HomeMy WebLinkAbout5TH STREET OVER THE SAVANNAH RIVER BRIDGE_ REPAIR AND RESTORATION_ DESIGN AND FIELD ENGINEERING CONSULTANT SERVICES AGREEMENT G E� O R G I A
5TH STREET OVER
THE SAVANNAH RIVER BRIDGE
REPAIR AND RESTORATION
DESIGN & FIELD ENGINEERING
CONSULTANT SERVICES AGREEMENT
TIA PROJECT: RC07-001217/PI#0011418
C; E." C. Ii <1. I A
5TH STREET OVER THE SAVANNAH RIVER-BRIDGE REPAIR
AND RESTORATION ENGINEERING SERVICES
TIA PROJECT RC07-001217/PI#0011418
TABLE OF CONTENTS:
REQUEST FOR QUALIFICATIONS
RFQ SCOPE OF SERVICES
ADDENDUM(S)
GENERAL CONDITIONS
SPECIAL PROVISIONS..
ADDITIONAL PROVISIONS
APPENDIX A STANDARD SPECIFICATIONS
ATTACHMENT D•
CONTRACTOR'S RESPONSE:
• RESPONSE TO RFQ
Ilk SCOPE OF SERVICE
▪ FEE PROPOSAL
▪ PROPOSER'S OVERALL ABILITY TO PROVIDE SERVICES:
■ KEY PERSONNEL
■ ORGANIZATIONAL CHART
■ SCOPE OF SERVICES (SIMILAR PROJECTS)
• PROJECT APPROACH...
• ► PROJECT SCHEDULE
• PROXIMITY TO AREA/REFERENCES
ATTACHMENT B
AGREEMENT
Augusta, GA Engineering Department
REQUEST FOR
QUALIFICATIONS
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
Request for Qualification
Request for Qualifications will be received at this office until Wednesday, October 26, 2016 @ 3:00 p.m. for
furnishing:
RFQ Item#16-247 Design and Field Engineering Services for 5t'Street Bridge over the Savannah River for
Augusta Engineering Department
RFQs will be received by:The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A.Sams,Director
Augusta Procurement Department
535 Telfair Street-Room 605
Augusta,Georgia 30901
RFQ documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid.
RFQ documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street—
Room 605,Augusta,GA 30901.
AU questions must be submitted in writing by fax to 706 821-2811 or by email to
procbidandcontractaaugustaea.gov to the office of the Procurement Department by Friday,October 14, 2016,
@ 5:00 P.M. No RFQ will be accepted by fax,all must be received by mail or hand delivered.
No RFQ may be withdrawn for a period of sixty(60) days after bids have been opened, pending the execution of
contract with the successful bidder.
Request for qualifications(RFQ)and specifications. An RFQ 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 request for qualification
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 waivable or modifiable by the Procurement Director. All requests to waive or
modify any such material condition shall be submitted through the Procurement Director to the appropriate
committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark
RFQ number on the outside of the envelope.
Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the
proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Correspondence must be submitted via mail,fax or email as follows:
Augusta Procurement Department
Attn:Geri A.Sams,Director of Procurement
535 Telfair Street,Room 605
Augusta,GA 30901
Fax: 706-821-2811 or Email:procbidandcontracteDaugustaaa.gov
GERI A.SAMS, Procurement Director
Publish:
Augusta Chronicle September 22,29 October 6,13,2016
Metro Courier September 28,2016
cc: Williams Rhinehart Deputy Administrator
Abie Ladson Engineering Department
Hameed Malik Engineering Department
Revised: 2/17/2016
RFQ 16-247 Design and Field Enginering Services for 5th Street Bridge over Savannah River
RFQ Due:Wednesday,October 26,2016 @ 3:00 p.m.
Page 3 of 16
Augusta, GA Engineering Department
RFQ - SCOPE OF
SERVICES
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
AUGUSTA, GA ENGINEERING DEPARTMENT
5TH STREET BRIDGE OVER THE SAVANNAH RIVER
REQUEST FOR QUALIFICATIONS
SCOPE OF SERVICES
Professional services to perform design and field engineering services for repair and restoration
of the 5th Street Bridge over the Savannah River. This bridge was built in 1931 and consists of
fourteen spans of steel girders on concrete caps with masonry piers. This bridge was designed
using an H-15 vehicle, which is below the current design standards. The overall condition of this
bridge would be classified as poor. The bridge is classified as structurally deficient due to
superstructure and substructure conditions. The proposed structure should include but not
limited to sidewalks/bike lanes, lighting type, barrier type, utility relocation, and retaining any
historical significance and aesthetics.
The Engineering Department expects the following services to be rendered, but not limited to
the following.
1. Perform bridge studies/reports.
2. Prepare Concept Report following the guidelines set forth by Augusta
Engineering Department
3. Perform preliminary and final construction plans, and contract documents.
4. Preparation of design criteria.
5. 100% hands-on field inspection and verification of conditions of all super-
structures, and sub-structures
6. Construction cost and schedule estimates.
7. Life-cycle cost analyses
S. Perform field engineering designs and make field adjustments if necessary.
9. Conduct field surveys.
10. Conduct project team meetings.
11. Measure and estimate material put in place by contractors.
12. Enforce all Federal and State regulations (e.g., EPD, EPA, NPDES, GDOT, etc.)
13. Construction observation.
The design standards and construction specifications and standards should be based on but not
limited to the following manuals:
Page 1 of 2
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5T"STREET BRIDGE OVER THE SAVANNAH RIVER
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, Luminaires
and Traffic Signals.
6. Federal Highway Administration (FHWA) Guidelines for the Installation,
Inspection, Maintenance and Repair of Structural Supports for Highway Signs,
Luminaires, 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.
For this project, all drafting and design work shall be done utilizing Microstation and CAiCE
software respectively. Data collected for this project will be property of August Engineering
Department. In additions to required hard copies submittals, selected Firm or Team will be
required to provide Augusta Engineering Department one electronic (editable) copy of all
documents and studies, supporting raw data, environmental data and analysis, geotechnical
data and analysis, hydrology and hydraulic studies, design plans, construction plans and
constriction standard and specifications. Electronic copies shall be submitted in respective
software and compatible with Software used by Augusta Engineering Department.
Page 2 of 2
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
Augusta, GA Engineering Department
ADDENDUM (S)
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
-:� Ana.40,20,m~
G :E✓ O. `R G, IA ?
MAILED
TO: All Vendors
Nancy Williams, Quality Assurance Analyst
Able Ladson, Augusta Engineering Department
FROM: Geri Sams
Procurement Director /7)9.3
kw
DATE: October 25, 2016
SUBJ: New RFQ Opening Date, Clarifications to the Specifications and Responses
to Vendor's Questions
RFQ ITEM: RFQ Item#16-247 Design and Field Engineering Services for 5th Street
Bridge over the Savannah River for the Augusta Engineering Department
NEW RFQ OPENING DATE: Friday, November 4, 2016 @ 11:00 a.m.
ADDENDUM 1
Respondents on this project are hereby notified that this Addendum shall be attached to and made part
of the above-named RFQ Package. The shall supplement the contract documents for the above
referenced project. Clarifications shown in this document shall supersede previously dated contract
documents. Acknowledge receipt of all Addendums on Attachment B within the Specifications
package.
The RFQ Opening Date for RFQ Item #16-247 Design and Field Engineering Services for 5th
Street Bridge over the Savannah River has been changed:
From: Wednesday, October 26, 2016 @ 3:00 p.m.
To: Friday, November 4, 2016 @ 11:00 a.m.
Clarifications to the Specifications:
Please refer to this Addendum t for the time of submission for this RFQ, Any previous dates
and times advertised or within the specifications are null and void,.
Responses to Vendor's Questions:
1. The RFQ states that the proposed structure should include sidewalks/bike lanes. Given the
structural condition of the bridge as poor and classified as structurally deficient, does the City intend
to convert the bridge to strictly pedestrian use or does it want to maintain the 2-lane capacity of the
bridge in addition to providing bike lanes and pedestrian sidewalks?
Response: Services include assessment of existing structure.This assessment will
determine potential future use of this bridge.
2. Page 11 of 16—Proposer Requirements- Items A-D. Do we need to list 9 different projects or can
some of our project examples cover several of the required services?
Response: Several of the required services can be covered in one project or more.
Room 605- 535 Telfair Street,Augusta Georgia 30901
(706)821-2422-Fax(706)821-2811 0 . 0 Scan this QR code with your
�vww aueusta a ov smartphone or camera
equipped
Register at www.demandstar.conn/supplier for automatic bid notification •�' o gusts Georgia
t � tablet to visit the Au
Addendum 1—RFQ Item#16-247 Design and Field Engineering Services for Sth Street Bridge over the Savannah River
Page 1 of 2
3. Will an underwater inspection be required for this project?
Response:Assume no for RFQ submittal purposes.
4. Could you please provide the clarification on the correct due time for RFQ No. 16-247? There were
several instances where the due time was listed as both 3:00 p.m. and 11:00 a.m.
Response: The opening date has been changed to Friday, November 4, 2016 @ 11:00 a.m.
Please acknowledge addendum in your submittal
END ADDENDUM
Addendum 1—RFQ item#16-247 Design and Field Engineering Services for 5th Street Bridge over the Savannah River
Page 2 of 2
Augusta, GA Engineering Department
GENERAL
CONDITIONS
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
AUGUSTA, GA ENGINEERING DEPARTMENT
5TH STREET BRIDGE OVER THE SAVANNAH RIVER
GENERAL CONDITIONS
ACCURACY OF WORK
The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct
its errors and omissions without additional compensation.
Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for
subsequent correction of any errors and the clarification of any ambiguities.
At any time during the construction of the improvement provided for by the plans or during any
phase of work performed by others based on data secured by the 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.
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,
GC1
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5TH STREET BRIDGE OVER THE SAVANNAH RIVER
and for three years from the date of final payment under the Agreement, for inspection by the
CITY or any reviewing agencies, and copies thereof shall be furnished upon request at cost plus
10%. The CONSULTANT agrees that the provisions of this Article shall be included in any
Agreements it may make with any subcontractor, assignee, or transferee.
COMPENSATION
The CITY shall compensate the CONSULTANT for services which have been authorized by the
CITY under the terms of this Agreement.
The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY
and accompanied by all support documentation requested by the CITY, for payment for the
services which were completed during the billing period. The CITY shall review said invoices for
approval. The CITY shall have the right to reject payment of any invoice or part thereof if not
properly supported, or if the costs requested or a part thereof, as determined solely by the
CITY, are unreasonably in excess of the actual stage of completion of each phase. The CITY shall
pay each such invoice or portion thereof as approved, provided that the approval or payment
of any such invoice shall not be considered to be evidence of performance by the CONSULTANT
to the point indicated by such invoice, or of receipt of acceptance by the CITY of the services
covered by such invoice. The CITY shall pay any undisputed items contained in such invoices.
Each invoice shall be accompanied by a letter progress report describing the total work
accomplished for each phase and any problems which have been encountered which may
inhibit execution of the work. The CONSULTANT shall also submit an accurate updated
schedule, and an itemized description of the percentage of total work completed for each
phase during the billing period.
Compensation for design services for the Augusta Engineering Department shall be a lump sum
for each phase or item of work authorized by the CITY. The CONSULTANT shall invoice based on
the percentage of the work completed during the billing period. Upon completion by the
CONSULTANT of each phase of the work and approval thereof by the CITY, the CITY will pay the
CONSULTANT a sum equal to one hundred percent (100%) of the compensation set forth
herein, less the total of all previous partial payments, paid or in the process of payment except
as otherwise stated below for Water and Sewer design services.
GC2
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5T"STREET BRIDGE OVER THE SAVANNAH RIVER
CONFIDENTIALITY
The CONSULTANT agrees that its conclusions and any reports are for the confidential
information of the CITY and that it will not disclose its conclusions in whole or in part to any
person whatsoever, other than to submit its written documentation to the CITY, and will only
discuss the same with it or its authorized representatives. Upon completion of this agreement
term, all documents, reports, maps, data and studies prepared by the CONSULTANT pursuant
thereto shall become the property of the CITY and be delivered to the Director of Engineering.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or
results and findings of the work conducted under this agreement shall not be presented
publicly or published without prior written approval in writing by the CITY.
