Loading...
HomeMy WebLinkAboutCONSULTANT SERVICES AGREEMENT WITH JOHNSON LASCHOBER & ASSOCIATES, PC. FOR STREAMBANK STABILIZATION DESIGN, PERMITTING AND CONSTRUCTION GEORGIA CONSULTANT SERVICES AGREEMENT FOR STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT PROJECT NUMBER: POC:Hameed Malik,Ph.D.,PE,Director ENGINEERING t .PA 1.VKNT, ( () li ( I A. CONSULTANT SERVICE AGREEMENT FOR STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT TABLE OF CONTENTS: REQUEST FOR PROPOSALS (RFP) AGREEMENT CONSULTANT'S PROPOSAL GENERAL CONDITIONS ADDITIONAL PROVISIONS ATTACHMENT A STANDARD SPECIFICATIONS ATTACHMENT D Request for Qualifications Request for Qualifications will be received at this office until Thursday,February 21,2019 @ 11:00 a.m.for furnishing for the Augusta,GA-Engineering Department: RFQ 19-148 Engineering Services for Drainage Study,Stormwater System Assessment and Drainage Improvements Projects RFQ 19-152 Engineering Services for Streambank Stabilization Design,Permitting and Construction 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. A Pre Qualifications Conference for RFQ 19-148 will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the Procurement Department,535 Telfair Street,Room 605,Augusta,GA 30901. A Pre Qualifications Conference for RFQ 19-152 will be held on Tuesday, February 5,2019 @ 11:00 a.m. in the Procurement Department,535 Telfair Street,Room 605,Augusta,GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@aueustaea.eov to the office of the Procurement Department by Wednesday, February 6,2019, @ 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 No RFQ may be withdrawn for a period of sixty(60)days after qualifications have been opened, pending the execution of contract with the successful vendor. 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:procbidandcontract@augustaga.gov GERI A.SAMS,Procurement Director Publish: Augusta Chronicle January 10, 17,24,31,2019 Metro Courier January 10,2019 cc: Jarvis Sims Deputy Administrator Hameed Malik Engineering Department One RFD 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improviement Projects Due:Thursday,February 21,2019 • 11:00 a.m. Page 3 of 22 Revised: 8/11/2016 Clarification One RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 4 of 22 Rev.6/27/2013 INSTRUCTION TO SUBMIT Augusta, GA, invites qualified firms to submit a Statement of Qualifications (SOQ) for firms to provide engineering services for drainage study, stormwater system assessment and drainage Improvement projects for selected neighborhoods and other areas of concern for Augusta Engineering Department. Your submittal should respond to,and be based on,the information included in this Request for Qualifications. Responses will be received in the office of the Director of Procurement at 535 Telfair Street, Suite 605,Augusta, GA 30901 until Thursday, February 21, 2019 @ 11:00 a.m. Eastern Standard Time. The RFQ must be submitted in a sealed package and be labeled with firm's name and the name of the project - RFQ 19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects". No RFQ will be accepted by fax, all must be received by mail or hand delivered. Vendors are required to submit one (1) marked unbound original, (7) seven copies of the RFQ. The RFQ shall be addressed and delivered accordingly to: Ms. Geri Sams, Director of Procurement Procurement Department 535 Telfair Street, Room 605 Augusta, Georgia 30901 After advertisement, the SOQs shall be opened per Procurement guidelines. The Procurement Director shall determine whether each package appears to be minimally responsive to the published RFQ requirements. The User Department, in association with Procurement, will appoint a selection committee to review all acceptable minimally responsive packages. The selection committee members shall review and score each package individually based on the evaluation criteria. Failure to provide all of the requested information may cause the submittal to be rejected as non-responsive. Any interested qualified firm and/or party is requested to make a response to accomplish the Scope of Services described herein. The response is to be signed by a duly authorized official of the firm and must be submitted in the time, manner and form prescribed. The Owner reserves the right to reject any or all submittals received as the result of this request. The Owner also maintains the right to negotiate with any firm(s), as necessary, to serve the best interests of Owner. The Owner will not be liable for any costs incurred by any firm prior to the signing of a contract. A Pre Qualifications Conference will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the Procurement Department, 535 Telfair Street, Room 605,Augusta,GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, February 6, 2019 @ 5:00 P.M. An official authorized to bind the firm to the terms and provisions of the qualifications must sign the submittal. For a submittal to be considered it must remain valid for at least sixty (60) days from the time that the Owner receives it. Clarification One RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 13 of 22 Qualified firms interested in providing the services described herein are invited to submit a complete Statement of Qualification for consideration. The qualifications shall address the requirements listed below. Failure to provide all requested information may be sufficient cause for rejection. The firm may provide additional information to that requested, provided it is placed in a separate section at the end of the SOQ. The firm's demonstrated technical capability and other qualifications, as described herein, will also be assessed. The qualified firms will be invited to submit a proposal on an as needed basis for projects in which they are deemed qualified to participate in. Once RFQ's are received and evaluated, the Owner will then make their recommendation to the Augusta, Georgia Commission for consideration and final approval. Do Not Include A Fee Proposal. Fees will be negotiated. Firms shall not include fee or cost information when responding to this solicitation. PROJECT SCOPE & ISSUES Augusta, GA Engineering Department is currently requesting specific professional services from qualified engineering firms with experience in drainage master plans and drainage conveyance system assessment to provide comprehensive storm water drainage study including evaluation of existing drainage conditions, flood control measures, needed drainage improvements, recommended improvement engineering design and engineering probable opinion of construction cost. PROJECT OBJECTIVE: The objective of Drainage Improvement project in area experiencing localized flooding is to provide infrastructure improvements that mitigate the flooding conditions in these areas. Frequent, severe flooding creates threatening and hazardous conditions for residents of the area, impact local commercial operation and businesses. Contributing factors to the flooding conditions include undersized drainage conveyance system, limited or no roadside curbing, restricted access for system maintenance and deficient integrated storm conveyance system. Due to lack of area specific drainage information, specific improvements cannot be identified without detailed survey and engineering analysis. Therefore, we understand that this project and subsequently our scope of work,will be structured accordingly. The overall need for this project is to upgrade the infrastructure system within the designated area including roadway improvements, resurfacing, or both,adding of curbs,gutters,sidewalks,and drainage improvements. Work will be released as Task Order and completed in various phases depending on the size of the drainage area of the designated area and construction funding allocation. Augusta Engineering may select up to three qualified firms under this RFQ. PROJECT SCOPE OF SERVICES: The selected consultant may be asked to provide some or all of the following services to analyze and document existing and future flooding problems, and potential solutions to noted drainage problems within the areas defined under released Task Order. The project scope of work shall include the following: • Assessment of available relevant studies and data. • Data collection including survey, as required, to verify existing conditions and drainage conveyance system. • Detailed analysis of known and potential flooding/drainage issues. • Preparation of an overall drainage model for the selected service area. RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 CO 11:00 a.m. Page 14 of 22 • Preparation of phased drainage Improvement Construction Plan that includes budget estimates for proposed improvements. • Recommended prioritization of phased construction. Engineering Analysis: 1. Development of existing hydrologic and hydraulic models, including but not limited to: a. Rainfall—runoff; b. Overland and pipe network flow; 2. Development of future conditions hydrologic and hydraulic models,which account for: a. Future land cover; b. Future hydraulic setting;and c. Changes in rainfall patterns 3. Problem area identification. 4. Development of design criteria targets. Alternative Analysis and Findings: 1. Create an alternatives analysis for problem area remedy. 2. Create Summary Report of findings a. Summary of the existing drainage system; b. List of priority projects Assigned Team Qualifications: Required Qualifications for firms submitting proposals: 1) Assigned individual(s)to the project have a State of Georgia Engineering License. 2) Individual(s) have experience with similar projects within the State of Georgia. 3) Qualified staff to perform the test research and required engineering calculations, 4) Qualified staff to understand local conditions in Augusta,GA drainage basins and perform required hydrology and hydrologic calculations. SELECTION CRITERIA: The Selection Team will only consider those firms who are able to demonstrate the following qualification requirement(s): A. Specialized experience of firm and related experience on projects of similar scope. B. Expertise in hydrology of hydraulic studies and infrastructure management. C Past performance by the lead consulting firm, sub-consultants, and their employees on similar projects. D. Adequate staff with applicable and specialized expertise within the lead consulting firm and all sub- consultants,and current workload. E. Study approach of the project area, including design team and sub-consultants; team organization and structure;proposed schedule; and understanding of study objectives. FIFA 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 a 11:00 a.m. Page 15 of 22 F. Recent experience with maintaining schedules and budgets on relevant projects, demonstrating expertise in cost control, quality of work, and ability to meet schedules, and record of successfully completed projects without major legal or technical problems. G. Demonstrated experience conducting public meetings. H. Other factors relevant to the Project, including previous client satisfaction level. I. Rate structure for proposed staff including all sub-consultants. J. Understanding of the area. SUBMITTAL REQUIREMENTS: Submittals of Firm information and qualifications should be no more than (15) pages in length (exclusive of cover and index sheets) and should include the following information. A. Cover Letter The cover letter may be up to two pages, and should identify the Prime Firm and all firms proposed for the team. Include a contact telephone number and email address in the event the project manager needs to share follow-up information. The letter must be signed and dated by an official authorized by the prime consultant. B. Company Qualification The section should demonstrate the firm's overall qualifications to fulfill the requirements of the scope of work along with the following: 1, Project understanding. 