: Company Name: Company Facility Address: Company Alternate Address: County or Parish: Employer Identification Number: 581020808 North American Industry Classification Systems Code: 541 Parent Company: Number of Employees: Are you verifying for more than I site? If yes, please provide the number of sites verified for in each State. • GEORGIA INFORMATION REQUIRED FOR THE E- VERIFY PROGRAM Cranston Engineering Group, P.C. 452 Ellis Street Augusta, GA 30901 P. O. Box 2546 Augusta, GA 30903 RICHMOND 20 to 99 Number of Sites Verified for: 1 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Janet A Ford Telephone Number. (706) 722 -1588 E -mail Address: jford®cranstonengineering.com Fax Number: (706) 722 - 8379 Augusta, GA Engineering Dept. ent APPENDIXES Design and Field Engineering Service for Bridge Rehabilitation and Repairs (15th Street Bridge over the Augusta Canal, and Broad Street On -Ramp over Raes Creek) 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