It is further agreed that if any information concerning the project, its conduct, results, or data
gathered or processed should be released by the CONSULTANT without prior approval from the
CITY, the release of same shall constitute grounds for termination of this agreement without
indemnity to the CONSULTANT, but should any such information be released by the CITY or by
the CONSULTANT with such prior written approval, the same shall be regarded as public
information and no longer subject to the restrictions of this agreement.
PROJECT MANAGER
The Assistant Director 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 Project 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 Project 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.
GC3
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5T"STREET BRIDGE OVER THE SAVANNAH RIVER
The Project Manager will expedite any necessary decisions affecting the performance of the
CONSULTANT'S Agreement, but the CONSULTANT shall not make use of the Project 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 Project Manager does for the roadway design work. Both the AU Liaison
Engineer and the AED Project Manager shall be copied on all correspondence including
documented phone conversations and minutes of meetings. The CONSULTANT shall coordinate
directly with the AU Liaison Engineer on matters directly related to water and sewer work.
CONSULTANT COORDINATION
The CONSULTANT shall cooperate fully with the Georgia Department of Transportation, Federal
Highway Administration, CONSULTANTS on adjacent projects, CONSULTANTS for final bridge
plans, municipalities and local government officials, utility companies, railroads, and others, as
may be directed by the CITY. Such cooperation shall include attendance at meetings,
discussions, and hearings, as may be requested by the CITY, furnishing plans and other data
produced in the course of work on the Project, as may be requested from time to time by the
CITY to effect such cooperation and compliance with all directives issued by the CITY in
accordance with this agreement.
It is understood and agreed that the Georgia Department of Transportation and Federal
Highway Administration may have access to the work and be furnished information as directed
by the CITY.
CONTRACT DISPUTES
This Agreement shall be deemed to have been executed in Augusta, Georgia, and all questions
of interpretation and construction shall be governed by the Laws of the State of Georgia.
All claims, disputes and other matters in question between the Owner and the CONSULTANT
arising out of or relating to the Agreement, or the breach thereof, shall be decided in the
Superior Court of Richmond County, Georgia. The CONSULTANT, by executing this Agreement,
specifically consents to venue in Augusta and waives any right to contest the venue in the
Superior Court of Richmond County, Georgia.
GC4
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5T"STREET BRIDGE OVER THE SAVANNAH RIVER
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.
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 Project Manager. If it is to be affected based on
the proposed design, at the direction of the Project 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.
GC5
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5TH STREET BRIDGE OVER THE SAVANNAH RIVER
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 (AUD), the CONSULTANT shall research all
Augusta Utilities records and act on behalf of the AUD to identify the existing facilities on the
submitted roadway plans for avoidance, or resolution, of conflicts with the road construction
details or with the existing or proposed facilities of other utilities.
COVENANT AGAINST CONTINGENT FEES
The CONSULTANT shall comply with the relevant requirements of all Federal, State, County, or
local laws. The CONSULTANT warrants that it has not employed or retained any company or
person, other than a bona fide employee working solely for the CONSULTANT, to solicit or
secure this Agreement, and that it has not paid or agreed to pay any company or person, other
than a bona fide employee working solely for the CONSULTANT, any fee, commission,
percentage, brokerage fee, gifts, or any consideration, contingent upon or resulting from the
award or making of this Agreement. For breach or violation of this warranty, the CITY shall
have the right to annul this Agreement without liability, or, at its discretion, to deduct from the
Agreement price or consideration, or otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift, or contingent fee.
DELIVERY OF NOTICES
All written notices, demands, and other papers or documents to be delivered to the CITY
under this Agreement shall be delivered to the CITY's Engineering Department office, 535
Telfair Road, Building 4000, Augusta, Georgia 30901, Attention: Assistant Director Engineering,
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.
GC6
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5TH STREET BRIDGE OVER THE SAVANNAH RIVER
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.
INSURANCE
The Consultant shall, all time that this agreement is in effect, cause to be maintained in force
and effect an insurance policy(s) that ensure and indemnify the City against liability or financial
loss resulting from injuries occurring to persons or property or occurring as a result of any
negligent error, etc, or omission of the Consultant in performance of the work during the term
of this Agreement.
The Consultant shall provide, at all times that this agreement is in effect, Worker's
Compensation insurance in accordance with the laws of the State of Georgia.
The Consultant shall provide, all times that this Agreement is in effect, Insurance with limits of
not less than:
A. Workmen's Compensation Insurance in accordance with the laws of the State of Georgia
GC7
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5TH STREET BRIDGE OVER THE SAVANNAH RIVER
B. Public Liability Insurance in an amount of not less than One Million ($1,000,000.00)
Dollars for injuries, including those resulting in death to any one person, and in an
amount of not less than One Million ($1,000,000.00) Dollars on account of any one
occurrence.
C. Property Damage Insurance in an amount of not less than One Million ($1,00,000.00)
Dollars from damages on account of any occurrence, with an aggregate limit of One
Million ($1,000,000.00) 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 of not less than One Million ($1,000,000)
Dollars or an amount that correlates to the aggregate fee on the project should it
exceed $1,000,000.
City will be named as an additional insured with respect to Consultant's liabilities hereunder in
insurance coverage's identified in item (b) and (c).
The policies shall be written by a responsible company(s), to be approved by the City, and shall
be non- cancellable except on thirty (30) days' written notice to the City. Such policy shall name
the City as co-insured, except for worker's compensation and professional liability policies, and
a copy of such policy or a certificate of insurance shall be filled with the City at the time of the
execution of this agreement.
PERSONNEL
The CONSULTANT represents that it has secured or will secure, at its own expense, all
personnel necessary to complete this agreement, none of whom shall be employees of, or have
any contractual relationship with, the CITY. Primary liaison with the CITY will be through its
designee. If the project includes AU work, the CONSULTANT shall identify, in writing, a
water/sewer project manager responsible for direction and coordination of this portion of the
project. All of the services required hereunder will be performed by the CONSULTANT under
his supervision, and all personnel engaged in the work shall be fully qualified and shall be
authorized or permitted under law to perform such services.
All professional personnel, including subcontractors, engaged in performing services for the
CONSULTANT under this agreement shall be indicated in a personnel listing attached hereto as
Exhibit "A" and incorporated herein by reference. No changes or substitutions shall be
GC8
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5TH STREET BRIDGE OVER THE SAVANNAH RIVER
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.
RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULTANT shall be responsible for any and all damages to properties or persons caused
by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers,
agents, and employees from all suits, claims, actions, or damages of any nature whatsoever to
the extent found to be resulting from the CONSULTANT, its subcontractors, or its agents in the
negligent performance or non-performance of work under this Agreement. These indemnities
shall not be limited by reason of the listing of any insurance coverage.
REVIEW OF WORK
Authorized representatives of the CITY may at all reasonable times review and inspect the
project activities and data collected under the Agreement and amendments thereto. All
reports, drawings, studies, specifications, estimates, maps and computations prepared by or for
the CONSULTANT, shall be available to authorized representatives of the CITY for inspection
and review at all reasonable times in the main offices of the CITY. Acceptance shall not relieve
the CONSULTANT of its professional obligation to correct, at its expense, any of its errors in
work. The Engineering Department may request at any time and the CONSULTANT shall
produce progress prints or copies of any work as performed under this Agreement. Refusal by
the 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.
GC9
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
AUGUSTA, GA ENGINEERING DEPARTMENT
5T"STREET BRIDGE OVER THE SAVANNAH RIVER
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 subcontractor. The CITY will not approve any subcontractor for work covered by
this Agreement that has not been recommended for approval the Project Manager.
All subcontracts in the amount $5,000 or more shall include, where possible, the provisions set
forth in this Agreement.
SUPERVISION AND CONTROL
The CONSULTANT shall perform 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.
GC10
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
Augusta, GA Engineering Department
P
S ECTAL
PROVISIONS
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
AUGUSTA, GA ENGINEERING DEPARTMENT
5TH STREET BRIDGE OVER THE SAVANNAH RIVER
SPECIAL PROVISIONS
Projects Funded 100%with Special District Transportation Sales and Use Tax Proceeds Collected
Pursuant to the Transportation Investment Act(TIA)of 2010
1. To terminate this contract without further obligation of the City to the extent that the
obligations exceed the availability of such the Special District Transportation Sale and Use Tax
proceeds for the project as designated by the City or the City may determine in its sole
discretion that a suspension period should be instituted as set forth in specification
"Temporary Suspension of Work". The City's certification as to the availability of the Special
District Transportation Sale and Use Tax proceeds as designated by the City shall be conclusive.
2. Any payments shall be made to the Contractor after receipt of such transportation sales and
use tax proceeds from GSFIC /GDOT by the City. The parties agree that the provisions of the
Georgia Prompt Pay Act, O.C.G.A. § 13-11-1 et seq., do not control and that the
Consultant/Contractor waives any and all rights it may have under said Act.
3. All provisions of this Specification shall be incorporated by and into any subcontracts entered
into by the Contractor with its subcontractors.
4. DBE, SMALL BUSINESS AND VETERAN OWNED BUSINESS
On May 17, 2012, the GDOT, acting by and through its Board, passed a resolution in which it:
(1) reaffirmed its commitment to Title VI of the 1964 Civil Rights Act of nondiscrimination in
the delivery and management of Transportation Investment Act funded projects; and (2)
encouraged the use of Disadvantaged Business Enterprises (DBE) (including minority and
woman owned businesses), small businesses, and veteran owned businesses in any project
that is funded in whole or in part by Transportation Investment Act funds, and encouraged
wherever practical and feasible, the local government or governments that manage
Transportation Investment Act funded projects to include the same in its delivery and
management of a project.
Reference to this resolution shall be included in all subcontracts entered in by the Contractor
related to this Project.
While there is no DBE, small businesses or veteran owned businesses goal required, the
Contractor is required to provide the following information monthly to the GDOT regarding
whether it utilized any DBE (as defined in forth in 49 CFR Part 26), small business (as defined in
13, CRR Part 121) or veteran owned, along with the following information:
SP1
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
1) The names and addresses of DBE firms, small businesses or veteran owned businesses
committed to participate in the Contract;
2) A description of the work each DBE firm, small business or veteran owned business will
perform; and
3) The dollar amount of the participation of each DBE firm, small business or veteran
owned business participating.
All provisions of this Specification shall be incorporated by and into any subcontracts entered
into by the Contractor with its subcontractors.
5. Temporary Suspension of Work - The City has the authority to suspend The Work wholly or in
part, for as long as the City may deem necessary, because of unsuitable weather, lack of
special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT
and designated by the City for the Project, or other conditions considered unfavorable for
continuing The Work, or for as long as he may deem necessary by reason of failure of the
Contractor to carry out orders given, or to comply with any provisions of the Contract. No
additional compensation will be paid the Consultant/Contractor because of suspension except
as specifically set forth below. The Work shall be resumed when conditions are favorable or
when corrective measures satisfactory to the City have been applied; when, and as ordered by
the City in writing. The Consultant shall not stop The Work without authority.
If The Work is stopped by the lack of special district transportation sales and use tax proceeds
remitted to the City by GSFIC/GDOT and designated by the City for the Project or any
temporary or permanent injunction, court restraining order, process or judgment of any kind,
directed to either of the parties hereto, then such period or delay will not be charged against
the Contract Time nor shall the City be liable to the Consultant/Contractor on account of such
delay or termination of work.
SUSPENSION PERIOD FOR LACK OF SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX
PROCEEDS:
If The Work is stopped and suspension period instituted by the City in writing as a result of the
lack of special district transportation sales and use tax proceeds remitted to the City by
GSFIC/GDOT and designated by the City for the Project, such suspension shall last for a
maximum of ninety (90) days.
This Contract does not obligate the City to make any payment to the Consultant/Contractor for
said Extra Work from any funds other than from available special district transportation sales
and use tax proceeds as designated by the Department for the Project.
After this ninety (90) day period, if special district transportation sales and use tax proceeds as
designated by the City for the Project are available or anticipated to be available as
SP2
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
determined in the sole discretion of the City, the Consultant/Contractor will be directed by the
City to either (1) continue The Work under the Contract or (2) agree to a new suspension
period as determined by the City.