2. Summary of team organization. 3. Approach to Scope of Work including proposed deliverables. The approach should be responsive to the items presented in this RFQ, but can be enhanced where it can be shown that doing so benefits the project. 4. Proposed timeline and deliverables schedule, with interim dates or deliverables, demonstrating an understanding of any federal, state, and local reviews required. The timeline shall commence as shown in the Submission Schedule and Key Dates. C. Team Qualifications The Team Qualifications section should elaborate on the general information presented in the introduction to establish the credentials and experience of the prime consultant and its team to undertake this type of project. The following must be included: 1. Team Organization Chart showing all firms, contractual relationship between firms, and names of specific staff proposed for this project, including their titles. RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 16 of 22 2. Identify a minimum of five similar projects the firm, acting as prime contractor, has conducted which demonstrate its ability to conduct and manage the project. Examples should have been completed within the past seven years. Provide a synopsis of each project and include the name of the project, project location, client name, date completed, amount of the firm's contract,and contact person. 3. If sub-consultants are involved, provide corresponding information describing their qualifications as requested in paragraph two above. All sub-consultants shall also show a minimum of three similar projects completed in the past seven years. D. Team Experience The Team Experience section must provide the professional credentials and experience of the persons assigned to the project. Although standard resumes may be included, identify pertinent team experience to be applied to this project. Specifically, the City is interested in the experience, expertise, and total quality of the consultant's proposed team. If principals of the firm will not be actively involved in the project, do not list them. The submittal shall clearly indicate the Project Manager,and other key team members,and their qualifications. The following must be included: 1. Complete description of team organization including identification of the Project Manager, key personnel,office location,and roles and responsibilities of all sub-consultants. 2. Responsibilities to be fulfilled by each team member assigned to the Project. The description of responsibilities shall include an estimated percentage of the total project that is to be completed by each individual team member. 3. Ability of all sub-consultants to provide and maintain a local presence during the course of the Project. At a minimum,the Project Manager shall demonstrate availability for numerous coordination meetings that will take place in Augusta. 4. Current workload and firm/team capacity. E. Technical Approach The Technical Approach section must provide information on the consultant's understanding an approach to accomplishing the Project.The following must be included: 1. Project approach 2. Understanding of the area where the project is located 3. Approach to public outreach and public relations 4. Process for evaluation of alternatives, identifying permits and permit agencies, site and environmental analysis, if applicable S. Knowledge and specific experience in drainage studies. 6. Management tools,techniques,and procedures used to maintain project schedules RFC)19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 17 of 22 7. Approach to project schedule. F. References The consultant must provide a minimum of three references which the City may contact regarding qualifications and past performance. All three references must be familiar with projects for which members of the submittal team have participated, including the designated Project Manager. Sub- consultants shall provide a minimum of two references. 1. Name of Organization and Contact 2. Title of Contact 3. Address(delivery and email) 4. Telephone Numbers SUBMISSION REQUIREMENTS Qualified contractors interested in providing the services described herein are invited to submit a complete SOQ for consideration. The SOQ shall address the items listed below. Failure to provide all requested information may be sufficient cause for rejection of the qualifications. 1. Vendors are required to submit one(1)marked unbound original AND(7)seven copies. Original is to be unbound. Copies may be bound per vendor discretion. 2. Do Not Include A Fee Proposal. Firms shall not include fee or cost information when responding to this solicitation. 3. Submittals of Firm information and qualifications should be no more than (15) pages in length 4. Proposals shall be evaluated and a selection made using the criteria items listed in the Criteria for Evaluation. RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 18 of 22 AUGUSTA, GA ENGINEERING DEPARTMENT AGREEMENT STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT e........"07,---- CONSULTANT SERVICES AGREEMENT between AUGUSTA, GA ENGINEERING DEPARTMENT and JOHNSON, LASCHOBER &ASSOCIATES, P.C. for STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT THIS AGREEMENT is made and entered into this day of 2019 by and between AUGUSTA, GEORGIA, hereinafter called the "CITY" and "JOHNSON, LASCHOBER & ASSOCIATES, P.C.", 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: STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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. Agreement l2 Streambank Stabilization Design,Permitting&Construction Area-Wide Watershed Management Project DELIVERABLE - The tracings, data and all other documents prepared under this agreement shall then be submitted to the AED, 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, 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 AUD work, the Consultant shall provide drawings in accordance with the utilities chapter of the AED Plan Preparation Guidelines. AgreernentJ3 Streambank Stabilization Design,Permitting&Construction Area-Wide Watershed Management Project AMOUNT OF AGREEMENT It is agreed that the compensation hereinafter specified to perform the required by this Agreement includes both direct and indirect costs chargeable to the project. For work to be authorized, Notice to proceed for each phase or combination of phases will be issued upon completion of a Work Authorization Form. (See attachment D) Agreement amount may vary, depending on each project's Scope of Services, availability of funds. Scope of services and associated fee will be negotiated for each task order and NTP will be issued for various phases depending on the size of drainage area of the designated area and construction funding allocation. Agreement 14 Streambank Stabilization Design,Permitting&Construction Area-Wide Watershed Management Project 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 ,-- iCe!-- Y: Th SEAL .,' G Mayor Hardie Davis,Jr. ..:, .'4"..'`.m i II r . , ` .1 Attest w��' m;, , ki�� 'l 1 { rf;„.r a may, vd, ,32‘„Y_ Secretary H`�, f fs t Witness If\\ ( t ,,. -........or JOHNSO LASCHOBER &ASSOCIATES, P.C. CINDY M. HALL NOTARY PUBLIC McDUFFIE COUNTY By: ��// ��"�' �C a ( SEAL STATE OF GEORGIA (Name& Title) My Commission Expires March 10,2023 LtALc1l1'5 Attest . •E Address: -71.0 r&S 0-Nn P A 3 ` J-y .-/-611,...4...,/..Z.--"— Secretary ,a..--541:,__ ------ Witness Agreement I5 Streambank Stabilization Design,Permitting&Construction Area-Wide Watershed Management Project AUGUSTA, GA ENGINEERING DEPARTMENT CONSULTANT'S PROPOSAL & DOCUMENTS STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT s ,: x �* �i' , =s _ `} j,lx�,:',.",,...,..-;..4,..'1,.::-. Y it "...+:14' fi . r> mow., a ".<",-.‘"Rx y . .,„.,,,..,:,,,,,,,,,,,`II:'''':'7,,*.;:01P.tr.:... ' • f5 ,.....,/,49_,(4,1 i y £ ,mss ' ' ,', .- -..''''V'ik„,*t*,*Ft'f%‘,t,_, ', 44)0„,- '—' a iieltA d 1�y'.' 'ENG1NEER1 ! 7 ?s,# z* E-ra $ e ,„,,,,,,, ,, „. 4 4,, , * , ,- -, , ,, ., -M, . ',_ EA .,. TR _ �'r d r i aptBA1,,... ..„2,,,,,,zeet.;,,,.,,,,,,-;;..-...,,,,:::, �# K Nva; • , - PER 1 N^. '"s`a r. ;y,-s§ o-.:13 b # .tl;k& 'yYt : r ' i.' '1.' '',- ,, # ffi,z —, w l'''''''"14.'�`y" �' _ as h x~ce ,ya � , ��` wc February 21 , 2019 ,,,,,. , 4''''''' Project Contact: Johnson, Laschober& Associates, P.C. Trevor A. Wimberly, P.E. TWimberly@theJLAgroup.com „,11.,,,,‘ 1296 Broad Street Augusta, GA 30901 (706) 724-3156 JOhf1 o l LG7 ch ccF r�' As t, r (� 4a �� ' ce vanfo with Arch+;o Fury !,)t,'",''�r Liz X07. LQ dSC ,1)"' ASC Ir Iu(C-'. L Jtr�'C tai/C1�, 1, 3 rrcj ��Uf/1t L'ICJ, �1�E- FrUtt=CiiOfl �/1J ff .,t c <�t �lCj!r7E�tt`� 7, 0 in f...,0 L.)e 1d u u�r on£� r��i. www.theJLAgroup.com 't-=-- G E o R G t 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: Johnson, Laschober&Associates.P.C. Street Address: 1296 Broad Street City, State,Zip Code: Augusta,GA 30901 Phone: (706)724-5756 Fax: (706)724-3955 Email: DDricketti2theJLAgroup.com Do You Have A Business License? Yes: X No: Augusta,GA Business License#for your Company(Must Provide): LCB19990017185 and/or Your State/Local Business License#for your Company(Must Provide): J013588 Utility Contractors License#(Must Provide if applicable): tiff.S r BE i ISTFC) tti FRONT OF ENVEi COPE General Contractor License#(Must Provide if applicable): Not Applicable Additional Specialty License#(Must Provide if applicable): Not Applicable 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 RFD. 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.Augusta.Richmond Acknowledgement of Addenda:(#1) :(#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 age,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 19-152 Eng.Svcs.for Streambank Stabilization Design,Permitting and Construction Due:Thursday,February 21,2019 @ 11:00 a.m. Page 6 of 19 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 arty 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,firm,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: httpsa/e-verifv.uscis.dov/enroll/ and/or http://www.dol.state.oa.us/odf/ndes/3Q0 10 I.pdf **E-Verify*User Identification Number(Company I.D.) 226309 NOTE E-VERIFY USER IDENTIFICATION 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(MOU) 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. John n C._ , Laschober&Associates,P.C. Co any Name LI0I -..iZch 0 BY: Authorized Officer or Agent (Contractor Signature) President/CEO Title of Authorized Officer or Agent of Contractor Darren R.Prickett.PLA.ASLA Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE otv DAY OF 1-4-btltcir1 ,20 /9 . 1 NOTARY SEAL Notary Public CINDY M. HALL NOTARY PUS My Commission Expires: McOUFFIF STATE OF GEORGIA You Must Complete and Return the 2 •'MY(:orrirflitYlpn p• 3 • ' '19 - • - - bmittal. Document Must Be Notarized. REV.2/17/2016 RFQ 19-152 Eng.Svcs.for Streambank Stabilization Design,Permitting and Construction Due:Thursday,February 21,2019 @ 11:00 a.m. Page 7 of 19 ........ t..e._i__ () t: O R G I A 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 RFO 19-152 Engineering Services for Stream bank Stabilization Design. Permitting and Construction [RFQ Project Number and Project Name) Darren R. Prickett, PLA,ASLA [Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) [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 state nt or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the ci I Code of Gear 2 La) Jar, i Signature of Applicant Darren R. Prickett, PLA, ASLA Printed Name *Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE .ZOO DAY OF lbt"-1 ,20 19 Litterll Notary Public . CT '-'t CINDY M.HALL My Commission Expires: NOTARY PUBLIC MQDUFFIE COUNTY NOTARY SEAL STATE OF GEORGIA My Commission Expires 3-10-2019 Note: THIS FORM MUST BE CUn'w t I tU AND RETURNED WITH YOUR SUBMITTAL REV.7/12/2015 RFQ 19-152 Eng.Svcs.for Streambank Stabilization Design,Permitting and Construction Due:Thursday,February 21,2019 @ 11:00 a.m. Page 8 of 19 LASCHJOHNSON, OBER ASSOCIATES, P.C. February 20,2019 Jik, Ms.Geri A.Sams, Procurement Director City of Augusta,Georgia 535 Te!fair Street, Room 605 Augusta,GA 30901 Re: RFQ Item#19-152.Streambank Stabilization Design, Permitting and Construction JLA No: 9999.2019-012 Letter No: 001 Dear Ms.Sams: Johnson, Laschober&Associates, P.C.(JLA)is pleased to offer this proposal for providing professional design services for Augusta-Richmond County's various streambank stabilization projects. Our in-house team of highly qualified professionals are eager to assist the Augusta Engineering Department with this project. We will address erosion and stability, strive to protect the health and safety of the public and the ecosystem, and design with bio-engineering practices to minimize the effect to the environment. The key personnel listed herein are available to address all aspects of the work scope within a timeframe established by Augusta-Richmond County. In reviewing our qualifications, please note the following items that set us apart from our competition: • Local Office and Experience. Johnson, Laschober & Associates, P.C. is located at 1296 Broad Street in Downtown Augusta, Georgia. Formed in 1980, the firm currently has over 35 employees. A registered design professional can be on site within an hour's notice. I, Trevor A. Wimberly, a partner with the firm, will be responsible for managing the work and I will serve as the liaison between JLA and the City of Augusta. • We have a proven local team.All Civil Engineering will be provided in-house but we . foresee the likely need for collaboration on hydrologic and hydraulic modeling needs.JLA will team with Wildland Engineering hydrologic and hydraulic modeling needs. We have worked with Wildland Engineering in the past and have a quality working relationship with this consultant. Our team is familiar with each other's' ` preferences and procedures regarding information delivery. • Respect for the Environment. Our Bio-Engineering Design expertise will bey, applied to minimize the impact to the environment by utilizing the latest technology and design techniques. - ARCHITECTS•ENGINEERS•LANNIngeseriNteitygtyyt.072 AED-Streambonk 5tabilltationl6TRoo7-dorx 1296 Broad Street•P.O.Box 2103•Augusta;Georgia 30903• (706)724-5756•FAX(706)724-3955 www the LA ou comAwls J � P• RFQ#19-152 February 20, 2019 Page 2 • Conflicts of Interest. We do not have any conflicts of interest with this project. Our firm's ability to perform the design work required for the City of Augusta's Engineering Department's needs is unique and unparalleled. We are excited for the opportunity to continue our working relationship with the City of Augusta. We have the resources, knowledge and experience to meet schedule and budget requirements and deliver a quality product.We appreciate the opportunity to work with the City of Augusta and are available should you have questions Sincerely, JOHNSON, LAcrHnRFR R<&SSOCIATES, P.C. Trevor A.Wimberly,P.E. Partner/Project Manager cc: File P.1ProposalslPZ420191PZt412 HED-$trcombank Ste bilizationl1.TROOI docx COMPANY QUALIFICATIONS JL SECTION B B 1 PROJECT UNDERSTANDING We understand that the Augusta Engineering Department is requesting specific professional services from professional firms with experience in stream bank stabilization and associated regulatory permitting to develop comprehensive stream bank restoration project. Services will include evaluation of existing conditions and contributing factors,design standards, warranted improvements design and construction plans,and engineering probably opinion of construction cost. Our understanding of the Stream Bank Restoration and Improvements Project is that there are areas experiencing localized property damage.Should JLA be selected to provide engineering services for this project,we will be tasked with implementing control measures and improvements to mitigate the failing bank conditions and restore banks in an eco-friendly manner for areas experiencing localized property damage. Due to lack of area specific contributing factors information, specific improvements cannot be identified without detail analysis of geomorphological and hydrological conditions at impacted segments of the creek. Therefore,we understand that this project,and our scope of work,will be structured accordingly. The JLA/Wildlands Engineering team has a history of successful projects involving restoration and naturalization of stream systems in Southeast,most particularly in Georgia,and South Carolina.Our project team has a strong understanding,and success in the application of the underlying principles of stream bank restoration using a combination of engineered and bioremediation techniques.Some of our team qualifications include: • An understanding of waterbody flow processes and the application of fluvial geomorphology and restoration principles • An understanding of waterbody ecology and ecosystem-based habitat restoration • An understanding of engineering aspects of waterbody alluvial geomorphology and ecology,and the application of engineering services to stream restoration with specific focus on development of bioengineered/vegetative stabilization and stream bank restoration practices • Experience developing concept,preliminary design and construction plans for stream bank restoration projects • Experience conducting sediment management analysis • Successful preparation of federal and state permit applications and approvals,and associated plans for stream restoration projects. • A demonstrated ability to meet project goals within the projected timeline. B 2 SUMMARY OF TEAM ORGANIZATION Principal-in-Charge: Dan-en Prickett, PLA,ASLA.Mr.Prickett will provide Landscape Architecture design for the streambank stabilization projects.His Low-Impact-Design expertise will help minimize the impact to thte environment by utilizing the latest technology and design techniques including experience with rain garden design, bio swales,bio engineering and latest LID techiques and systems. Project Manager: Trevor Wimberly, P.E. Mr.Wimberly will be responsible for the management of each streambank stabilization project. He will oversee the project and ensure that the project is completed on time and within budget. He will also be responsible for studies and stream/storm water/drainage design as well as obtaining the local and state permits for each project. Project Quality Assurance: Richard J. Laschober,P.E. Mr.Laschober will be responsible for project oversight and Quality Control/Quality Assurance to help maintain the project timelines and budget. Project Civil Designer: J.Cristo Eclavea. Mr.Eclavea will be responsible for Civil design as well as permitting.He has accumulated over 40 years of combined experience in civil design documents.He is highly proficient in land design,planning and development using the latest version of AutoCAD Land Development Desktop.He is familiar with all aspects of civil planning and design streambank stabilization design, permitting and construction. Project Landscape Architect: Jillian Ready. Mrs.Ready will provide Landscape Architecture design for the streambank stabilization projects.Her Low-Impact-Design expertise will help minimize the impact to the environment by utilizing the latest technology and design techniques including experience with rain garden design, bio swales,bio engineering and latest LID techniques and systems.She also specializes in Erosion Control as an added benefit for minimal impact on locations. Water Resources Engineer: Daniel Johnson,P.E.,P.N. Mr.Johnson is a registered Professional Engineer(PE) and Professional Hydrologist(PH)with more than 14 years of experience in the preliminary assessment, design,construction and monitoring of stream and wetland restoration projects;urban stormwater management;hydrologic modeling and multi-dimensional hydraulic modeling.He will be responsible for managing ecosystem restoration and watershed planning projects and serves as the leader of a six-person team of scientist and engineers in South Carolina that focus on ecological and water quality improvement projects.marketing and supporting environmental and water resources engineering services in South Carolina. RFQ 19-152 February 21,2019 Engineering Services for Streambonk Stabilization Design, Permitting and Construction Page 1 COMPANY QUALIFICATIONS ` SECTION B B 3 APPROACH TO SCOPE OF WORK INCLUDING PROPOSED DELIVERABLES The proposed deliverables for this project include the following: • Assessment of available relevant studies and data. • Data collection including survey,as required,to verify existing conditions and drainage conveyance system. • Detailed analysis of known and potential stream banks failing issues. • Preparation of an overall stream bank restoration plan for the selected service area. • Preparation of phased Improvements Construction Plan that includes budget estimates for proposed improvements. • Recommended prioritization of phased construction. Alternative Analysis and Findings: 1. Create an alternatives analysis for problem area remedy. 2. Create Summary Report of findings 3. Summary of the existing drainage system: 4. List of priority projects If chosen to provide engineering services for the streambank stabilization,design,permitting and construction project, our team will prepare recommendations to proactively protect property damage from stream erosion and other threats. Recommendations could include feasibility studies,detailed construction drawings,and specifications for stream bank stabilization:stream restoration:Stream work will be completed using natural channel design where feasible.All designs will comply with the requirements of local,state(GA EPD),and federal(USACE Savannah District)regulatory agencies. B.4 PROPOSED TIMELINE AND DELIVERABLES SCHEDULE. General: A generic template of a submission schedule with key dates (days from notice-to-proceed)are noted below for the Study Phase through Project Final Design)and Bid Phase for a typical project. Each study area will differ based on geographic area,complexity,nature of stormwater related problems,and level of existing development. Consequently,the template will be modified specific to each project awarded to JLA. Submission Schedule and Key Days-Time Line Items-interim dates,deliverables,etc. Running Time(days) from Notice to Proceed a. Kick-off Day 1 b. Summary of Assessment of stream bank projects,Classification and Prioritization Day 45 c. First Public Hearing with input received at meetings Day 50 d. Complete Alternative Development including review of permitting agencies and permit requirements,site and environmental analysis and cost benefit analysis, Day 200 detailed field survey,including delineating wetlands and stream buffers e. Second Public Hearing with input received at meetings Day 205 f, Alternative Recommendation Day 220 g. 30%Design Submittal and Permitting Documentation related to flood plain, wetlands,stream buffers Day 250 h. 60%Design Submittal and Easement Plats Day 310 i. 90%Design Submittal Day 370 j. 100%Design and Required Permitting Day 400 k. Bid and Award Day 475 RFQ 19-152 February 21.2019 Engineering Services for Streambank Stabilization Design,Permitting and Construction Page 2 JI. ,, TEAM QUALIFICATIONS SECTION C C 2 TEAM ORGANIZATION CHART Co'rer;P. Pr'ke--. PLA. /r,'3 ,t,, Principal Charge L"nc LcrdSCaFif'_Ar, •..