RES 2025-24 Professional Eng Svs contract - Georgia Traffic Calming Improvements - Phase 1 Adopted
rev 1/2021
INDIVIDUAL PROJECT ORDER NUMBER 01
Describing a specific agreement between Kimley-Horn and Associates, Inc. (the Consultant), and CITY
OF NORTH AUGUSTA, SC (the Client) in accordance with the terms of the Master Agreement for
Continuing Professional Services dated June 27, 2025, which is incorporated herein by reference.
Identification of Project:
Project Name: Georgia Avenue Traffic Calming Design
KH Project Manager: Joe Robertson, P.E., PTOE, RSP2I
Project Number: 019901001
Specific scope of basic Services:
Design of the traffic calming, pedestrian safety, and roadway improvements identified as “Phase 1” of the
Georgia Avenue Traffic Calming Pedestrian Access Study. The design extents are along Georgia Avenue
and its intersections from Center Street in the south, to Forest Avenue in the north, as well as Carolina
Avenue between Georgia Avenue and Forest Avenue. The following tasks outline our proposed scope of
services.
Task 1 – Survey & Mapping (Cranston Engineering)
Kimley-Horn proposes to subcontract Cranston Engineering to complete field surveying and mapping of
the street right-of-way using traverses near the true lies, to recover or identify property corners, to locate
existing improvements and structures within the corridor including accessible utilities, trees, paint striping,
curbing, signage, etc. and to topographically map the terrain elevations suitable to produce a map with 1-
foot contour intervals supplemented by existing spot shots. The survey datums used will be NAD83 for
horizontal and NAVD88 for vertical control.
Cranston has included scope for an underground utility location service through the project corridor. This
includes Ground Penetrating Radar (GPR) and radio signal generated equipment to identify underground
utilities for marking on the surface. Survey teams will locate the markings, which will be incorporated into
the basemap. The accuracy of the underground utility location is not guaranteed.
Deliverables: Cranston will deliver a topographic feature survey with right-of-way information shown based
on field-located property corners and research. We estimate a duration of sixty (60) days for this service.
Task 2 – Design Services
The following is a summary of the specific items included as part of these design services:
Roadway Design
• Horizontal Layout Design
o Buena Vista Avenue to Forest Avenue
• Typical Section Design
• Vertical Layout Design
o Spring Grove Avenue to Forest Avenue
• Median Design
o Pine Grove to Spring Grove
• Curb Ramp Design
o Pine Grove Avenue and Spring Grove Avenue Intersections
Exhibit A
rev 1/2021
• Improved Pedestrian RRFB Crossing Design
o Pine Grove Avenue
o Near Clifton Avenue
Curb & Drainage Design
• New Curb Layouts & Relocation of Existing Drainage
o Spring Grove Avenue to Jackson Avenue
• Drainage & CSWPP Reports
Signing and Pavement Markings
• Pavement Markings & SCDOT Signage
o Center Street to Forest Avenue
• On-street parking reconfiguration and striping
• ADA parking space design
• Implementation of Wayfinding Plan signage upgrades and replacement
Landscape & Lighting Design Coordination
• Coordinate with City’s Landscape Professional on a plan layout for new lighting and landscaping.
Kimley-Horn will arrange, prepare for, and attend one (1) early coordination meeting with the City and
SCDOT District staff to discuss the project based on the previously prepared conceptual design.
Based on the comments received on conceptual design, Kimley-Horn will develop roadway permit plans.
Permit plans will consist of the following: cover, general notes, roadway plans, profile, cross sections, major
utility relocation by others, permanent pavement markings, traffic control plans, storm drainage
improvements and erosion control. Kimley-Horn will prepare reproducible permit plans in general
accordance with City and SCDOT general procedures and policies relating to local roadway design. Kimley-
Horn will utilize SCDOT standard details for roadway, utility and drainage elements, and pavement
markings. The intent of the drainage design will be to substantially maintain the existing drainage patterns,
collection, and conveyance. It is assumed that stormwater improvements downstream of the roadway work
will not be required.
The Consultant will prepare Drainage and CSWPP reports. The reports will be submitted to the City for
MS4 approval. It is assumed that SCDES permitting will not be necessary.
It is assumed that Utility Coordination will only consist of notifying utilities verified by SC 811. The consultant
will share the plans with the Utility owners and it will be the responsibility of the Utility Owner to make any
decision of needs to relocate.
It is assumed that no right-of-way acquisition or property owner coordination will be necessary for the project
as a part of these improvements. As such, any coordination or exhibits associated with the project will
require additional services, if deemed necessary.
Kimley-Horn will prepare a preliminary opinion of probable construction cost (OPCC) using current local
and/or SCDOT unit costs for highway construction. Right-of-way and/or easement acquisition costs will not
be included. Utility relocation costs also will not be included in the OPCC.
Exhibit A
rev 1/2021
Task 3 – Public Engagement
Kimley-Horn will coordinate with the City to obtain property owner information for parcels impacted by the
planned improvements along Georgia Avenue. Kimley-Horn will prepare one (1) postcard-style
informational mailer to be sent by the City to all impacted property owners notifying them of the planned
improvements. The mailer will include a project webpage link for online public comment related to the
project. Kimley-Horn will prepare one (1) informational exhibit to be posted online by the City to provide
the public with an overview of the planned improvements and receive public comments for a 30-day period.
Kimley-Horn will prepare a project information website to share information with the public and gather
comments and input. The website will be active for a period of up to six months.