After this ninety (90) day period, if special district transportation sales and use tax proceeds as
designated by the Department for the Project are not available or anticipated to be not
available as determined in the sole discretion of the City, this Contract shall be terminated
upon notification by the City to the Consultant/Contractor.
To the extent practically possible, the City will provide written notification to the
Consultant/Contractor that The Work is going to be stopped either permanently or during a
suspension period as the result of the lack of special district transportation sales and use tax
proceeds three (3) months prior to the date of The Work stoppage.
The City's certification as to the availability of the special district transportation sales and use
tax proceeds as designated by the City for the Project shall be conclusive.
The contract time will be extended to reflect the length of the suspension period and any
resulting delays. No damages for delay or consequential damages will be recoverable as a
result of any suspension period.
SP3
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
Augusta, GA Engineering Department
ADDITIONAL
PROVISIONS
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
AUGUSTA, GA ENGINEERING DEPARTMENT
5TH STREET BRIDGE OVER THE SAVANNAH RIVER
ADDITIONAL PROVISIONS
SUSPENSION OF THE WORK, TERMINATION AND DELAY: To the extent that it does not alter the
scope of this agreement, Augusta, GA reserves the right of unilaterally ordering, without any
cause, a temporary stopping of the work, or delay of the work to be performed by the Consultant
under this agreement. Augusta, GA will not be held liable for compensation to the Consultant for
an extension of contract time or increase in contract price, or both, directly attributable to this
action of Augusta, GA.
HOLD HARMLESS: Except as otherwise provided in this agreement, the consultant shall indemnify
and hold harmless Augusta, GA, and its employees and agents from and against all liabilities,
claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or
resulting from the performance of its Work.
CONTINGENT FEES: The consultant is prohibited from directly or indirectly advocating in exchange
for compensation that is contingent in any way upon the approval of this contract or the passage,
modification, or defeat of any legislative action on the part of the Augusta, Georgia Commission
the consultant shall not hire anyone to actively advocate in exchange for compensation that is
contingent in any way upon the passage, modification, or defeat of any contract or any legislation
that is to go before the Augusta, Georgia Commission.
GEORGIA PROMPT PAY ACT : Not applicable. The terms of this agreement supersede any and all
provisions of the Georgia Prompt Pay Act.
CONTRACTUAL OBLIGATIONS: The consultant acknowledges that this contract and any changes
to it by amendment, modification, change order or other similar document may have required or
may require the legislative authorization of the Board of Commissioners and approval of the
Mayor. Under Georgia law, the consultant is deemed to possess knowledge concerning Augusta,
Georgia's ability to assume contractual obligations and the consequences of the consultant
provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment,
modification, change order or other similar document, including the possibility that the consultant
may be precluded from recovering payment for such unauthorized goods or services. Accordingly,
the consultant agrees that if it provides goods or services to Augusta, Georgia under a contract
AP1
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
that has not received proper legislative authorization or if the contractor provides goods or
services to Augusta, Georgia in excess of the any contractually authorized goods or services, as
required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any
unauthorized goods or services provided by the consultant. The consultant assumes all risk of non-
payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it
waives all claims to payment or to other remedies for the provision of any unauthorized goods or
services to Augusta, Georgia, however characterized, including, without limitation, all remedies at
law or equity." This acknowledgement shall be a mandatory provision in all Augusta, Georgia
contracts for goods and services, except revenue producing contracts.
LOCAL SMALL BUSINESS: In accordance with Chapter 10B of the AUGUSTA, GA. CODE, the
consultant expressly agrees to collect and maintain all records necessary to for Augusta, Georgia
to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such
records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity
Program can be found at www.augustaga.gov. In accordance with AUGUSTA GA CODE § 1-I0-
129(d) (7), for all contracts where a local small business goal has been established, the consultant
is required to provide local small business utilization reports. Contractor shall report to Augusta,
Georgia the total dollars paid to each local small business on each contract, and shall provide such
payment affidavits, regarding payment to subcontractors as may be requested by Augusta,
Georgia. Such documents shall be in the format specified by the Director of Minority and Small
Business Opportunities, and shall be submitted at such times as required by Augusta, Georgia.
Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle
Augusta, Georgia to exercise any of the remedies set forth, including but not limited to,
withholding payment from the consultant.
AP2
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
Augusta, GA Engineering Department
APPENDIX A
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
5TH STREET OVER THE SAVANNAH RIVER
BRIDGE REPAIR AND RESTORATION
TIA PROJECT: RC07-001217/PI#0011418
APPENDIX A
STANDARD SPECIFICATIONS:
CRITERIA:
The Consultant shall become familiar with the latest, as determined by the AED, the American
Association of State Highway and Transportation Officials' Design Manuals for Arterial Streets, Rural,
Urban, and Interstate Highways, including those standards adopted by the AASHTO and approved by
the Secretary of Commerce, as provided by Title 23, United States Code, Section 109 (b), with the 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& DOCUMENT DEVELOPMENT:
The following publication shall be used as the basis for the engineering design and professional
services contained herein; Georgia Department of Transportation Standard Manuals and Specifications
for the Construction of Road and Bridges, current editions, and supplements thereto; American
Association of State Highway and Transportation Officials (AASHTO) Manuals for Arterial Streets, Rural,
Urban, and Interstate Highways, Manual on Uniform Traffic Control Design (MUTCD), Augusta
Development Documents, the Augusta Utilities Design Standards and Construction Specifications, State
and Federal guidance documents, Industry current standards for similar services.
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 project area 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.
A-1
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
The Consultant shall recommend and secure the City's written approval of, the manner of project plans
and documents preparation and presentation and the methods to be used in the plans/documents
preparation so that these plans/documents can be utilized as determined by the Consultant and
approved by the City, in the orderly preparation of the detailed construction contract plans,
specifications, and contracts. Upon receipt of the City's written approval of the manner of the project
plans and documents preparation & presentation, The Consultant shall proceed with implementation
of plans/documents preparation.
DESIGN SPECIFICATIONS:
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.
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.
A-2
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
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.
DELIVERABLE:
The tracings, data and all other documents prepared under this agreement shall then be submitted to
the AED, AED or AUD, whose property they shall remain, without limitation as to their future use. All
tracing cloth, mylar paper, and other materials required for the preparation of the plans, supplemental
specifications, special provisions and computation shall be furnished by the Consultant.
The Consultant shall submit to the AED, editable electronic copy of all computer files (ACAD, Microsoft
version, or other software used in creating data, data file, technical documents, etc.) depicting
graphics, database, documentation, details and design for the implementation of stormwater utility,
A-3
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
drainage improvements, and road design data, created as a result of this agreement. 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.
PROGRESS 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-4
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
Augusta, GA Engineering Department
ATTACHMENT D
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
ATTACHMENT D
LUMP SUM WORK AUTHORIZATION NUMBER
In accordance with the Agreement for Consulting and Professional Services between [Client's
Legal Name)("Client"), and[insert full legal name of Consultant's entity that will sign/has signed
the CSAI a[state of incorporation)corporation,dated[insert effective date of Agreement, not this
Work Authorization), this Work Authorization describes the Services, Schedule, and Payment
Conditions for Services to be provided by[insert full name of proper Consultant entity performing
the services)("Consultant") on the Project known as:
Client Authorized Representative Address:
Telephone No.:
Consultant Authorized Representative Address:
Telephone No.:
SERVICES. The Services shall be described in attachment to this Work Authorization. (be
sure attachment identifies proper consultant entity to perform the services).
SCHEDULE. The estimated schedule shall be set forth in attachment to this Work
Authorization. Because of the uncertainties inherent in the services,schedules are estimated and
are subject to revision unless otherwise specifically described herein.
PAYMENT AND EQUITABLE ADJUSTMENTS.This is a lump sum Work Authorization. Consultant's
lump sum compensation and provisions for progress and final payments are specified in
attachment to this Work Authorization. Payment of is due upon signature of this
Work Authorization and will be applied against the final invoice for this Work Authorization.
Consultant shall give Client prompt written notice of unanticipated conditions or conditions
Page 11
AED-CSA 5`h Street over the Savannah
River-Bridge Repair and Restoration
ATTACHMENT D
which are materially different from those anticipated by consultant at the time the lump sum
compensation was agreed upon. If client wishes consultant to proceed, consultant's lump sum
compensation shall be subject to equitable adjustment for such conditions.
TERMS AND CONDITIONS. The terms and conditions of the Agreement referenced above shall
apply to this Work Authorization, except as expressly modified herein.
ACCEPTANCE of the terms of this Work Authorization is acknowledged by the following
signatures of the Authorized Representatives.
CLIENT CONSULTANT
Signature Signature
Typed Name/Title Typed Name/Title
Date of Signature Date of Signature
Page 12
AED-CSA 5`h Street over the Savannah
River-Bridge Repair and Restoration
ATTACHMENT D
TIME AND MATERIALS WORK AUTHORIZATION NO:
In accordance with the Agreement for Consulting and Professional Services between [Client's
Legal Name!("Client"), and[insert full legal name of Consultant's entity that will sign/has signed
the CSAL a [state of incorporation] corporation, dated [insert effective date of Agreement, not
this Work Authorization], this Work Authorization describes the services, schedule, and payment
conditions for services to be provided by [insert full name of proper Consultant entity performing
the services) ("Consultant") on the Project known as:
Client Authorized Representative Address:
Telephone No.:
Consultant Authorized Representative Address:
Telephone No.:
SERVICES.The Services shall be described in Attachment to this Work Authorization. [be sure
attachment identifies proper Consultant entity to perform the services].
SCHEDULE. The Estimated Schedule shall be set forth in Attachment to this Work
Authorization. Because of the uncertainties inherent in the services,schedules are estimated and
are subject to revision unless otherwise specifically described herein.
PAYMENT. Payment of is due upon signature of this Work Authorization and will be applied
against the final invoice for this Work Authorization. Consultant charges shall be on a "time and
Page 13
AED-CSA 5`h Street over the Savannah
River-Bridge Repair and Restoration
ATTACHMENT D
materials" basis and shall be in accordance with Consultant's Schedule of Fees and Charges in
effect at the time the Services are performed. Payment provisions and the Consultant's current
Schedule of Fees and Charges are attached to this Work Authorization as Attachment
TERMS AND CONDITIONS. The terms and conditions of the Agreement referenced above shall
apply to this Work Authorization, except as expressly modified herein.
ACCEPTANCE of the terms of this Work Authorization is acknowledged by the following
signatures of the Authorized Representatives
CLIENT CONSULTANT
Signature Signature
Typed Name/Title Typed Name/Title
Date of Signature Date of Signature
Page 14
AED-CSA 5`h Street over the Savannah
River-Bridge Repair and Restoration
Augusta, GA Engineering Department
CONTRACTOR'
S
PROPOSAL
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
CSROADWAY • CIVIL • BRIDGE • WATER RESOURCES
Jacksonville • Atlanta • West Palm Beach • New Orleans
CIVIL SERVICES, INC.
CONSULTING ENGINEERS
November 2,2016
Geri Sams,Director of Procurement
City of Augusta
535 Telfair Street,Suite 605
Augusta,GA 30901
RE: Response to Request for Qualifications
Design and Field Engineering Services for 5th Street Bridge Over the Savannah River
RFQ Item #16-247
Dear Ms. Sams:
In business since 1989, we at Civil Services, Inc. (CSI), along with team members Atlanta Consulting Engineers,
Collins Engineers, Inc., Cranston Engineering Group, P.C., Dickinson Architects, Gresham Smith and Partners,
Kisinger Campo&Associates, and Matrix Engineering Group,Inc. feel that our team is uniquely qualified to perform
the engineering services for this project. CSI has performed extensive due diligence on the project, starting well
before the project was advertised by the City of Augusta. The CSI team offers the City of Augusta the following:
Strong Understanding of Project: We have done our homework. We have researched available records,
reviewed permitting requirements,and conducted multiple site visits. We are confident we can help the City find
the most cost effective solutions.
Community Relations: We understand the importance of maintaining positive community relations; therefore
our team will work hard to ensure that the residents of this community are kept thoroughly informed of the
project's progress.