`E • 4r Y 4.4 Trr vrr A P!rnntjE-rtA -r,- • s: Pr i_-? t...,..„1—.,..1 ler,Lf C.11 C tr'..), lot1 1', 4 ,_u_ J C.O17.lr-'17S P.P. It Fcrard J. La�chcrber F'.E. FL9 :c1 o r R.-1n ,,,n:Cu 'rilrar_r Pr^iec C: in!I-,, A-Sunt e B_l:' r" ,Jr- IC 1__,_e r 1 AGvi=0r Cr y-c EJovccl Ant- N Fr 'y L r, 1,_,1 _,t , P E FH. F acyl C,.0 Eye -Ater P'-1(1. t c r��sc_,,., Ar;, =pct Val1dlor^d E a1re rirq A 7'e' Fc .kwrce er,greer Id ail►.„; to. C 2 SIMILAR PROJECTS Lazy Acres Site Plan and Stream Bank Plan.Appting, Georgia. Year Complete: 2018 Amount of Contract:$18,879.00 Client Name: Columbia Diversified Client Contact: David Wheatley (706)373-0531 Project Description: This project involved stream hydraulic,hydrology,stream bank mitigation.The floodplain was mapped, the buffers were set,and a Letter of Map Revision(LOMR)was applied for to determine the FFE&BFE of the units.The project included the discharge of a regional detention pond was within the site.JLA provided stream bank restoration plan and Civil Engineering and Landscape Architecture design and specifications for the layout,grading,drainage,utility service locations,erosion control,landscaping and project details. Permits Acquired: Columbia County Stormwater Department Parsons Circle Stormwater Improvements.Aiken,South Carolina. Year Complete: 2018 Amount of Contract: ,30,922.00 Client Name: City of Aiken Client Contact: John Poole,City Engineer (803)642-7610 ' - ,, Project Description:JLA presented findings of the Hydrology and Hydraulics Study ,x” !,- --, of"The Parsons Circle Sub-basin within the Clark Road Basin." ..14,,,,,40‘,7 .. ,_ 4"i JLA made recommendations and presented strategies utilized °-" - . , , �9A'; V,; for energy dissipation at the outfall location. � ,*-1,,,,,;:- -,�:!,,,b. *,,Z,,‘. Permits acquired: City of Aiken Engineering Department, USACE and State i ra ate ` , Waters Jurisdictional Determination,SC DHEC,and Corps of 4 - ".• x Engineers Nationwide Permit tet* ',;re; .= ' ^� M". RFQ 19 152 February 21 2019 Engineering Services for Streambank Stabilization Design,Permitting and Construction Page 3 J LTEAM QUALIFICATIONS SECTION C C 2 SIMILAR PROJECTS Raw Water Pump Access Improvements.Augusta, Georgia. Year Complete: 2018 Amount of Contract: $37,880.00 Client Name: Graphic Packaging International,LLC • Client Contact: Glen Hughes,Project Manager , (706) 796-5545 • Project Description:JLA provided stream bank stabilization and erosion and sedimentation control plans to restore and protect approximately 500 LF of existing streambnk on the Savannah River and reestablishing the R.W.P.access road adjacent to ' r - Graphics Packaging International, LLC (formerly International Paper). , Permits acquired: Augusta-Richmond County Planning Department, USACE and State Waters Jurisdictional Determination,GA EPD Buffer Variance,and Corps of Engineers Nationwide Permit,Corps of Engineers Wetland Delineation, Wynngate Capital Improvements,Project#8.Martinez, Georgia. Year Complete: 2015 Amount of Contract:$244,266.00 Client Name: Columbia County Water and Sewerage System Client Contact: William (Billy) Clayton,Division Director (706)863-6928 Project Description: Part of a large Capital Improvements Project to improve overall storm drainage in a Columbia County neighborhood. Significant erosion had occurred prior to project with shear '^ banks and stream channel scouring throughout.Erosion down ,+ " k - •" to bedrock caused banks to scour and stream to widen.Bio- +"" engineering techniques used include rock cross veins,coir rolls 10; , ..aw and matting,tree root wad bank armoring.Native plants were 101110." a installed after bank stabilization.Stream channel returned to '-+;,� l � 17 natural profile with designed flood zones.Stream channel • k design is based on storm velocities and 2-year storm event. . > Sanitary Sewer Aerial crossing replacement:50 LF.Storm Sewer ' replacement-175 LF.Stream Bonk Restoration 700 LF.Project completed in 2014. Permits acquired: Columbia County Stormwater Department,GA EPD Buffer Variance,Corps of Engineers Nationwide Permit,Corps of Engineers Wetland Delineation Safe Haven Security Building and Contractors Building Site Development Plan.Augusta. Georgia. Year Complete: 2012 Amount of Contract:$19,500.00 Client Name: PCS Nitrogen,Inc. Client Contact: Joey Bruyninckx,Environmental Specialist (706)469-1296 Project Description: Part of a project to improve existing the vegetative buffer and streambank near the location of the new security building. Significant erosion had occurred prior and during the project causing loss of vegetation within the buffer and stream channel scouring throughout. Erosion control and planting techniques were used to reestablish the buffer.Native plants were installed including grassing by Hydroseeding and erosion control matting.Streambank and Buffer Restoration 500 LF.Project completed in 2012. Permits acquired: Augusta Engineering Department,GA EPD Buffer Variance RFQ 19-152 February 21,2019 Engineering Services for Streambank Stabilization Design,Permitting and Construction Page 4 Jik _.` TEAM QUALIFICATIONS SECTION C C 3 SUSCONSULTANT SIMILAR PROJECTS Richland Creek Bank StabilizationProject in Cleaveland Park,Greenville,South Carolina. Year Complete: 2017 Client Name: City of Greenville W I T,DT,A NDS Client Contact: Paul Dow. PE,CFM City of Greenville ' � . (864)467-4410 .,--, pdow@greenvillesc.gov ' . Projecf Description:In 2015,the City of Greenville conducted a damage w, assessment following an extreme rainfall event and discovered _ ., _. • 4 �', bank failure along a 300-linear foot reach of Richland Creek . , -� - in Cleveland Park.Cleveland Park is a popular destination for 7-1,...., -; - _ .. both tourist and residents of Greenville,South Carolina and Ate the failed bank was a safety hazard and threatened stream ; ' ' adjacent infrastructure (i.e.,a paved parking area,local titio street,and existing utilities). Wildlands was contracted by the City of Greenville to design,permit and oversee the construction of an emergency bank stabilization project along this reach.Wildlands conducted a geomorphic assessment and collected topographic data to evaluate and document the existing conditions of the reach. Hydrodynamic modeling and natural channel design methodologies were utilized to assess the reach and design bank stabilization features.Bank stabilization was accomplished through benching,construction of geolifts,and the construction of a rock J-hook and stubby vane.Wildlands secured state and federal approval (permits) to support construction activities and provided construction oversight services. Construction along this reach was completed in March 2017. Public-facing ArcGIS Online Link:https://arcg.is/OSmCjf Cannon Creek Stream Mitigation Delivery Project,Berkeley County,South Carolina. 04 Year Complete: 2021 (anticipated) Client Name: Berkeley County W I LI)L A N DS SC Department of Transportation `""' E Client Contact: Will McGoldrick -� `<a (803)737-1326 Project Description:In January 2013, Berkeley County(County)solicited proposals '>-`' i, ,gib for coastal stream mitigation to support projects funded 4 by the County's One Cent Local Option Sales Tax.The 'full- delivery mitigation' solicitation,managed by the South Carolina Department of Transportation(SCDOT),was only the second to be issued in the state of South Carolina and has allowed local municipalities and the SCDOT to contract for • -- tum-key mitigation where mitigation credits were not readily -_' available,expedite USACE permitting timelines,focus on core competencies(transportation infrastructure improvement), and transfer the development and risk of mitigation to the private mitigation sector. The Cannon Creek Mitigation Site provides stream mitigation credits in the Cooper River watershed and Mid-Atlantic Coastal Plain.Cannon Creek was a degraded incised coastal plain stream system which provided limited habitat diversity.Nutrients and stormwater runoff were discharged directly into Cannon Creek and conveyed into the Cooper River;a 303d listed waterbody.The project restored 4,764 linear feet(LF)of Cannon Creek and its tributaries and protected an additional 1,000 LF.Improved in-stream and terrestrial (riparian) habitats were provided,along with improved stream stability,reduced risk of sewer infrastructure encroachment,and improved hydrologic function.Nutrient and sediment reduction is being provided through vegetative buffering,cattle exclusion,and relocation of the stream away from the sanitary sewer line and residential backyards.Excavation of a new floodplain at a lower elevation allows for frequent floodplain inundation,nutrient filtration,and reduced loadings to the Cooper River. Construction was completed in 2015 and Wildlands is currently conducting five years of post-construction monitoring RFQ 19-152 February 21,2019 Engineering Services for Streambank Stabilization Design,Permitting and Construction Page 5 TEAM QUALIFICATIONS SECTION C C..3 SIJBCONSUITANT SIMILAR PROJECTS Richland Creek Quality Improvement Projects,Greenville,South Carolina. Year Complete: 2018-2019110416/1411 Client Name: City of Greenville Client Contact: Lisa Wells, P.E.,CFM W Ti,D L,A N D S City of Greenville (864) 467-4427 LWells@greenvillesc.gov Project Description:Through an EPA 319 grant,the City of Greenville is sponsoring a suite of stream enhancement and stormwater quality improvement projects in the Richland Creek watershed,referred to as the Richland Creek Water Quality Improvement Projects. These projects were identified and prioritized through a watershed assessment and planning process,the Richland Creek Water Quality Master Plan.The City contracted with Wildlands Engineering to provide engineering,environmental, and construction observation services to support the implementation of three identified water quality improvement projects in the Richland Creek watershed.In addition to the activities listed below, Wildlands is supporting 319 grant coordination and assisting the City with preparing grant deliverables and technical and non- technical documentation. MCPHERSON PARK Bioengineering and bank stabilization measures will be implemented along a tributary to Richland Creek in McPherson Park. In addition,a bioswale will be constructed to infiltrate runoff and promote improved water quality.To provide additional water quality benefits,existing parking spaces will be converted to pervious pavement to infiltrate and filter stormwater runoff before the runoff enters the stream and existing concrete islands will be converted to rain gardens for the same purpose.Wildlands has completed the design and generated construction documents to support bid letting.Construction as completed in late 2018. THE TD CONVENTION CENTER The TD Convention Center stormwater control project is another master plan project that will be implemented through this contract.This tributary exhibits active bank erosion, limited in-stream habitat and a degraded riparian zone. Untreated stormwater discharges to multiple