Kimley-Horn will prepare for and attend one (1) drop-in style public information workshop. The City will be
responsible for reserving a meeting location and advertising the workshop. Kimley-Horn will prepare
meeting materials and display graphics appropriate for the meeting.
Upon the end of the public comment period, Kimley-Horn will coordinate with the City to provide responses
to public comments as necessary. Any additional project mailers, exhibits, or public meetings will be
considered additional services.
Task 4 – SCDOT Coordination
Kimley-Horn will arrange, prepare for, and attend an early coordination meeting with SCDOT District Seven
staff to discuss the project. Kimley-Horn will prepare and submit an SCDOT Encroachment Permit
application and will regularly coordinate with SCDOT to address comments and obtain permit approval.
It is assumed that all permit plan review for the project will be performed by SCDOT District staff, and it is
assumed that the permit plans will not be sent to SCDOT Headquarters for review.
Task 5 – Permitting
Kimley-Horn will submit one (1) electronic copy of the permit plans to SCDOT and the City for review.
Kimley-Horn will attend up to one (1) meeting with SCDOT and up to one (1) meeting with the City to review
the permit plans.
Kimley-Horn will revise the permit plans in accordance with agency review comments and coordination with
the City and SCDOT.
Kimley-Horn assumes that agency comments will include up to two (2) additional rounds of SCDOT and
City comments before submitting final roadway design drawings. If SCDOT and the City approves the final
plans, Kimley-Horn will submit an electronic copy of the final sealed plans to the Client for construction.
Exhibit A
rev 1/2021
Task 6 – Bid Phase Services
Kimley-Horn will prepare a bid package for the Georgia Avenue improvements. Included within the bid
package will be instructions for bidders, general conditions and provisions, supplemental specifications,
special provisions, project utility report, contract documents, and closeout documents. Kimley-Horn will
issue plan sets to bidders as necessary. Kimley-Horn will respond to RFI's relating to the Bid Documents
as necessary.
Kimley-Horn will attend one (1) Pre-Bid Meeting with the City. The City is to provide the location for the Pre-
Bid Meeting.
Kimley-Horn will attend one (1) Bid Opening Meeting with the City. The City is to provide the location for
the Bid Opening Meeting. Kimley-Horn will evaluate bids based on fee and compliance with the plans and
assist the City with naming the successful bidder(s).
Task 7 – Construction Administration (Cranston Engineering)
Kimley-Horn proposes to subcontract the following services to Cranston Engineering during the
construction phase (6 months estimated) on a time and material basis:
• Coordinate and attend one (1) pre-construction meeting
• Review contractor product submittals and shop drawings
• Respond to contractor’s RFI’s
• Review contractor’s pay applications. A site visit to observe the work in progress will be completed
in conjunction with each pay application review. • Facilitate the change order process as requested by the Owner
• Perform periodic construction observation for general design and permit compliance. We have
accounted for two (2) visits per month to include the pay application review site visit.
• Perform a final site walk for general design compliance.
• Prepare a punch list of identified site design deficiencies that need to be corrected
prior to processing the final pay application. Cranston will complete one (1) final site visit
following notification of punch list completion. • Review as‐built survey of the constructed site provided by the Client or contractor’s
licensed surveyor, if required.
• Provide final Engineer’s letter, if required.
• Submit appropriate documentation in the form of a closeout package to the City and
appropriate regulatory agencies, if required.
• Should the construction duration extend beyond that assumed, then we will respectfully
request an amendment to our contract commensurate with the extended schedule.
Deliverables: Field report per site visit, meeting minutes, compliance documentation.
Subconsultant Reimbursables (Cranston Engineering)
Reimbursable expenses include miscellaneous costs such as mileage and plan reproduction.
Task 8 – Project Management & Meetings
Kimley-Horn will provide overall management of all design efforts including the management of the
subconsultant. Kimley-Horn will schedule bi-weekly virtual meetings with the City to discuss the project
status.
Exhibit A
rev 1/2021
Kimley-Horn will prepare monthly invoices for City review, approval, and payment. This will include review
of subconsultant invoices and cost submittals included for payment in monthly invoices and monitor
payments to subconsultants for services provided.
Kimley-Horn will attend up to five (5) in-person meetings as necessary to discuss the project with City staff
and leadership, including attendance/presentation at City Council Meetings. This task includes time and
expenses related to travel and materials production for meetings and presentations.
Additional Services if required:
• Hydraulic design services
• Consultant Landscape or lighting design services
• Additional public meetings
• Traffic Analysis
• Traffic Signal design services
• Geotechnical engineering services
• Roundabout design services
• As built survey following construction
Schedule:
We will provide our services as expeditiously as practicable to meet a mutually agreed upon schedule.
Exhibit A
rev 1/2021
Terms of compensation:
For the services set forth above, Client shall pay Consultant the following compensation:
Table A – SERVICES
Task Description Fee Type Total
1 Surveying (Cranston Engineering) Lump Sum $74,955
2 Design Services Lump Sum $125,000
3 Public Engagement Lump Sum $10,000
4 SCDOT Coordination Hourly NTE $15,000
5 Permitting Hourly NTE $10,000
6 Bid Phase Services Lump Sum $15,000
7 Construction Administration (Cranston Engineering) Not to
Exceed $36,990
Exp. Subconsultant Reimbursables (Cranston
Engineering)
Not to
Exceed $1,800
8 Project Management & Meetings Lump Sum $25,000
ACCEPTED:
CITY OF NORTH AUGUSTA, SC KIMLEY-HORN AND ASSOCIATES, INC.
BY: BY:
TITLE: TITLE:
P.E. No.: ___________________________
DATE: DATE:
Exhibit A