Experience: Our project manager, Mr. Fares Tannous, PE, brings more than 21 years of experience working on
this type of project. He has extensive experience with GDOT Standards and a wealth of knowledge of local,
state,and federal governmental requirements.
Cost Savings Measures: We understand the need for the City to maximize the use of taxpayer funds. CSI will
identify all available cost saving measures during the planning, design, and construction of these projects. Our
extensive QA/QC procedures will help the City keep project expenditures as low as possible while maintaining
the highest project quality.
We are confident you will find this Response to Request for Qualifications demonstrates our thorough understanding
of this project and our ability and strong commitment to carry out all contract requirements. We appreciate your time
and consideration in reviewing our proposal, and we look forward to working with the City to bring this contract to a
successful conclusion.
Sincerely,
CIVIL SERVICES, INC.
Christopher E. Morse, PE, President
cmorse@civilservicesinc.com
(904) 641-1834
2394 St. Johns Bluff Road, S. • Jacksonville, FL 32246 • (904) 641-1834 • Fax (904) 645-0057 • www.civilservicesinc.com
csi
Civil Services,Inc.
Consulting Engineers
RFQ Item#16-247
DESIGN AND FIELD ENGINEERING SERVICES FOR STH STREET BRIDGE OVER THE SAVANNAH RIVER
SCOPE OF SERVICES
PHASE I—STRUCTURAL ASSESSMENT
Civil Services, Inc. was retained by the City of Augusta to perform Design and Field Engineering services
for the 5th Street Bridge Rehabilitation.
I• PURPOSE:
The purpose of the project is to perform design and field engineering services for repair and
restoration of the 5th Street Bridge (Jefferson Davis Memorial Bridge) over the Savannah
River in the City of Augusta. The CSI team will develop a design and construction package
for the City of Augusta with sufficient details to repair and restore the existing structurally
deficient bridge.
II. SERVICES TO BE PROVIDED BY THE CONSULTANT:
The Consultant and related Sub-Consultants will perform the following services during the
Bridge Assessment Phase:
A. Bridge Inspection — CSI Team will perform a 100% hands-on field inspection and
verification of conditions of the bridge superstructure and substructure.
B. Underwater Inspection—CSI Team will perform a Level I underwater inspection of the
seven masonry piers that support the bridge, in accordance with the Association of Dive
Contractors International Consensus Standards as well as those proscribed by OSHA 29
CFR part 1910 for Commercial Diving Operations. If marine growth that prevents visual
inspection of the piers is encountered, we will perform a Level II inspection of two-to-
four locations per pier,depending on the water depth.
C. Bridge Load Rating-CSI will perform a load rating of the existing bridge structure.
D. Bridge Assessment Report— We will prepare a detailed Bridge Condition Report that
includes the methodology used for the inspection, a detailed list of findings, an
evaluation and assessment of the condition of the bridge. The report will also include
plan and elevation drawings that include locations of significant deficiencies observed.A
photo appendix will also be included in the report.
III. CITY RESPONSIBILITIES:
To provide existing plans and previous Inspection Reports.
IV. SUMMARY OF FEES:
For a summary of Lump Sum Amount Contract Fees, see attached Fee Proposal.
A-1
O COO M M N N 8 o Co
Q = � 0) co o et Or CO CO Co to 0 C )
Q
09 69 69 69 09 d9 0, 09 69 y E .'-�.
p p p aa) E 'v
O O O O O O O O o oI w $ aE
W s 0 o a o COo0 0 m . o y
a N r•-•
r "m' Z Z O q 0
_ co 0 Q O r O O CO O Cp CO ', c m E
-6'
d9 69 E9 ,,..7,
9 tN r C m iC iC W
m d
V ~ >
69 E. E E E _ 3
o a o 0 0 0 0 0 0 0 o a w_ w w " q 0
H COO 0 N Co 0 ti V Coar- N d g r '.�� c w
Q •
.UL.. c c c E m
0 ua
V a) 00000000
O O O O O O O O w E
a c6 to to 0 10 0 0 to a > >. a)
_ cc Co CO69 4 S = at `o0.
'C
y
V i = 000000000
= O O O O o o O O O
c z p 8 Ca�O )n opo N
d 7 C -c a o 0 0 0 O O o o CO v LO as
0+
CA 0 Z3 m to
•L C) U )) d9 69 4, .69 4,
CCI i .
4, '013 W 0 O O O o O o O O O
co 2I O ty O O N O O C l9
L
W
N N 0 0 0 0 0 0 0 0 (n
< = p N to ttj u) ari tri tri to to O
ia C I dCC n9 dn9 N.
669 CA N.
dn9
Ce a-
0 N H is
c 2 O O O O O O O O O = V
LLL CO) E 2= O m o 0 0 0 0 d 2 y aa)
V
CD 0
UO Q rn
Q '� ��? o 0 0 0 0 0 0 o w 0 w`
y IU
2 ix Co W 000 o o o o LL E N
co ` y co co Coa. 69 co 609 699 dog i..-
0
e�0 C r
U Cl) 0 U W
�'' w
Q *-5-
.0%.
= y cO g= 0 0 0 0 a0d 0 o v Z 0 O Cl)
d OU Om W Y U W
LL r LL
Q C z 0 o 0 0 0 0 0 0 0 v o o LLIa p
no o' o 0 o 0 0 0 0 0 �O w j F- Z H
F C d C = 69 69 69 d9 d9 d9 d9 69 g W d W
(� W �) w z cn N. F
V w c e Ili
co c0 O o O 0 0 0 m S z Q y
m c2 O O CV v O a N o o N CC W w X J
• 2 U'
LL N U L] w Q
g o o
96 ' 0 0 0 0 0 0 0 0 Cl) 2 m z Q
CO C 0 N. N. ti N. N. N. n
68 69 69 69 49 69 69
•mal w
0 o
e0 0 o O o 0 0 O
.y u) 2 = 0 N v Or v N Ni O CNA
N
N
O `
U O
'' N o 0 0 o 0 o 0 o
r. 'p cc to = to
00)00) 001 00) 00) 00) 0)000) R
= d g 69 f» 69 69 H? 69 69 69
Q
MN O O O 0 0 O 0 0 O
VI of co d = cco r a 0 N co N
W CC N
V w ui E
UJ
5ctV � E o rn to
a C m�
W Z V p) 2 C N I ao= n
V.� W d C C 0 c N cn X m
— E m O ca Ce c r U m=
V m y � o y 5— o f <5 3 F�
Z E > H C a y C (nU.5.2 0 —1 tq E N
J g > Q T 'E r Ti. C O N N C 0
0a
O U N N O O. C h N C7 g
N V z < v 'p�ja ma H m QQm a Ro §
6Z a"1 m ¢ats ao a d o ui o ci ii ± C7
0
v co' d Z r
U
m
a
a
m
m H) o o 1i
co O o N
CO 'a OD OD
N
M
K !9 OD
b oo - oo ooaoo
oolYloo 0o0> 00
A K N N N 4,as N W 0
M K IN N
0 N
W
ce O
i-- a Z
CO u.0 U
O
ELI
0 a c°
will Z a II 11 II II II X H II II II
c N
m ° 0 A 4 m a°' >, >, w
paw Eaa 'a E .a a =
Wm m m m m m m m m m U)
Z as a as as a as
5
J ,
W
0 8111141 0 81111 W
hr 0o• a
eA � 4 a
m
x x x x x x x x x x
lea
m m y ° m m m Q' 3
m Q
aaa m0 o o° fes o
0 0 - w m
as E ,goa as Eoa
E
N O
P9rN - ‘-1.- N .,- N 0
to
V ...I.,
Z x x x x x II
7
W la
C) m m M ►A . m M m m +' = a
> ° °..aC
I.r. .r. aCt. aa= = m
W � G 1- H H C r C W
Z HF— F— HZ o:f K _J
CO = q W g
5 N 10I0lH0i�l OIOINIOINI Q m y on
p o
0 j O O J ,
a « m • oc► m •Q °1° ��UI—
e v w
< o v E -o� E > ca E > E .oN co oI- 2
J W a) LL ` m o O m m P m O O m o N O W K
d' W a, a0ELCCJ V a V dR' J m m Q
< O d
co W 2 epH I-- L.oau 4
0 a W ` Z cL W x
0 ~ 00
r
CS I
.,, u , �s
Civil Services,Inc. I, o • t
Consulting Engineers
PROPOSER'S OVERALL ABILITY TO PROVIDE THE SERVICES
PRIME CONSULTANT:
Civil Services,Inc. Branch Office:
851 Laney Walker Boulevard 620 Peachtree Street NE,Suite 300R
Augusta,GA 30901 Atlanta,GA 30308
404-685-8001 404-685-8001
*Will do the majority of work
SUB CONSULTANTS:
Cranston Engineering Group, P.C. (Surveying) Matrix Engineering Group,Inc. (Geotechnical)
452 Ellis Street 4358 Chamblee Tucker Road,Suite 3
Augusta, GA 30901 Tucker,GA 30084
706-722-1588 770-448-3124
Kisinger Campo&Associates(Bridge Inspection) Gresham Smith and Partners(QA/QC)
9270 Bay Plaza Blvd, Suite 605 600 West Peachtree Street NW, Suite 1550
Tampa, FL 33619 Atlanta,GA 30308
813-554-1919 678-518-3900
Dickinson Architects(Architecture) Collins Engineers,Inc. (Bridge Painting)
771 Broad Street,Suite 200 225 Seven Farms Drive,Suite 100
Augusta, GA 30901 Charleston, SC 29492
706-722-7488 843-884-2027
Atlanta Consulting Engineers(Bridge Lighting)
500 Sun Valley Drive, Unit G-2
Roswell, GA 30076
678-205-2240
FINANCIAL RESPONSIBILITY
Established in 1989 CSI has maintained a bank line of credit of low six figures the entire time we have been in business.
In an effort to maintain the accounting and financial stability of CSI, we have invested resources and training to
implement an integrated real-time accounting and project management software package called AjeraComplete by
Axium. It provides a complete package of essential tools for: Real-time Resource Management,Allocation of Resources,
Project Forecasting, Project Reporting,and Employee and Project Scheduling.
PROJECT MANAGEMENT
The CSI Team is fully committed to acting as a seamless extension of City staff, providing an additional depth of
resources in meeting the challenges of this diverse contract. Our full-service staff will be augmented by the
complementary services of our subconsultant team members in order to provide the highest level of services on any
assignment granted us under this contract. CSI has put together a team for the City of Augusta with extensive
experience, local knowledge, and familiarity with City standards. Every team member selected for this contract has the
proven ability to perform the services required.
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 1
CSI
•�.r t.4 .5
e .
Civil Services, Inc. ,; i „ K I. I
Consulting Engineers
KEY PERSONNEL
Fares Tannous, PE,Project Manager/Senior Structural Engineer
➢ Historic 11th Street Bridge over Augusta Canal,City of Augusta,Georgia—Engineer of Record in charge of
bridge inspection and development of bridge rehabilitation plan details.
➢ Historic Broad Street Bridge over Rae's Creek,City of Augusta,Georgia—Engineer of Record in charge of bridge
inspection and development of bridge rehabilitation plan details.
➢ Historic Shepherdstown Bridge, WVDOT, Shepherdstown, West Virginia — Project Engineer in charge of
performing fatigue life and load rating analysis of deck joists,floor beams, and main Wichert truss members.
➢ Rehabilitation of the historic Washington Bridge No. 200 (1-195 over Seekonk River), RIDOT, Providence,
Rhode Island - Project Engineer in charge of developing demolition plans, temporary shoring details, joint
elimination and deck strengthening details associated with the installation of new TL-4 crash tested parapets.
Christopher Morse, PE,Structural Engineer
➢ Historic 11th Street Bridge over Augusta Canal,City of Augusta,Georgia—Principal in charge of project and plan
QA/QC review of bridge rehabilitation plan details.
➢ Historic Broad Street Bridge over Rae's Creek,City of Augusta,Georgia—Principal in charge of project and plan
QA/QC review of bridge rehabilitation plan details.