locations along the reach. Wildlands is preparing construction documents to support bank stabilization and the implementation of stormwater control measures to improve the tributary and downstream receiving waters,specifically Richland Creek.Wildlands has completed the design and generated construction documents to support bid letting.Construction was completed in late 2018. RICHLAND CREEK Bank erosion along a portion of Richland Creek is contributing sediment to Richland Creek and impacting downstream receiving waters,specifically the Reedy River. Bioengineering and bank stabilization measures will be implemented along this reach to address bank erosion and stormwater outfalls will be targeted for water quality improvements.The stream design incorporates accessibility components to promote public access and use of the stream. Wildlands has generated the 90%construction documents and permitting is in progress.Construction is anticipated to begin in April 2019. RFQ 19-152 February 21 Engineering Services for Streambank Stabilization Design, Permitting and Construction , 6 Paggee b °/ TEAM QUALIFICATIONS _Ilk �� SECTION C { C 3 SUBCONSULTANT SIMILAR PROJECTS Chantilly Ecological Sanctuary at Briar Creek,Charlotte, North Carolina. Year Complete: 2018 Client Name: Mecklenburg County Storm Water Services keOl Client Contact: Crystal Taylor-Goode 2145 Wuttle Avenue, Charlotte, NC 28208 W T i,D i, N D S (980) 314-3223 crystal.taylor©mecklenburgcountync,gov Project Description:Mecklenburg County Storm Water Services (MCSWS) and CMSWS have partnered on a stream restoration and ` „ ' enhancement and stormwater quality retrofit project along Briar Creek in a densely urban area of the City of Charlotte, The overall goals of the project are to restore Briar Creek, . Edwards Branch,and the Chantilly Tributary, improve water quality through improved stormwater management, and obtain stream mitigation credits for the City of Charlotte's Umbrella Mitigation Bank. Prior to the project, the Doral and Cavalier apartment complexes were located within the 100-year floodplain of the project site.Mecklenburg County purchased and removed the flood-prone buildings as part of the FEMA streambank stabilization buyout 55 program,which provided the space necessary to expand the existing community park,incorporate stormwater quality retrofits,and restore portions of degraded streams. Over 9,000 LF of stream restoration and enhancement will be performed,two stormwater quality BMPs will be installed within the floodplain of Briar Creek,and the ground will be prepared for greenway and recreational trails to be expanded in the future. Wildlands' scope included design of a replacement sewer line under a reach of restored stream between two manholes. Extensive hydraulic analysis was required to support a floodplain no-rise certification. Wildlands also prepared a feasibility study and an alternatives analysis for the Chantilly Tributary and BMP components of the project.Wildlands Realty negotiated five donated stormwater easements on private parcels.Construction was completed in 2018. Little Sugar Creek Environmental Restoration and Greenway Project,Charlotte, North Carolina. Year Complete: 2012 Client Nome: Mecklenburg County Storm Water Services 01111, Client Contact: Crystal Taylor-Goode tell 2145 Wuttle Avenue,Charlotte, NC 28208 WI i.D L A N D 5 (980)314-3223 ,,,,,-..,,,,,,,$,,-, crystal.taylor@mecklenburgcountync.gov t Project Description:Wildlands assisted with r.• : ;- the construction administration phase of the - i ;'- Elizabeth Reach of the Little Sugar Creek ., t _-. Greenway.The Midtown and Kings Drive Reaches were completed in 2009.The project '" •.. ,4'"±C a included daylighting 1,800 LF of stream . ,°¢� � o channel.Wildlands'work on these projects 1 'J includes 4,600 LF of stream and floodplain . ~ 1 -.; enhancement features which coordinate with '"- :r '""' ' _ an urban park and greenway trail south of uptown Charlotte.The stream and floodplain ,„- enhancement makes use of in-stream boulder {` r -"p - structures, excavated floodplain benches,and a planted riparian buffer to improve the ' _' _ _-- stability,habitat, and aesthetics of the stream corridor.Wildlands completed extensive ' hydraulic modeling that was required for floodplain permitting.Wildlands successfully , s ilk coordinated 401/404 permitting with NC Division of Water Resources and the USACE and c ' permittingcollaborated throughwiththe NC local Divisionlandscape of Land Qualityarchite. Wildlandsturefirmon completedsediment categoricalanderosion exclusioncontrol /; -'4"-- documentation to satisfy NC Department of Transportation (NCDOT) funding sources. -. Extensive stakeholder meetings shaped the project design.The stakeholder group includes Mecklenburg County Storm Water Services, Park & Recreation, Real Estate Services, and City of Charlotte Storm Water Services.The project was funded in part by the NC Clean Water Management Trust Fund. RFQ 19-152 February 21,2019 Engineering Services for Streambank Stabilization Design, Permitting and Construction Page 7 , ... ......, .. . _ ,....... . ....., ... . . JI.‘ . . . . ....„..,...... . . . ... .._, ... . . . _ ... . .,.._,_,.. , . ,:,..,„,„,,FA,,..„.... . ..,...„,„7„,:„.„ . TEAM EXPERIENCE SECTION D D.1. TEAM ORGANIZATION CHART Darren F. Prickets, PLA, AA t— Principa14.-1-Charge Lead Landscape Architect 4 iv,. Trevor A. Win-hely. 'pi. ['reject Manage/Leda Ci\,,i1Eng•reer ‘111:11* II F• , ,--,-,,rci .„, ,,,_:„_,-,,),),.,, p F Laura Caciness FE. Public Oal.-eacks ana Felas ll,s,orc.i,,-,c.vvy Pro.,ec, Duo t/ Assurance and ba,,in l=s-)c)a-nr..11 s.::.";_r,•:. er A av is or - \ ,—.- ff. jWian N. Peady , i• : Daniel Jahr-son, FE.. P.H. *444' Project Clvi! De,:aner Prosjec Landscape A.I c ni!ect ll . .,..,,icTands Elt--!--.ifseerina 1 ASO, - tio• .,-,.. ?FQ 19-152 February 21.2019 Fngineering Services for Streambank Stabilization Design,Permitting and Construction Page 8 Jim\ TEAM EXPERIENCE ' SECTION D DARREN R. PRICKETT, PLA, ASLA Principal-in-Charge, Senior Landscape Architect Office Location: Augusta,Georgia Project Responsibilities:Mr.Prickett will provide Landscape Architecture design for the streambank e stabilization projects.His Low-Impact-Design expertise wit help minimize the impact to thte s environment by utilizing the latest technology and design techniques including experience with rain +yt( garden design,bio swales, bio engineering and latest LID techiques and systems. Since joining Johnson, Laschober&Associates, P.C.in 1997 as a project manager and the head of the Landscape Architecture department,Mr.Prickett has managed a vast array of multi-discipline projects with a combined value in excess of$50 million. A registered professional for over 15 years,Mr.Prickett has a strong background in land planning.He hos planned streetscapes, urban parks,streambank restorations,recreation facilities and both single and multi-family residential developments.He has also been involved in the planning and design of mixed-use infill projects and understands the unique demands of adaptive reuse development.Mr.Prickett's understanding of how each of these components fits into the overall fabric of the community informs his design decisions and enhances the project site's function within the community dynamic. Mr. Prickett has a strong portfolio of projects within historic districts throughout the Southeast.His demonstrated ability to deliver these projects is a testament to his ability to work with governmental entities,historic boards and community groups to achieve a common goal, TREVOR A. WIMBERLY, P.E. Project Manager Office Location: Augusta,Georgia Project Responsibilities: Mr.Wimberly will be responsible for the management of each streambank stabilization project. He will oversee the project and ensure that the project is completed on time and within budget. He will also be responsible for studies and stream/storm water/drainage design \ as well as obtaining the local and state permits for each project. Mr.Wimberly joined JLA in 2007. He has over fifteen years of experience in the design of water mains, storm drainage,sanitary sewer,site and roadway design. He has developed estimates and full engineering plans and specifications,including utility,soil erosion and construction detail plans for civil engineering projects throughout the CSRA. Mr.Wimberly is adept in storm water management and drainage design,site development,erosion and sediment control, permitting and construction administration. Mr.Wimberly maintains a Level II certification with Georgia SWCC. RICHARD J. LASCHOBER, P.E. Project Quality Assurance roty, Office Location: Augusta,Georgia Project Responsibilities: Mr.Laschober will be responsible for project oversight and Quality Control/ Quality Assurance to help maintain the project timelines and budget. Mr. Laschober co-founded Johnson,Laschober and Associates,P.C.and has been a principal of the firm since 1980. Mr.Laschober has over 45 years of extensive project manager Mr.Laschober is experienced in paving,resurfacing and erosion control work for counties and municipalities,boards of education and college campuses,private residential developments,industrial sites,and commercial complexes.He is skilled in all aspects of civil engineering design,cost estimates,project management and construction inspection. He has provided management for many diversified engineering projects involving project development,preliminary engineering studies,design,and inspection ranging in value to$40 million. His specialized experience is in the areas of hardscape design{access roads, parking,sidewalks,etc.),erosion control,stormwater management,water supply and distribution,wastewater treatment, industrial structures,hydraulics and hydrologies. RFQ 19-152 February 21,2019 Engineering Services for Streambank Stabilization Design, Permitting and Construction Page 8 JL , . �`. TEAM EXPERIENCE � SECTION D J. CRISTO ECLAVEA Civil Designer Office Location: Augusta,Georgia Project Responsibilities: Mr.Eclavea wit be responsible for Civil design as well as permitting. IF t Mr.Eclavea has accumulated over 40 years of combined experience in civil design documents. N. He is highly proficient in land design, ad AutoCAD Land Development Desktoppl.Henning is familiarand withevelopment all aspectsusing of civil thelatest planning andversionof design for developments relative to municipalities,recreation,education,commercial sites,industry,single- and multi-family housing and roadway construction. Mr.Eclavea has designed several miles of waste water collection system and prepared erosion and sediment plans on a variety of projects throughout the southeast for grading and development permits.His knowledge in this area,both office and field,are excellent.His diverse experience also includes developing structural drawings and architectural design. a. JILLIAN READY Project Landscape Architect Office Location: Augusta, Georgia Project Responsibilities: Mrs.Ready will provide Landscape Architecture design for the streambank stabilization projects.Her Low-Impact-Design expertise will help minimize the impact to the environment by utilizing the latest technology and design techniques including experience with rain garden design,bio swales, bio engineering and latest LID techniques and systems.She also ' specializes in Erosion Control as an added benefit for minimal impact on locations. LAURA S.CABINESS, P.E. Public Outreach and Relations Coordinator and Basin Flooding Classifier Project Responsibilities:Ms.Cabiness' role will be classification