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