➢ 1-95 Bridge Widening,McIntosh County,GA 2010-Structural Engineer in charge of development of bridge plan
details of four twin bridges from two lanes to four lanes on 1-95 over waterways: I-95 over Champney River
(2,090'), Butler River(2,112'), Darien Creek(585'),and Cathead Creek(614').
Ali Najafi, PE, Vice President/Senior Roadway Engineer
➢ Historic 11th Street Bridge over Augusta Canal, City of Augusta, Georgia —Senior Project Manager and Senior
Roadway Engineer in charge of roadway plan details.
➢ Historic Broad Street Bridge over Rae's Creek, City of Augusta, Georgia — Senior Project Manager and Senior
Roadway Engineer in charge of roadway plan details.
➢ Argyle Forest Boulevard Widening—Segment I and II: - 5.2 miles of urban reconstruction and widening which
included 10'shared path design, sidewalk design, traffic separator design, signalization design, drainage design,
major utility relocation design, bridge design, lighting design, signing and pavement marking design, in Duval
County for the Jacksonville Transportation Authority(JTA).
John T.Attaway, R.L.S.,Surveying(Cranston Engineering Group)
> 15th Street Pedestrian Improvements, Augusta, Georgia - Surveyor in charge of control package, property
resolution, and research of approximately 50 parcels, field map checking of final drawing. Boundary and
topographic mapping of the 15th Street area from the Wrightsboro Road intersection to John C. Calhoun
Expressway. This project is partially funded by the Georgia Transportation Investment Act(TIA).
> Alexander Drive Widening Project,Augusta,Georgia-Field surveys and legal research for design and platting of
1.2 mile widening project from Washington Road to Riverwatch Parkway in GDOT format.
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 2
CS I t -tit
.
Civil Services,Inc. ,; +. �, R Is I '
Consulting Engineers
Patrick O'Grady, CBI,Bridge Inspection(Kisinger Campo&Associates)
> Statewide Bridge Inspection,Georgia DOT(2014-2019). Contact: Andy Doyle, PE, GDOT(404)635-2893
Role: Project Manager
> Statewide Bridge Inspection,Georgia DOT(2010-2014). Contact: Andy Doyle, PE, GDOT(404)635-2893
Role: Project Manager
Nicholas Dickinson II,AIA,Architect(Dickinson Architects)
> Historic 11th Street Bridge over Augusta Canal,City of Augusta,Georgia
> Historic Broad Street Bridge over Rae's Creek,City of Augusta,Georgia
➢ Tubman Middle School(Phase II), Richmond County Board of Education,Augusta,Georgia
S. N. (Bal)Kulkarni,PE, Bridge Lighting(Atlanta Consulting Engineers)
> I-85/SR 316 Interchange, GDOT HPP IM 85-2(146), Gwinnett County, Georgia - Produced the lighting and
electrical design for the interchange and two miles of collector distributors. High mast lighting was used for the
interchange lighting design and conventional lighting was used for the collector distributor lighting design.
➢ 5th Street Bridge,GDOT STP-0005-00(711), Fulton County,Georgia-Pedestrian/Conventional/Underpass
Lighting. Produced the electrical and lighting design for the green space on the bridge,the underpass,and
sidewalk lighting. This project received an NPHQ National Achievement Award for 2007.
Tom Tran, PE, QA/QC(Gresham Smith and Partners)
➢ GDOT - Bridge Replacement- SR 10/US 78 over Apalachee River, Georgia, Walton County, Georgia - Lead
Bridge Engineer responsible for the design and plans preparation for the replacement of the SR 10/US 78 bridge
over the Apalachee River at the Walton/Oconee County line.
> GDOT - "Big Bridge" Replacements - State Wide On-Call Contract, Various Counties, Georgia - Lead Bridge
Engineer for the replacement of 10 structurally deficient bridges throughout Georgia. All bridges were water
crossings.Staging of the bridges included alignment shift,off-site detours and on-site temporary bridge detours.
Amin Tomeh, PE, Geotechnical(Matrix Engineering Group)
> The Atlanta Federal Center, Atlanta, Georgia - Project Manager: Served as the project manager for the
LAW/R&D team, the project's geotechnical and construction materials consultant.
➢ The Atlanta Olympic Stadium, Fulton County, Georgia - Project Manager, involved in coordination of the
materials testing program. Provided engineering inspection of deep foundation systems.
Kevin Vella, PE, Bridge Painting(Collins Engineering)
> Mills B. Lane over CSX Railroad Bridge Repair, Savannah, Georgia — Project Manager/Structural Engineer.
Project consists of above-water bridge inspection of existing steel girder bridge in Savannah, Georgia. The
bridge required bearing replacement and re-painting due to corrosion of the superstructure. Collins prepared
repair documents that included specifications for repairs of deteriorated concrete, bearing replacement, and re-
painting of the bridge in accordance with GDOT specifications.
RFQ 16-247 Design and Field Engineering Services for Se"Street Over Savannah River 3
T� ...i4 -tt-J .p ct
Civil Services,Inc.CS I ye—
4, 0a ca
Consulting Engineers t.
ORGANIZATIONAL CHART
1—Gresham Smith
2—Atlanta Consulting Engineers
3—Kisinger Campo&Associates
4—Cranston Engineering
5—Matrix
6—Dickinson Architects
7—Collins Engineers,Inc.
PROJECT MANAGER Q24/QC
Fares Tannous, PE Tom Tran, PE1
STRUCTURES ARCHITECTURE ROADWAY DESIGPJ
Christopher Morse, PE Nick Dickinson II,AIA6 BRIDGE INSPECTION Patrick O'Grady'
Ramesh Kalvakaalva, PE Ali Najafi, PE
Scott Grimes, CBI Dino Patel, PE Kevin Vello
Khaled Ramadan, PE
Joseph Ancion Eric Falkenberry, PE
BRIDGE LIGHTING BRIDGE PAINTING SURVEYING
S.N. (Bal)Kulkarni, PE' Kevin VeIIo, PE' John T. Attaway, RLS4 GEOTECHNICAL
Amin Tomeh, PE`
COLLINSA Cranston Engineering Group, P.C.
ENGINTERSi 75,' u ENGINEERS_PLAMERS-SURVEYORS
P ; GRESHAM Matrix1f SMITH AND F/ EngineerADring
I Group, Inc.ARTNERS
di�kbsonKISINGER CAMPO
e t. •pec.al.::.pe,x,• n,r..xu"r.:..,.yha.,
ARCHITECTS
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River
4
CIS I
L :. u..1 XS
Civil Services, Inc. L_ u K (, t
Consulting Engineers
SCOPE OF SERVICES
SIMILAR PROJECTS
11th Street Bridge over the Augusta Canal, City of Augusta, 2015
CSI has prepared construction plans for the bridge rehabilitation for this project. Other ' `-
design activities were sidewalk design, utility relocation and coordination, signing and
pavement marking, maintenance of traffic plans,construction cost and specifications. ti ,
Project Owner: City of Augusta
Mr. Hameed Malik,PhD, PE 505 Telfair Street •
706-796-5068 Augusta,GA 30901
Broad Street Off-Ramp—Rehabilitation/Restoration, City of Augusta,2015
CSI is providing rehabilitation/restoration design services on this historic bridge built in 1916 for the City of Augusta,
Georgia. The bridge superstructure is comprised of composite T-Beams (variable-depth exterior T-beams), CIP concrete
wall on masonry block abutments, and wall bents on masonry block foundation for the intermediate pier.
The team, led by CSI, was composed of architectural, electrical, and underwater 7°"7"
111
(diving)firms.
The project execution includes in-service bridge inspection, load rating, concept "
design, utility identification and relocation, and final design along with assistance
during the construction phase.
Project Owner: City of Augusta
Mr. Hameed Malik,PhD,PE 505 Telfair Street
706-796-5068 Augusta,GA 30901
GDOT Bridge Inspection Program
CSI is involved with two concurrent contracts on the Bridge Inspections Program
for the GDOT. The contracts encompass the inspection of over 50 bridges located
statewide. Bridges include off-systems and on-system structures. Complexities
of the bridges vary from simple spans to multiple spans, concrete to steel, Y .
roadway crossings to waterway crossings,and use of snooper or bucket trucks. p,.r
Responsibilities include identifying bridge conditions and deficiencies through
detailed and comprehensive bridge inspection which generates a Bridge
Inspection Report per GDOT and NBIS standards/criteria, and input of findings
into the GDOT BIMS Database.
Project Owner: GDOT
Mr.Andy Doyle,PE 600 West Peachtree St. NW
404-805-7997 Atlanta,GA 30308
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 5
CS
I . ,� -
�. lam, •s<. . t[.+c.�1. X ss
Civil Services,Inc. ,; * „ R ,;
Consulting Engineers
1-95 Bridge Widening, McIntosh County, Georgia, 2010
This project included the widening of four twin bridges from two lanes to four ,r
X -....
lanes on 1-95 over waterways: I-95 over Champney River(2,090), Butler River
(2,112'), Darien Creek(585'),and Cathead Creek(614').
The design consisted of widening the inside and outside of the bridges using
AASHTO Type II and III prestressed concrete beams. The substructure was
widened by additional prestressed concrete piles.The existing bridge deck was
overlain with a new concrete surface to obtain the desired cross slope. t*
Project Owner: GDOT
Mr.Bill Duvall,PE 600 West Peachtree St. NW
404-631-1985 Atlanta,GA 30308
1-295- Dames Point Bridge over St.Johns River, Median Barrier Wall Replacement, 2012
This contract consisted of the design and construction of the 1-295 over St.
Johns River Median Barrier Wall Replacement in Jacksonville, Florida. This
Design-Build project involved replacing 4,050 LF (0.767 mile) of concrete
median barrier wall on the Dames Point Bridge, and the approach "
guardrail transition to the bridge. Additionally, the end treatment and
appropriate length of advancement was upgraded to current standards.
Prior to beginning the process of removing the existing median barrier ,
wall, a temporary barrier wall was installed on either side to provide a safe work environment. CSI provided structural
and roadway design,drainage, permitting, and Maintenance of Traffic.
Project Owner: FDOT, District 2
Ms.Belqis Majboor, PE 1109 South Marion Avenue
386-961-7444 Lake City,FL 32025
Main Street Bridge Safety Improvements,Jacksonville, Florida,2007
CSI provided inspection and design services for safety
improvements to the Main Street Bridge in � , �4� b
Jacksonville, Florida. The steel bridge is 2,060 feet �� 4
x � �.,,rd sr
long over the St.Johns River with a 365 foot lift span.
CSI designed modifications and replacement of Ft _ . �3 .x r�' '
maintenance platforms and ladders on the lift span
and towers to meet OSHA requirements while
maintaining the historical integrity of the bridge. We
performed field investigations to assess the condition of the structure, prepared design concepts, and produced
structural plans for a catwalk system on the lift span and the various platforms and ladders in the towers. CSI
incorporated existing rivet holes in the truss members to avoid welding or drilling on the structure, and designed
fiberglass composite catwalk members to minimize additional weight on the lift span.
Project Owner: FDOT,District 2
Keith Campbell, PE 1109 South Marion Avenue
386-961-7131 Lake City, FL 32025
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 6
CS I ,
s..
Civil Services, Inc t, A;
Consulting Engineers
1-95 over Myrtle Avenue Bridge Repair& Painting, 2006
The purpose of this project was to conduct a thorough field review of the bridge a, y .
inspection report for the 385' steel arch structure. CSI verified the deficiencies , .
reported in the inspection report and identified areas where either new -"' ;
damage had occurred or existing deficiencies were overlooked. Once the [ I hill 011 ;.
damaged areas were identified, plans were prepared for the structural repair of
the deficiencies to the various bridge elements.