of type of basin flooding and prioritization and development of design strategy for each basin.She will work closelyp with each basin project p otect engineer in the scheduling,presentation and documentation of public hearings for each project.She will utilize flood claims data to identify flood prone areas,prioritize projects and support funding requests through federal grant programs(such as Pre-disaster Mitigation and Flood Mitigation Assistance grants). Ms.Cabiness is a professional civil engineer with over thirty years of experience in various project management,engineering and leadership roles working in o variety of organizations in the private and public sector.She is a trained project manager with knowledge of federal,state and local procurement codes and grant management.Ms.Cabiness has special expertise in storm water management,pavement maintenance and management,management of public infrastructure,contract management for construction and professional design services. Prior to joining JLA,for twenty years,Ms.Cabiness was the Director of Public Service/City Engineer for the City of Charleston, South Carolina.The operating budget for the Public Service Department exceeded$26 million annually and included funds from the general fund,the storm water enterprise fund and other special assessments. — - „ DANIEL JOHNSON, MBA, PE, PH Project Water Resource Engineer WILDLANDS . " 1Office Location: Charleston,South Carolina ' Project Responsibilities: Project Management,Assessment and Design of Water Resources iv Mr.Johnson currently serves as the South Carolina Team Leader and as a Senior Water Resources Engineer for Wildlands'Charleston,SC office.Mr.Johnson is a registered Professional Engineer a a (PE) and Professional Hydrologist(PH) with more than 14 years of experience in the preliminary assessment,design,construction and monitoring of stream and wetland restoration projects;urban stormwater management;hydrologic modeling and multi-dimensional hydraulic modeling.Mr.Johnson has designed,supervised the construction of,and monitored the performance of restoration and stabilization projects in South Carolina,North Carolina, Georgia,and Tennessee.At Wildlands,he is responsible for managing ecosystem restoration and watershed planning projects and serves as the leader of a six-person team of scientist and engineers in South Carolina that focus on ecological and water quality improvement projects.marketing and supporting environmental and water resources engineering services in South Carolina. RFQ 19-152 February 21 Engineering Services for Strearnbank Stabilization Design, Permitting and Construction .2019 Page 9 II , ,, ,, �� TEAM EXPERIENCE SECTION D 0 2 PERCENTAGE OF TOTAL PROJECT THAT IS TO BE COMPLETED Darren Prickett,PLA,ASLA(JLA) 5% Trevor Wimberly,P.E. (JLA) 35% Richard J.Laschober,P.E.(JLA) 10% J.Cristo Eclavea(JLA) 20% Jillian Ready(JLA) 7% Laura Cabiness,P.E. (JLA) 3% Daniel Johnson, MBA,P.E.,PH (WILDLANDS) 20% D.3, AVAILABILITY Johnson,Laschober&Associates,P.C.is a local firm. With the majority of the project team located in our office on Broad Street in Downtown Augusta,Georgia,we can have a design professional on site with minimal notice. JLA will be available for coordination meetings and will be a presence on project sites. Our sub-consultant WILDLANDS has a history of providing water resources services and streambank mitigation throughout Georgia,South Carolina and North Carolina and will be available throughout the projects. 0 4 WORKLOAD AND FIRMTEAM CAPACITY Johnson, Laschober&Associates.P.C.has a Quality Assurance Program that includes a checks and balance system to help ensure that a project stays on budget and on schedule.Your project will be a priority.We are poised to be able to fully staff your project as soon as we receive a Notice to Proceed. Below is a list of our current existing commitments: Project Name Phase Percent Complete North Augusta Fire Station 1 Relocation Design Phase 15%Complete Fort Gordon MCA-2 Design Phase 9 35%Complete Augusta Downtown VA-Combined Heat and Power Plant Design Phase 9 35%Complete Bon Air,Civil Design Phase 40%Complete DSM Storm water Design Phase 50%Complete Covanta Truck Storage Area Design Phase 75%Complete Fox Creek Hogh School-New Wing Classrooms Design Phase g 75%Complete Fort Gordon AUD Cyber Center of Excellence Design Phase 9 80%Complete Fort Gordon MCA-1 Design Phase 95%Complete Mayer Electric Site Design Phase 95%Complete Highlands Performing Arts Center Design Phase 95%Complete Covanta Environmental Solutions Construction Phase 10%Complete Aiken Phase 1 B-RPR Services Construction Phase 50%Complete Greenbrier Vet Clinic-Evans Construction Phase 60%Complete Chukker Creek Apartments Construction Phase 50%Complete Hollywood Town Hall Site Development Construction Phase 90% Spirit Creek Interceptor-Pilot Project Construction Phase 100%Complete RLQ 19-152 Engineering Services for Streambank Stabilization Design,Permitting and Construction February 2019 Page 10 J` TECHNICAL APPROACH SECTION E E 1 PROJECT APPROACH: Depth of Project Management Team:JLA's project design team is versed in water(stream bank stabilization,design and permitting as well as storm water)with individual PM's varying in experience from 45 years to 10 years as reflected on JLA's team organizational chart. Projects managers are selected for projects based on their individual experience,strengths and workload as necessary to manage the specific project relative to individual project needs-type,size and complexity. Understanding the Commitment to Manage the Project Team: • JLA has demonstrated its ability to successfully manage water and sewer projects and understands from its years of expe- rience in the public sector the time commitment necessary to effectively manage a project. • On larger projects and/or complex projects,with or without multi-discipline needs,JLA understands that a project man- ager cannot both effectively manage and be a lead designer in the project. Consequently,the depth of personnel assigned to a project team is configured to allow the project manager the time necessary to commit to managing and leading the project team through all phases of a project to a timely completion with quality reflected in the constructed project. • Project Management Back-Up: JLA project team assignments reflect their belief that effective project management does not happen in a vacuum with one person. Consequently,a monthly project assessment of progress and schedule is reviewed and analyzed by the project manager and a deputy project manager and shared with the rest of the team and the client. The deputy project manager provides quality control to the assessment and analysis and a level of redundancy to JLA's commitment to project management. It also is JLA's means of grooming deputy project managers for larger,more complex projects. Our project approach will involve five stages of work progression,as described below,which will be implemented for each individual project as scheduled by the City: 1. Project Initiation:The Team will conduct a project kick-off meeting with all stakeholders.The Team and stakeholders will conduct a site visit and review and discuss the goals for the project and potential alternatives.The City will describe how the project was initiated and goals for this work effort.The Team will outline the data collection requirements and proposed design scope.Project initiation will culminate with an agreement by both parties to the work plan and path forward. 2. Data Acquisition:This stage will involve gathering of input data from various sources including field survey,GIS databases, owner records,field visits,State and Federal agencies,etc.We will compile data as base information to facilitate desi n r g process and generation the of plans.Depending on the project,geotechnical investigation may be required. 3. Design:This stage will involve design of the stabilization activities.Where applicable, Wildlands shall use established stream restoration and stabilization techniques developed and accepted by various State, Federal,and non-profit agencies.Hydrologic and hydraulic models will be developed to determine the appropriate design parameters that facilitate stabilization while supporting no-rise objectives.These models will also be utilized to provide design input to reduce erosion potential and determine appropriate channel plan and profile,as well as any necessary hard armoring techniques.The outcome of the design process will be a design solution that is acceptable to and agreed upon by both parties. 4. Permitting:This stage will involve obtaining permits from necessary Federal,State,and local regulatory agencies for the proposed work,including,but not limited to,the USACE,FEMA,Georgia EPD and the City of Augusta for stormwater permitting.It also includes advancing the design to construction-level plans and specifications necessary to facilitate bid letting and contractor selection. 5. Construction:This stage will involve construction of the proposed improvements,but begins with the bidding of the project and review of qualified bids.Wildiands is available to provide construction oversight services.Upon successful completion of construction,the project will be closed out and record drawings prepared and submitted to the owner E.2. UNDERSTANDING OF AREA WHERE PROJECT IS LOCATED: Johnson,Laschober&Associates,P.C. (JLA)is a local firm,with an office at 1296 Broad Street in Downtown Augusta,Georgia. JLA has maintained an excellent working relationship with Augusta-Richmond County since the firms inception in 1980. JLA started as a Civil and Structural Engineering firm and our first projects included projects with the City of Augusta. Since that time,the firm has grown to provide other disciplines while maintaining a close relationship with the City. With JLA being a local firm,we are knowledgeable of the water bodies in the area as well as the soils and sediments in the area. We have WILDLANDS on our project team,who is familiar with/has specialized experience with stream bank restoration. an understanding of waterbody flow processes and the application of fluvial geomorphology and restoration principals, waterbody ecology and ecosystem based habitat restoration and stream restoration with development of bioengineered/ vegetative stabilization. RFQ 19-152 Engineering Services for Streambank Stabilization Design,Permitting and Construction February 21 Paagege 1 i 1 1 J L TECHNICAL APPROACH SECTION E E.3 APPROACH TO PUBLIC OUTREACH AND PUBLIC RELATIONS' Ms.Cabiness will coordinate with each project engineer in the scheduling and presentation of public outreach and relations activities for each project. JLA will hold a minimum of two public hearings per project. This first public hearing will be scheduled as early as possible after the project kick-off,allowing for enough time for the project team to familiarize themselves with existing studies and data. The second project meeting will be scheduled immediately following the Alternative Development and prior to Alternative Comparison and Recommendations. E.4 PROCESS FOR EVALUATION OF ALTERNATIVES. IDENTIFYING PERMITS AND PERMIT AGENCIES, SITE AND ENVIRONMENTAL ANALYSIS: Viable alternatives will be developed to meet project objectives for flood mitigation.Each alternative will define permitting requirements and agencies,environmental impacts,disturbance or inconvenience to adjacent areas during construction, project schedule,project costs and cost-benefit ratio. Resilience and sustainability will be considered. Alternatives will be compared and rated on a weighted point system with input from a public hearing,ranked and an alternative recommended. E.5. KNOWLEDGE AND SPECIFIC EXPERIENCE IN STREAM AND STREAM BANK RESTORATION. DESIGN AND CONSTRUCTION PRACTICES JLA has a wealth of knowledge and experience in streambank restoration and understanding the components that are required for each specific job. Depending on the design criteria,JLA has used many different options for restoration and overall project construction. These include,but not limited to: 1. Bio-Engineering design Best Management Practices (BMPs) including: a. Coir materials,including rolls and matting for toe and slope stabilization. b. Live stakes and plug seedlings to promote re-vegetation of the streambank. c. Root wads to strengthen streambank in high velocity areas. d. Hydroseeding. e. Cross vanes within creeks and streams to reduce streambank erosion,maintain stream stability,dissipate excess energy and enhance fish habitats. f. BMP practices required from the GSWCC Manual for Erosion and Sediment Control in Georgia(Green Book). 