Project Owner: FDOT,District 2
Mr. Michael Carter 1109 South Marion Avenue
386-961-7535 Lake City,FL 32025
Bridge Service Program, South Florida Water Management District, 2014
CSI implemented the Bridge Service Program for the SFWMD which owns 1114
approximately 66 stand-alone bridges. Responsibilities included: identifying bridge It--;
,:.
conditions and deficiencies through a detailed and comprehensive bridge inspection
that generates a Bridge Inspection Report and load ratings for all the bridges;
provide planning and conceptual design to identify design alternatives and criteria
for selected bridges in need of replacement; develop Maintenance Construction
Design packages for those bridges identified to only require minor repairs and
construction;develop Detailed Bridge Design packages for repair or replacement to Superstructure Replacement
correct structural deterioration that may present an on-going safety hazard or
potential failure of the structure; calculate load ratings of water control structure service bridges. The Project
Consultant inspection team consisted of a registered professional engineer, specialized inspectors, and certified divers,
qualified to inspect bridges. CSI met the quality control standards for NBIS bridge inspections.
Project Owner: SFWMD
Mr.Andre Melo, PE 3301 Gun Club Road
561-682-2670 West Palm Beach, FL 33406
PROJECT UNDERSTANDING
We understand that the objective of the project is to perform design and field engineering services for repair and
restoration of the 5th Street Bridge (Jefferson Davis Memorial Bridge) over the Savannah River in the City of Augusta.
The CSI team will develop a design and construction package for the City of Augusta with sufficient details to repair and
restore the existing structurally deficient bridge. The typical section will be determined by the consultant as part of the
preparation of the concept development drawings phase. Components of the restored bridge will include sidewalks,
bicycle lanes,decorative lighting barrier restoration, and development of structure repair details.
We are aware that the 5th Street Bridge is in close proximity to the Historic Depot Property that currently in the planning
stages for redevelopment. It is our understanding that the City of Augusta is seeking to "redevelop this mixed use site
along the Savannah River in downtown Augusta, with an architecturally significant urban design that enhances Augusta's
skyline, draws residents, visitors, and business to the riverfront, and continues the growth in central business district
housing, retail, restaurant, office space, and parking amenities". The 5th Street Bridge will be an important part of this
redevelopment and we will consider the aesthetics of the area in our bridge restoration plans. CSI will make every effort
to capture the vision of the stakeholders during the design of the project. We are also well aware of the budget
limitations goal and the critical demands associated with meeting the design schedule goals. Such schedules can be of
extreme importance for financial and public concerns. Therefore,after"Notice to Proceed", we will immediately discuss
requirements, including schedule, budgets, permitting requirements, design standards, and other relevant issues
pertaining to the project.
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 7
CS I
`.� t<.. tom.1 , ,L.
Civil Services, Inc. G. t. ft R n I
Consulting Engineers
Existing Conditions
The Structure Identification No. is 245-0094-0(Per GDOT Inventory)
Constructed in 1931,the 5th Street Bridge consists of fourteen spans of haunched built-up riveted steel girders and rolled
beam sections on concrete caps with masonry piers. It could be the only remaining bridge supported by brick masonry
piers. The bridge superstructure design was based on an H-15 design vehicle which is below current AASHTO Design
Standards. Bridge Appraisal classifies it as "structurally deficient" due to deteriorated superstructure and substructure
with Sufficiency Rating of 30.4. The bridge deck exhibits numerous spalls and exposed rebar. The bridge railing has
notable impact damage at several locations and probably does not meet current performance criteria for crash tested
barriers. The superstructure is in poor condition. The two swing spans are no longer functional. The typical section
consists of two thru-girders which are considered fracture critical. In addition, two spans(6 and 8)are a pin and hanger
design. It should be noted that the retrofit to the pin and hanger assembly at Beam 8-4 has failed with the anchor bolts
having sheared off. Span 10 has a bearing cantilever joint at mid-span with four beams. Spans 11 through 14 are simple
spans with four WF-36" beams. All the beams are noted as having moderate surface corrosion and section loss. The
beams in spans 6 and 8 have the heaviest corrosion along the top flange with up to 1/8" of section loss around the pin
and hanger connections. Substructure-Abutment 1 has spread footers,concrete wall,and concrete cap. Pier 2 and Pier
10 through 15 have timber pile foundation, concrete columns with web walls, and concrete caps. Piers 3 through 9 are
brick on footers and concrete caps. The rating for the substructure is H-15.
Existing Bridge Data:
• Overall bridge length=1202'-0"±Steel Plate Girder
• Overall roadway width =22'-0"' between curbs
• Overall bridge width=34'-4"
Note: The photos and illustrations of the existing bridge shown below are from CSI's site visit.
7 N
„ , MI
.!jr ti.I) yII., , il
i ...
z - «:,,. ,,,ems.,„
n
Memorial Plaque on bridge. Bridge deck looking east. Swing pier looking east.
_ _ ., _.,,._ ,, i iiill
�u til 1 iIN N I 1 ''.''
i r
s $ i. .
+ h '1 ^ tr {i4 C 4
. ` M
tip.>.aT a - �� ca '1.1
s .
Damaged railing from crash impact. Deteriorated deck at west end of Typical coating failure and corrosion of
bridge. girders.
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 8
CS I
Civil Services, Inc. a 4) R r. I
Consulting Engineers
PROJECT APPROACH
Research
In preparing the project approach,the CSI staff conducted multiple site visits to fully access the existing conditions of the
project. Visual reconnaissance included bridge deck, railing, lighting, as well the bridge superstructure and piers from
beneath on the eastern and western banks. The team compiled a detailed photographic record of more than 180
photos documenting critical locations and deficiencies affecting the proposed design.
As a result, the CSI team gained complete and thorough appreciation of project details and objectives. This technical
proposal demonstrates our team's technical abilities, qualifications, and unwavering commitment to offering
exceptional services to the City of Augusta Engineering Department.
Bridge Superstructure and Substructure Assessment Plan
CSI's team strategy to evaluate the bridge's structural condition incorporates the following main action items:
1. Conduct a thorough hands-on in-depth inspection of the bridge superstructure and substructure elements to
identify and quantify deficiencies
2. Per field investigation findings, develop a short-term and long-term approach to maintaining and upgrading the
structural performance of the bridge
3. Develop a short-term strategy that focuses of performing all necessary repairs to correct deficiencies that
compromise the structural capacity or safety and to stop further deterioration
4. Develop a long-term maintenance action plan to predict and possibly extend the bridge service life
5. Perform life-cycle cost analyses to be incorporated into the development long-term maintenance plan
The development of a long-term program for prolonging the service life of historic bridges is based on the estimate of
remaining service life of the bridge superstructure and substructure. A Life-Cycle Cost Analysis will be performed to
determine the optimal repair alternatives and schedule of repairs to produce the most economical long-term
maintenance strategy. Estimating the remaining service life of bridge steel girders and concrete decks will focus on both
components. CSI's deck rehabilitation strategy will be based on the outcome of non-destructive field testing such as
reinforcement cover depth determination and deck sounding using the chain drag method. In addition, deck cores and
laboratory testing for chloride contamination and compressive strength will be used in the development of statistical
models to predict the remaining deck service life.
Predicting the remaining service life of steel girders is based on the fatigue life assessment. The traditional approach
employs the Stress-Life Method (or S-N Method) in which the relationship between stress amplitude (S) and number of
cycles to failure (N) is predicted. The CSI team will develop a 3-D finite element model of the bridge superstructure that
incorporates fracture critical connections used to accurately identify fatigue prone locations subjected to tension-
tension and stress reversal cycles under vehicular live loads especially in the case of fracture critical members. The 3-D
model will incorporate field inspection findings of any section loss due to corrosion or fracture in order to produce a
more accurate assessment of "As Built" conditions. In addition, coupon steel samples can be collected and tested to
determine actual steel properties to further enhance model accuracy. The outcome of this analysis will be used to
develop the schedule of immediate and long-term repairs and cost estimates to be used in performing Life-Cycle Cost
Analysis and assist City personnel with decision making.
In the case of the bridge substructure,the CSI team will develop plans for immediate repairs of critical components such
as spalled bearing seats, structural cracks, or foundations exhibiting distress due to scour or settlement that may
compromise the substructure load carrying capacity. Furthermore, CSI will develop a long-term strategy and
recommendations outlining recommended geotechnical and hydraulic studies to conduct scour risk analysis or to
evaluate the geotechnical capacity and stability of existing bridge foundations and retaining masonry walls. A Life-Cycle
Cost Analysis will be provided to assist City personnel with decision making.
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 9
CS
/ �. ...
Civil Services, Inc. r 0 o
Consulting Engineers
Per direction by the City, the CSI team will develop a long-term bridge maintenance program that may be used by the
City in decision making with respect to a long-term bridge utilization strategy. This can be accomplished by weighing the
long-term economic benefit of allowing this bridge to convey vehicular traffic (i.e. transport people, goods and services)
until the expiration of the remaining service life versus the projected maintenance cost for this duration. The outcome
of this study can be used by the City to justify keeping the bridge open to restricted vehicular traffic or to possibly
convert the bridge to pedestrian/bicycle use only.
Approach to Repairs
Before any repair recommendations are made,the CSI team will assign an engineering and inspection team to perform a
thorough condition evaluation of the bridge and to develop techniques to restore the bridge to as close to its original
condition as possible while preserving it from further deterioration. Based on our field investigation we will determine
the types of repairs required to eliminate structural deficiencies and extend the service life of this bridge. The proposed
repairs are not all inclusive pending our condition evaluation. This includes the following:
Bridge Inspection and Load Rating
The CSI team brings extensive experience in bridge inspection and load rating having provided bridge inspections for
federal, state, county and city government agencies. Our skilled professionals are prequalified with several state
departments including Georgia in the area of bridge design and inspection. All bridge inspection work will be in
accordance with:
• AASHTO Manual for Maintenance Inspection of Bridges
• AASHTO Manual for Condition Evaluation of Bridges
• FHWA National Bridge Inspection Standards
• FHWA Bridge Inspector's Reference Manual
• GDOT-specific processes, manual and guidance to inspection.
Per the scope, CSI's specific objectives are (1) to perform in-depth field inspection of the bridge; (2) to collect all
pertinent field data on the geometry and details of the bridge. This includes evaluating the bridge railing sufficiency to
meet the strength and geometric requirements needed to meet the crash tested performance criteria in accordance
with the GDOT Bridge and Structures Design Policy Manual and AASHTO LRFD Design Specifications. To accomplish
these objectives,the CSI team will perform in-depth above water bridge inspection.
CSI will notify and coordinate with the City prior to the scheduled inspection. This includes submitting proposed
maintenance of traffic plans detailing lane closures required to safely deploy the bridge inspection team vehicles and
personnel. This will be coordinated with the City of Augusta Engineering Department. A local company familiar with
maintenance of traffic procedures will be used to perform the lane closures. To be fully prepared for the inspection,the
CSI team will secure all previous inspection reports and the maintenance/repair history will be obtained from the
Georgia Department of Transportation. Existing "As Built" bridge and any other available construction plans will be
reviewed.
The CSI team will conduct site visits to determine the proper inspection methods and equipment best suited for the site.
In the case of a medium height bridge over land and water such as the 5th St. Bridge, a bridge inspection snooper truck
can be used to reach/inspect bridge superstructure and substructure from the bridge deck. At the conclusion of field
inspections,the CSI team will compile and submit to the City a detailed Bridge Condition Report outlining all deficiencies
along with a rehabilitation plan of action including recommended repairs and cost estimates.
Kisinger Campo and Associates is part of the CSI Team, and is very familiar with the 5th Street over the Savannah River.
KCA performed the above-water inspection of this bridge under a GDOT inspection contract in February 2010. This
inspection included the hands-on,fracture critical inspection as well.
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 10
CS I
,. tot 1 .Z;z
Civil Services,Inc. c u IC c I
Consulting Engineers
The CSI team understands that underwater inspection may not be part of this RFQ. However, this bridge is classified as
having unknown foundations and may possibly be at risk of scour. Therefore, and per approval by the City, should
bridge underwater inspection be warranted, Collins Engineers as a member of the CSI team will be performing this.
Collins Engineers truly understands NBIS, FHWA Technical Advisories, and all related policies, procedures, and
requirements associated with underwater bridge inspections. Collins' staff authored the original FHWA Underwater
Bridge Inspection Manual in 1989 and has served as expert witnesses and investigators for many bridge collapses due to
underwater damage and scour, including the Hatchie River Bridge Collapse. Collins' personnel, having worked in all 50
states, have knowledge spanning from the beginning of the NBIS Program to current METRICS reviews.