2. Semi-Hard Armor for Slope Stabilization including: a. Hard toe design using rip rap and drainage stone. Used primarily in high velocity areas and abrupt changes in the stream direction. b. Concrete matting designed to facility vegetation growth. This would include vegetation growth through the matting as well as allowing installation of live stokes within the matting area. 3. Additional construction practices including: a. Turbidity Curtain installation to minimize sediment escaping downstream. b. Temporary Stream Crossing per the Georgia Green Book. E.6. MANAGEMENT TOOLS, TECHNIQUES, AND PROCEDURES USED TO MAINTAIN PROJECT SCHEDULES The following management tools,techniques,and procedures are utilized by to maintain project schedules. 1. A detailed development of task descriptions is completed for each project with associated manhour assignments,begin work and end work date assignments,and pre-requisites established regarding work that must be completed prior to starting task. 2. The above information is utilized in JLA-developed project management Excel worksheets for monthly progress evaluation and/or or for use in Microsoft Projects. JLA used this method to monitor and manage a long-term study for Rehabilitation of the Spirit Creek Interceptor for the Augusta Utility Department to effectively keep the project on schedule. 3. The Project Manager/Project Engineer performs monthly detailed project assessments of progress and reports results to team members. 4. A team action plan is implemented,as required,following each detailed monthly progress assessment to maintain schedule. 5. JLA meets weekly with all its project managers to report critical deadlines and manpower needs to ensure that project managers/engineers have adequate resources to meet project goals. 6. Project Manager reports monthly project progress to Owner along with any required team actions to mitigate schedule. RFC) 19-152 February 21, Engineering Services for Streambank Stabilization Design,Permitting and Construction Page 2019 e 12 J� REFERENCES �� , SECTION F Name of Organization:Aiken County Contact: John Poole Title of Contact: City Engineer Address: 245 Dupont Drive PO Box 1177 Aiken,SC 29801 Telephone Number: (803) 643-2125 Name of Organization: Graphic Packaging, Inc. Contact: Glen Hughes Title of Contact: Project Manager Address: 4278 Mike Padgett Highway Augusta,GA 30906 Telephone Number: (706) 795-5545 Name of Organization: Nutrien(formerly PCS Nitrogen) Contact: Joey Bruyninckx Title of Contact: Environmental Specialist Address: 1460 Columbia Nitrogen Drive Augusta,GA 30901 Telephone Number: (706) 469-1239 Subconsultants References: Name of Organization: City of Greenville Contact: Paul Dow,P.E.,CFM Title of Contact: Assistant City Engineer-Environmental Address: Engineering Division P.O.Box 2207 Greenville,SC 29602 Telephone Number: (864) 467-4410 E-mail: pdow©greenvillesc.gov Name of Organization: Mecklenburg County Storm Water Services Contact: Crystal Taylor-Goode Title of Contact: Project Manager Address: 2145 Wuttle Avenue Charlotte, NC 28208 Telephone Number: (980) 314-3223 E-mail: crystal.taylor@mecklenburgcountync.gov RFQ 19-152 February 21 2019 Engineering Services for Streambonk Stabilization Design, Permitting and Construction Page 13 GEORGIA 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 RFO 19-152 Engineering Services for Stream bank Stabilization Desian.Permitting and Con trill4ofl (RFQ Project Number and Project Name] Darren R.Prickett, PLA,ASLA [Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity] [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 state nt or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of thetediclil Code of Geor Signature of Applicant Darren R. Prickett, PLA,ASLA Printed Name *Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF_Kbfus,.i ,20J fi if n n Notary Public CINDY M.HALL My Commission Expires: NOTARY PUBLIC MSQUFFIECOUNTY NOTARY SEAL STATE OF GEORGIA My Commission Expires 3-10-2019 Note: THIS FORM MUST BE COnniri.t I tD AND Rt rURNEQtiVITH YOUR SUBMITTAL REv.7/12/2015 RFO 19-152 Eng.Svcs.for Streambank Stabilization Design,Permitting and Construction Due:Thursday,February 21,2019 et 11:00 a.m. Page 8of19 Ci E' O R U T A STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQ# 19-152 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with Johnson,Laschober&Associates,P.C. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 560651376 E-Verlfy*User Identification Number wldlands Engineering, Inc. Co pany Name P• B . Authorized Officer or Agent (Contractor Signature) President Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an Shawn D.Wilkerson E-verify User Identification Number on or after Jul 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia httQ:Nwww.dol.state.oa.uslpdf/ru les/300 10 1.odf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https://e-verifv.uscis.gov/enroll/ 2-to DAY OF 0/194/ ,20 0A7-10NA bi Notary Public My Commission xpires: CHARLOTTE P. KINNEY I LC,l—( NOTARY SEAL NOTARY PUBLIC Mecklenburg County, North Carolina REV.7/22/2011 Bid Item 019452 Engkwrkq Sorbs for StreambankStabilization Design,Permitting and Coasbucdon Page 20f3 G ,E' 0 R Q I A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, Shawn D.Wilkerson certify that this bid or proposal Is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A.Section 36-91-21 (d)and(e), Wildlands Engineering, Inc. has not, by itself or with. others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever,nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of Wildlands Engineering, Inc. is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder onl b or if furnished to any other bidder,that the material shall be at a higher price. . SI if re of Authorized Company Representative President Title Sworn to and subscribed before me this 2-4o day of 0'10 c _,L--+ ,2019 /A A.a. _ lC .i Notary S gnature Notary Public: (2 Z, 4) P.j (Print Name) County: t'v) e Cit r 6‘,,,, CHARLOTTE P. KINNEY Commission Expires: 'Z./ / f ' 71 / NOTARY SEAL NOTARY PUBLIC f Mecidenburg County, North Carolina Rev.7/22/2011 Bid Nam#19.152 Engineering Basica for Streambank Stabilization Design,Permitting and Construction Page 3of3 EVenly Company ID Number:725220 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security(DHS)and Wlldlands Enelneerin>e,Inc. (Employer)regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SM), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned*to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996(IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation(FAR)(hereinafter referred to in this MOU as a "Federal contractor With the FAR E-Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989,as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A.RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed Page 1 of 131E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify E-VeriFy Company ID Number.725220 by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations(20 CFR Part 401). 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S.citizens'employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification(including updating SSA records as may be necessary)for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconflrmatlon of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SM will provide additional verification instructions. B. RESPONSIBILITIES OF OHS 1. After SM verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct,to the extent authorized by this MOU: •Automated verification checks on employees by electronic means,and •Photo verification checks(when available)on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. OHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. OHS agrees to make available to the Employer at the E-Verify Web site and on the E-Verify Web browser, instructional materials on.E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. OHS agrees to provide training materials on E-Verify. 4. OHS agrees to provide to the Employer a notice,which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division,U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information wi l be used only to verify the accuracy of Social Security Numbers and employment eligibility,to enforce the Immigration and Pepe 2 of 13 l E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify , _ eri E .-, ,,, . ‘,,,,, ,: Company ID Number:725220 Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements: 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees'employment eligibility within 3 Federal Government work days of the initial inquiry. 8.DHS agrees to provide a means of secondary verification(including updating•DHS records as may be necessary)for employees who contest DHS tentative nonconfirmations and photo non- match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government worts days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary.In such cases, DHS will provide additional verification instructions. C.RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by OHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and OHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A.The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5.The Employer agrees to comply with current Form 1-9 procedures,with two exceptions: •If an employee presents a"Ust B"identity document, the Employer agrees to only accept"Ust B"documents that contain a photo. (Ust B documents identified in 8 C.F.R.§274a.2(b)(1)(B))can be presented during the Form 1-9 process to establish identity.)If an employee objects to the photo requirement for religious reasons,the Employer should contact E-Verify at 888-464-4218. • If an employee presents a DHS Form 1-551 (Permanent Resident Card)or Form 1-766 (Employment Authorization Document)to complete the Form 1-9,the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9.The photocopy must be of sufficient quality to allow for verification of the photo Page 3 of 131 E-Verify MOU for Employer 1 Revision Date 09/01/09 www.dhs.gov/E-Verify E-VeriIyr _ ,, ,,_, ...