Pursuant to our site inspections, bridge paint exhibited various levels of deterioration. Numerous patches of pealed
paint with exposed corroded surfaces are spread throughout. In addition, bridge paint was pitted and faded due to age
and exposure. The "As Built" plans indicate that all structural steel and rail were coated with oil-based paint containing
lead. The CSI team will inspect the existing bridge paint and develop paint repair alternatives, cost estimates, and
recommendations that address not just cost but also permitting and environmental concerns as well.
Matrix Engineering will lead the geotechnical foundation investigation needed for potential replacement of the
dilapidated south approach span and wing walls.
Life Cycle Cost Analysis
CSI is always committed to providing our clients with cost effective bridge rehabilitation solutions while optimizing the
structural integrity especially in the case of historic bridges. This requires intimate knowledge of bridge structural
behavior, state-of-the-art repair and strengthening techniques, and use of proper construction methods and materials
suited for the job and the environment.
Each repair scheme CSI proposes will incorporate cost, constructability, and effect on the strength and service life of the
structure. Per the RFQ, the City will require the consultant to determine the useful life and best remediation or
replacement scenarios.
The first step of our life-cycle cost approach to the work outlined in this proposal is to identify the major bridge
rehabilitation items and list the viable alternate methods to accomplish each item. The analysis of alternatives will
include a "no build" option. This option provides the baseline cost of not performing the rehabilitation work at this
time. Based on the age and current condition of the bridge, different scenarios of future events that can occur will be
established over the remaining service life of the structure. The CSI team can access the Georgia DOT's Bridge
Information Management System which stores the historical records on each of the City of Augusta bridges. Through a
combination of these historic records; interviews with City maintenance personnel and local inspectors; research on
similar structures; past experience and our sound engineering judgment, the CSI team will be able to establish a
reasonable current and future maintenance and replacement cost, and user costs where applicable.
Once the alternatives and future events are established, the CSI team will perform a comprehensive cost analysis. For
bridge repairs, alternatives are typically normalized by computing the present worth of future repair costs to a common
point, usually taken to the time when the first repair is completed. Depending on the City's comparison preference, we
can compute equivalent uniform annual costs for alternatives as well. The CSI team will advise the City through the life-
cycle analysis results and establish a defined scope for the bridge work before completing any design or plans
preparation.
Detour Plans for Maintenance of Traffic
Per latest inspection Report, the Average Daily Traffic on 5th Street Bridge over Savanah River is 2,410 vehicles per day
which includes 1%truck traffic. Temporary lane closures will be required during bridge inspection and when performing
bridge repair. Furthermore, if temporary bridge closure is needed, a detailed detour plan will be designed per GDOT
Standards and Specifications. Detour roads are available in both Augusta and North Augusta, South Carolina. Close
RFQ 16-247 Design and Field Engineering Services for Se"Street Over Savannah River 11
CS I
Civil Services, Inc. ,; Y p N ,; I
Consulting Engineers
coordination and communication with the City of North Augusta, South Carolina is necessary to successfully implement
such a detour plan.
Architectural
The 5th Street Bridge was originally built in 1932 with the intent to function as a city street with limited traffic flow. Its
location and ease of access allowed the bridge to serve as an entrance into adjacent communities in contrast to the
Gordon Highway Bridge, which provides high speed access between Augusta and North Augusta. With its elevated
route,the Gordon Highway Bridge does not provide the same potential for connectivity as the 5th Street Bridge.
The post-rehabilitation use of the 5th Street Bridge could be for pedestrian only or vehicular connectivity. The width of
the bridge and the on-grade access at both ends make it a candidate for rehabilitation and conversion to carry
pedestrian/bicycle traffic only.
The historic details of the bridge include ornate guard rails, lamp posts, and relief detailing on the concrete balusters.
The bridge was built on brick piers that remained from a previous structure that washed away in the devastating flood of
1929. According to Eric Deloney, a well-known bridge historian in the US, the 5th Street Bridge is the only significant
bridge structure in the country that is entirely built on a brick masonry foundation.
Both the structural and aesthetic design of the bridge pays tribute to Jefferson Davis, a
West Point graduate. This decorated, historical icon is proudly recognized on distinguished '_
plaques upon the bridge. Notab(e features such as these deem worthy of preservation as ` •
they recognize his valiant efforts within the U.S. Army and throughout his political
career. His legacy displayed by the bridge enables this structure to be a catalyst in the
renovated developments connecting both sides of the river. The bridge is listed as eligible
for the National Register of Historic Places. Dickenson Architects will lead the
development of all the architectural repair details for the decorative lighting, bridge railing,
and all other decorative concrete features on the bridge. Atlanta Consulting Engineers will
assist with bridge lighting design.
Community Involvement zz
CSI understands the importance of allowing for community input during the design process as well as keeping the
community informed of the project's progress (Community Awareness Plan) through workshops, meetings, and
notifications.
Plans Production
Preliminary Design: During this phase, design elements are submitted establishing the foundation for final design plans.
The major elements in this group are: the Existing Condition Report which will be included with Phase I submittal; and
the Preliminary Construction Cost Estimate which will be prepared early and will be compared with the construction
budget established by City of Augusta Engineering Department.
Design Elements
After completion of the preliminary design process, development of the construction plans phase will be initiated. The
following presents the different tasks that will be completed for preparation of the construction plans.
Construction Cost: Estimated construction costs will be provided at the 60%and 90%stages.
Plans Preparation: Construction plans will be prepared in accordance with approved design elements established in the
preliminary design. All plans will be prepared on standard 11" x 17" paper using Microstation and CAiSE software, and
will conform to the latest City of Augusta and GDOT Manuals and CADD Standards.
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 12
T� i•CS u mss
Civil Services, Inc.
Consulting Engineers
Phase Submittals: The following phase submittals shall adhere to the requirements for this project.
Phase 1 (30%-Existing Project Condition Assessment Report), Phase II (60%), Phase III (90%), Final Phase(100%).
Efficient Use of Manpower and Materials
We will assign staff to this project having experience and knowledge of design and plans production consistent with the
type of work being performed. Maximum use will be made of Computer Aided Design/Drafting (CADD) systems for
drafting and design functions. All engineers and designers have personal computers with supporting software at their
individual workstations, all tied together and to the internet through a local area network. Our CADD system uses
Microstation software. The GDOT CADD cell library for standards will be used where applicable.
Minimizing City Project Support and Commitment to Schedule
By assigning staff experienced in design and plans preparation, and especially senior personnel having many years of
experience, it is anticipated that support from the City of Augusta will be held to a minimum. Further, it is proposed that
monthly meetings be held with the City's Project Manager and other appropriate City personnel to enhance
coordination and to keep all informed of the status of the project design and plans preparation. These meetings will
serve to further reduce support needed from the City.
Key Factors for Success
CSI team members will employ the following key success factors that will translate into successful design and
implementation of this project:
• Complete understanding of the project's critical issues
• Innovative approach to identify possible solutions
• Commitment of the Team's resources
• Immediate response to each service request
• Senior level quality control and quality assurance
• Assigning task personnel with experience with similar types of assignments and projects
• Close and continuous communication and coordination with the City of Augusta Project Manager,staff and Sub-
Consultants
CSI is committed to understanding City of Augusta's expectations and satisfying the City's needs. The CSI team is poised
to use these key success factors to ensure a high quality product, produced within scope, within schedule, and within
budget.
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 13
RFQ No. 16-247 Richmond County
ID Task Name Duration Start 2017
Dec Jan Feb Mar Apr
1 Project Schedule 326 days? Mon 1/2/17 IP
2 Project 6 days Mon 1/2/17 �
3 Contract Execution 1 day Mon 1/2/17
4 Notice To Proceed 1 day Tue 1/3/17
5 Kick-Off Meeting 1 day Mon 1/9/17
6 Bridge Inspection 50 days Tue 1/10/17
7 Pre-Inspection Preparation 5 days Tue 1/10/17
8 Superstructure Inspection 10 days Tue 1/17/17
9 Substructure Inspection 10 days Tue 1/31/17 �
10 Underwater Inspection(If required) 10 days Tue 2/14/17 '
11 Inspection Report 15 days Tue 2/28/17 �
12 Survey 45 days Mon 2/13/17
13 Field Survey 30 days Mon 2/13/17
14 Office Compilation 15 days Mon 3/27/17
15 Survey Delivered to Consultant 0 days Fri 4/14/17
16 Phase I Design 75 days Tue 3/21/17 i
17 Bridge Analysis Report 15 days Tue 3/21/17
18 City Review 15 days Tue 4/11/17 i
19 Roadway Plans 20 days Tue 5/2/17
20 Traffic Control Plans 10 days Tue 5/30/17
21 Structure Plans 30 days Tue 5/2/17
22 City Review-Phase I Design 15 days Tue 6/13/17
23 Phase II Design 100 days Wed 7/5/17 .-
24 Roadway Plans 30 days Wed 7/5/17
25 Traffic Control Plans 15 days Wed 8/16/17
26 Signing&Pavement Markings Plans 10 days Wed 9/6/17 'lam, ,
27 Structure Plans 45 days Wed 7/5/17
28 Phase II Plans QA/QC 20 days Wed 9/20/17 ►/QC, i
29 City Phase II Plans Review 15 days Wed 10/18/17hase II Plans Review
30 Respond to Review Comments by City 10 days Wed 11/8/17 i Re4ond to Review Comments by qty
31 Phase III Design 66 days Wed 11/22/17,? 0-
32 Roadway Plans 20 days Wed 11/22/17 Roadway Plans '
33 Traffic Control Plans 10 days Wed 12/20/17 Traffic Control Plans
34 Signing&Pavement Markings Plans 5 days Wed 1/3/18 Signing&Pavement Markings Plans
35 Structure Plans 30 days Wed 11/22/17 mijiiiiisimiwmiki Str cture Plans 1
36 Phase III Plans QA/QC 10 days Wed 1/10/18 I - Phase III Plans QA/QC
37 Phase III Plans Submittal 1 day Wed 1/24/18 Phase III Plans Submittal
38 City Phase III Plans Review 15 days Thu 1/25/18 ��.�.—--.1 City Phase III Plans Review
39 Respond to Review Comments on City 5 days Thu 2/15/18 :Respond to Review Comments on City lyyl
i
40 Phase IV Design 28 days Thu 2/22/18 , & d
41 Roadway Plans 20 days Thu 2/22/18 Roadway Plans iiiiiiiiiiiiia.
42 Traffic Control Plans 10 days Thu 2/22/18 Traffic Control Plans
43 Signing&Pavement Markings Plans 10 days Thu 3/8/18 I Signing&Pavement Markings Plans
44 Structure Plans 20 days Thu 2/22/18 Structure Plans
45 Phase IV Plans QA/QC 8 days Thu 3/22/18 ( Phase IV Plans QA/QC
46 Phase IV Plans Submittal 0 days Mon 4/2/18 Phase IV Plans Submittal'• 4/2
47 i , 1 ,
Project:SR 57(US 19)3R
Task -_-_`— Summ
Date:11/04/2016 Split Projec
5th Street SCH.mpp Milestone ♦ Exterr.
mmumeme
r l
C 6 R C
CSI ....
•
Civil Services, Inc. „ 0 A (:
Consulting Engineers
PROXIMITY TO AREA/REFERENCES
Proximity to Area:
CSI has offices in Augusta as well as Atlanta. Given our location within the City we are in close proximity to the project
and would have staff on hand at all times to meet the City's needs.
References:
William C. Douty, PE,Watershed Manager II
72 Marietta Street 6th Floor
Office of Engineering Services
Strategic Asset Management Division
Department of Watershed Management
Atlanta, GA 30303
404-546-1258
Putnam County
Department of Public Works
Mr. Michael D. Nimitz, Engineering Manager
223 Putnam County Boulevard
East Palatka, FL 32121
386-329-0346
Florida Department of Transportation, District 2
Mr. Will Lyons, PE
2198 Edison Avenue
Jacksonville, FL 32204
904-360-5574
Florida Department of Transportation, District 2
Michael Carter
1109 South Marion Avenue
Lake City, FL 32025
386-961-7535
RFQ 16-247 Design and Field Engineering Services for 5th Street Over Savannah River 15
G E' O R G I A
Attachment B
You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized.
Augusta, Georgia Augusta Procurement Department
ATTN: Procurement Director
535 Telfair Street, Suite 605
Augusta, Georgia 30901
Name of Proponent: Civil Services,Inc.
Street Address: 861 Laney Walker Boulevard
City,State,Zip Code: Augusta, GA 30901
Phone: 404-685-8001 Fax: 904-645-0057 Email: cmorse@civilservicesinc.com_
Do You Have A Business License? Yes: X No:
Augusta,GA Business License#for your Company(Must Provide): LCB20130001299
and/or Your State/Local Business License#for your Company(Must Provide): 07899LGB
Utility Contractors License#(Must Provide if applicable): MUST BE LISTED ON FRONT OF ENVELOPE
General Contractor License#(Must Provide if applicable): _
Additional Specialty License#(Must Provide if applicable): PEF003233
NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity
(State or Local)does not require a business license, please state above (Procurement will verify), your company will be required to obtain a
Richmond County business license if awarded a RFQ. For further information regarding Augusta,GA license requirements, please contact the
License and Inspection Department @ 706 312-5050.
List the State,City&County that issued your license: Georgia, City of Atlanta,Fulton County
Acknowledgement of Addenda:(#1)X :(#2) :(#3) :(#4) :(#5) : (#6) :(#7) :(#8) •
NOTE: CHECK APPROPRIATE BOX(ES)-ADD ADDITIONAL NUMBERS AS APPLICABLE
Statement of Non-Discrimination
The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing
business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national
origin or ethnicity,with regard to prime contracting,subcontracting or partnering opportunities.
The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small
businesses on the proposal or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and
fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization.
The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in
conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the
proposer/contracting entity with the authority to bind the entity.
The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative
action to provide such companies with the maximum practicable opportunities to do business with this Company;
That this promise of non-discrimination-as made and set forth herein shall be continuing in nature and shall remain in full force and
effect without interruption;
That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and
incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and;
That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall
constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights
remedies including but not limited to cancellation of the contract,termination of the contract,suspension and debarment from future contracting
opportunities,and withholding and or forfeiture of compensation due and owing on a contract.
Non-Collusion of Prime Proponent
By submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief:
(a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the
purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor.
(b)Unless otherwise required by law,the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior
to opening,directly or indirectly,to any other vendor or to any competitor.
(c)No attempt has been made,or will be made,by the vendor to induce any other person,partnership or corporation to submit or not to submit a
proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia
Attorney General and the United States Justice Department.
RFQ 16-246 Engineering Design Services for 15th Street Pedestrian Improvments
Conflict of Interest
By submission of a proposal,the responding firm certifies,under penalty of perjury,that to the best of its knowledge and belief:
1.No circumstances exist which cause a Conflict of Interest in performing the services required by this RFQ,and
2.That no employee of the County,nor any member thereof, not any public agency or official affected by this RFQ,has any pecuniary interest in
the business of the responding firm or his sub-consultant(s)has any interest that would conflict in any manner or degree with the performance
related to this RFQ.
By submission of a proposal,the vendor certifies under penalty of perjury,that to the best of its knowledge and belief:
(a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the
purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor.
(b)Unless otherwise required by law,the prices which have been quoted in the proposal have not knowingly been disclosed by the vendor prior
to opening,directly or indirectly,to any other vendor or competitor.
c)No attempt has been made,or will be made,by the vendor to induce any other person,partnership or cooperation to submit or not to submit a
proposal for the purpose of restricting competition. For any breach or violation of this provision,the County shall have the right to terminate any
related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee,
commission,percentage,gift,payment or consideration.
Contractor Affidavit and Agreement
By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. § 13-10-91,stating affirmatively that the individual,
fine,or corporation which is contracting with Augusta,Georgia Board of Commissioners has registered with and is participating in a federal work
authorization program*[any of the electronic verification of work authorization programs operated by the United States Department of Homeland
Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify
information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA), P.L. 99-6031, in accordance with the
applicability provisions and deadlines established in 0.C.G.A§13-10-91. The undersigned further agrees that, should it employ or contract with
any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of
Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A §13-10-91 on the
Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such
compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s)is
retained to perform such service.
Georgia Law requires your company to have an E-Verify*User Identification Number(Company I.D.)on or after July 1,2009.
For additional information or to enroll your company,visit the State of Georgia website:
https://e-verifv,uscis_gov/enroll/ and/or http.//www.dol.state.ga.us/pdf/rules/300 10 1.Pdf
**E-Verify* User Identification Number(Company I.D.) 387871
NOTE: E-VERIFY USER IDENDIFICATION NUMBER(COMPANY I.D.)MUST BE PROVIDED: IN ADDITION,THE RECOMMENDED AWARDED VENDOR
WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING(MOO)
The undersigned further agrees to submit a notarized copy of Attachment B and any required
documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern
this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as
requested and or required. I further understand that my submittal will be deemed non-compliant if
any part of this process is violated.
Civil Services,Inc.
Comps y Name
c /1,4
•�
BY: Authori d Officer or Agent
(Contract r Signature)
♦ Y Ay��,
President ( i°��" JILL RENZI
Title of Authorized Officer or Agent of Contractor ,� - Notary Public-State of Florida
My Comm.Expires Jan 21,2017
Christopher E.Morse, PE +) ,;;; ♦ Commission#r EE M6474
Printed Name of Authorized Officer or Agent
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 25th DAY OF October , 20 16
0 NOTARY SEAL
Not.'' 'Lib to
M onimission Expires: 1/21/2017
You Must Complete and Return the 2 pages of Attachment B with Your Submittal.Document Must Be Notarized.
REV.2/17/2016
RFQ 16-247 Design and Field Enginering Services for 5t^Street Bridge over Savannah River
pm m.o•tnro.I.,oe,4=„ 0,•r 1-.o• n a•nn n m
4) RG1A _
You Must Complete and Return with Your Submittal. Document Must Be Notarized
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 proposal for an Augusta, Georgia contract
for RFQ#16-247 Design and Field Engineering Services for 5th Street Bridge Over the Savannah River
[RFQ Project Number and Project Name]
Christopher E. Morse, PE
[Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity]
Civil Services, Inc.
[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 et 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 Cod of Georgia.
Signature Applicant
t'}`"np Christopher E.Morse, PE, President
c JILL RENZI
.1 Notary Public-State of Florida Printed Name
My Comm.Expires Jan 21.2017 N/A
%foP� Commission#EE 866474
*Alien Registration Number for Non-Citizens
SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 25th DAY OF October , 20 16
Notar Public /fin✓
My ornmission Expires: 1/21/2017 NOTARY SEAL
Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL
REv.7/12/2015
RFQ 16-247 Design and Field Enginering Services for 5th Street Bridge over Savannah River
ocr,fl.....1A/..,.tn..�.4... ll.-♦..4.....-/c )m c n z.nn
•
Augusta, GA Engineering Department
AGREEMENT
CONSULTANT SERVICES AGREEMENT
5TH STREET OVER THE SAVANNAH RIVER-
BRIDGE REPAIR AND RESTORATION
TIA PROJECT RC07-001217/PI#0011418
t i E.`` ') It to 1 A
DESIGN & FIELD ENGINEERING
CONSULTANT SERVICES AGREEMENT
between
AUGUSTA, GA ENGINEERING DEPARTMENT
and
CIVIL SERVICES, INC.
for
5T" STREET OVER THE SAVANNAH RIVER-BRIDGE REPAIR AND RESTORATION
TIA PROJECT: RC07-001217/PI#0011418
This Agreement is made and entered into this day of , 2017 by
and between Augusta, Georgia, hereinafter called the "CITY" and CIVIL SERVICES, INC.,
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&Field Engineering Consultant Services
for the 5th Street over the Savannah River Bridge Repair and Restoration
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
DESIGN & DOCUMENT DEVELOPMENT
The following publication shall be used as the basis for the engineering design and professional
services contained herein; Georgia Department of Transportation Standard Manuals and
Specifications for the Construction of Road and Bridges, current editions, and supplements
thereto; American Association of State Highway and Transportation Officials (AASHTO) Manuals
for Arterial Streets, Rural, Urban, and Interstate Highways, Manual on Uniform Traffic Control
Design (MUTCD), Augusta Development Documents, the Augusta Utilities Design Standards and
Construction Specifications, State and Federal guidance documents, Industry current standards
for similar services.
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 project area 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 and documents preparation and presentation and the methods to be used in the
plans/documents preparation so that these plans/documents can be utilized as determined by
the CONSULTANT and approved by the CITY, in the orderly preparation of the detailed
construction contract plans, specifications, and contracts. Upon receipt of the CITY's written
approval of the manner of the project plans and documents preparation & presentation, The
CONSULTANT shall proceed with implementation of plans/documents preparation.
DELIVERABLE
The tracings, data and all other documents prepared under this agreement shall then be
submitted to the AED, AED or AUD, whose property they shall remain, without limitation as to
their future use. All tracing cloth, mylar paper, and other materials required for the preparation
Page 12
AED-CSA 5`h Street over the Savannah
River-Bridge Repair and Restoration
of the plans, supplemental specifications, special provisions and computation shall be furnished
by the CONSULTANT.
The CONSULTANT shall submit to the AED, editable electronic copy of all computer files (ACAD,
Microsoft version, or other software used in creating data, data file, technical documents, etc.)
depicting graphics, database, documentation, details and design for the implementation of
stormwater utility, drainage improvements, and road design data, created as a result of this
agreement. 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.
CONSULTING AND PROFESSIONAL ENGINEERING SERVICES
CONSULTANT agrees to undertake and perform certain consulting and professional engineering
services in accordance with the terms and conditions contained herein, as may be requested by
CITY from time to time. The services to be performed, CONSULTANT'S compensation, and the
schedule for performance for each task shall be described in one or more authorizations issued
to CONSULTANT by CITY, the form of which is attached hereto as Attachment D ("Work
Authorization"). A Work Authorization shall be valid and binding upon the parties only if
accepted in writing by CITY and CONSULTANT. Each duly executed Work Authorization shall be
subject to the terms and conditions of this Agreement, except to the extent expressly modified
by the Work Authorization.
The parties may from time to time by mutual agreement seek to modify, extend or enlarge the
services under a Work Authorization ("Modification"). In the event the parties agree to a
Modification to add additional services, or to make other modifications to the services,
CONSULTANT'S compensation, the schedule and any other relevant terms and conditions of the
applicable Work Authorization shall be equitably adjusted prior to performance of such
services.
Page 13
AED-CSA 5`h Street over the Savannah
River-Bridge Repair and Restoration
AMOUNT OF AGREEMENT
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. (see Fee Proposal)
Work to be authorized in phases as defined by the Scope of Service and Fee Proposal. Notice to
Proceed for each phase or combination of phases will be issued upon completion of a Work
Authorization Form. (see attachment D)
Augusta Engineering Department
4 Engineering Services Phase Structure Assessment 200,916.27
4. Engineering Services Phase 2 Concept Development: TBD
J. Engineering Services Phase 3 Construction Plan TBD
Page 14
AED-CSA 5th Street over the Savannah
River-Bridge Repair and Restoration
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
�i1� .` a_:Cx.e.,•ea.a :.4 .. u+u ->aw:vw..w>,.,.
I
By: SEAL„,ea..li►`ittli
4 .7 Mayor Hardie Davis,Jr. , , IC's 0 %�+
am r�A!
3/27��� r 'i �, "4e '""
Attest /a ifile ,/�(,
i ' t 6 •J •
o
Secretary ▪ � fo• c 49"`
14'6111606 0.*Or
Witness ...._.�.�.,..w.. ..,.�....,
CIVIL SERVICES, INC.
By: C SEAL
(Name&Title\
CA-Nor-4.1."'CO�:^r Gr• �"C. I v l o+"S q. //
e.46%.c�e....�'�- Attest
Address: 2.- 9V ,e/t1/41,S.
62- (//1 e- �C6G/Lto�lvl��` JAL r3ZZ.L&
Secretary
cm tiff
fitness
Page 15
AED-CSA 5`h Street over the Savannah
River-Bridge Repair and Restoration
I