„ Company ID Number:725220 and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees.Note that employees retain the right to present any List A,or List B and List C,documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A)of the Immigration and Nationality Act(INA)with respect to the hiring of any individual if it obtains confirmation'of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS If it continues to employ any employee after receiving a final nonconfirmaton, and is subject to a civil money penalty between $550 and $1.100 for each failure to notify DHS of continued employment following a final nonconflrmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1 XA)if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5)no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 and E-Verify system compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after the Form 1-9 has been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E Verify User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried Is temporarily unavailable,the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the.SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E-Verify system for any purpose other than as authorized by this MOU, the Employer Page 4 of 131 E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.govlE Verity EVerdy • cr ,�wI� Company ID Number.725220 may be subject to appropriate legal action and termination of its access to SSA and OHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article III.B. below)to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge(as defined in 8 C.F.R. §274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non-match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and'if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo'non-match .or, if a secondary verification is completed and a final nonconfirmation is issued,then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800*237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 2748(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided In part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations.The Employer further understands that any violation of the unfair immigration- related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 2746 of the INA or Title VII may also lead to the termination of its participation in E- Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515(TDD). Page 5 of 13 I E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify E-Ver" Company ID Number:725220 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9, 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act(5 U.S.C. § 552a(i)(1)'and (3))and the Social Security Act(42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E Verify, including by permitting DHS and SSA, upon reasonable notice,to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. D.RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE 1. The Employer understands that if it is a subject to the employment verification terms in Subpart 22.18 of the FAR, it must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors. b. Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors with the FAR E-Verify clause. c. Federal contractors with the FAR E-Verify clause not enrolled at the time of contract award: An Employer that Is not enrolled in E-Verify at the time of a contract award must enroll as a Federal contractor with the FAR E-Verify clause in E-Verify within 30 calendar days of contract award and,within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working In the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR E-Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time Page 6 of 13 i E-Verify MOD for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify NM dI a Company ID Number.725220 of enrollment in the system and after the date and selecting which employees will be verified in E-Verify or within 30 days of an employee's assignment to the contract,whichever date is later. d. Employers that are already enroNed in E-Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract,within 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Verify to indicate that they are a Federal contractor with the FAR E- Verify clause within 30 days after assignment to the contract. If the Employer is enrolled in E- Verify for 90 calendar days or less at the time of contract award, the Employer must,within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in E-Verify must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract,whichever is later. e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause that are institutions of higher education (as defined at 20 U.S.C. 1001(a)),State or local governments,governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E-Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article II.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State,local and tribal governments, and sureties. f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment,Employers must elect to do so only in the manner designated by DHS and initiate E- Verify verification of aN existing employees within 180 days after the election. g. Form 1-9 procedures for existing employees of Federal contractors with the FAR E- Verify clause: Federal contractors with the FAR E-Verify clause may choose to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed. Forms 1-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Article II.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form Page 7 of 13 1 E-Verify MOU for Employer 1 Revision Dale 09/01/09 vAvvi.dhs.gov/E-Verify EVenly � � ......,,..„ ,; r ..„ Company ID Number.725220 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed,or if the Form 1-9 contains no SSN or is otherwise incomplete. the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary Information. If section 1 of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article 11.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.5, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU,or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by the E-Verify system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation.The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so.The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation,the Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days.SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary.The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. Page 8 of 131 E-Verify MOU for Employer I Revision Ode 08/01109 www.dhs.govlB Verify Company ID Number.725220 B. REFERRAL TO OHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the E-Verify system and provide it to the employee so'that the employee may determine whether he or she will contest the tentative nonconfirmation. The Employer must review the tentative nonconfirmation with the employee in private. 2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. The Employer must review the tentative nonconfirmation with the employee in private. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmafon as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline(as found on the referral letter)within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will provide the employee with a referral letter to DHS.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: •Scanning and uploading the document, or •Sending a photocopy of the document by an express mail account(paid for at employer expense). 7. If the Employer determines that there is a photo non-match when comparing the photocopied List B document described in Article II.C.5 with the image generated in E-Verify, the Employer must forward the employee's documentation to DHS using one of the means described in the preceding paragraph,and allow DHS to resolve the case. ARTICLE IV SERVICE PROVISIONS Page 9 of 13 1E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify Evenly40_ Company ID Number.725220 SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E- Verify,an Employer will need a personal computer with Internet.access. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties,and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual, the E-Verify User Manual for Federal Contractors or the E-Verify Supplemental Guide for Federal Contractors. Even without changes to E-Verify,rify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E-Verity clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E-Verify clause fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR E-Verify clause, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause,termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA end DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies,officers,or employees,or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom. including (but not limited to) any dispute between the Employer and any other person or entity Page 10 of 13 I E Verify MOO for Employer I Revision Dale 08/01/09 www.dhs.govlE Verify E /erl x b Company ID Number:725220 regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and OHS or SSA policy. including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to Inquiries under the Freedom of Information Act(FOIA). G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Page 11 of 131 E-Verify MOU for Employer 1 Revision Date 09/01/09 www.dhs.gov/E-Verify E-VeriFy s , Company ID Number.725220 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page.If you have any questions, contact E Verify at 888.4644218. (Employer Wildlands Engineering,Inc. Charlotte Kinney (Name(Please Type or Print) mile (Electronically Signed 11'06!2013 (signature ate I epartment of Homeland Security-Verification Division kISCIS Verification Division Name(Please Type or Print) We-- Iectronicaliy Signed 111/06/2013 Signature -pate f Information Required for the E-Verify Program T_ Information relating to your Company: I Company Name;IWlidlands Engineering,Inc. Company Facility Address:1430 S.Mint street ,Suite 104 _. Charlotte,NC 28203 Company Alternate Address: County or Parish: JMECKLENBURG Employer Identification Number: 1560651376 Page 12 01131 E-Verity MOU for Employer 1 Revision Date 09/01/09 W W W.dhs.gov/E Verify EVerifyi Company ID Number:725220 North American Industry Classification Systems Code: Li Administrator: Number of Employees: 20 to 99 Number of Sites Verified for. 4 re you verifying for more than 1 site?If yes,please provide the number of sites verified for each State: 1 • NORTH CAROLINA 2 site(s) • SOUTH CAROLINA 1 site(s) • VIRGINIA 1 site(s) Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name: Charlotte Money Telephone Number. (704)332-7754 ext.103 Fax Number (704)332-3306 E-mail Address: cldnney@wfdIandseng.eam Page 13 of 13 I E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify E-Verify Company ID Number:226309 Approved by: Employer Johnson.Laschober&Associates.P.C. Name(Please Type or Print) Title Charles J Johnson Signature bate Electronically Signed 06/29/2009 Department of Homeland Security—Verification Division Name(Please Type or Print) Title USCIS Verification Division Signature _bate Electronically Signed 06/29/2009 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 . EVenly _a.. .,,,,,,,r Company ID Number: 226309 Information Required for the&Verify Program nformation relating to your Company: Johnson,Lasahober&Assodates,P.C. Company Name 1296 Broad Street Augusta,GA 30901 ompany Fadlity Address Augusta.GA 30903 ompany Alternate Address P0 Box 2103 County or Parish RICHMOND mpioyer identification Number 561419659 �orth American industry Classificatbn Systems Code 541 Parent Company Number of Employees 20 to 99 Number of Sites Verified for 1 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 226309 Are you verifying for more than 1 site?If yes,please provide the number of sites verified for in each State: GEORGIA I site(s) Page 15 of 17 E-Verify MOU for Employers l Revision Date 06/01/13 E-Verily Company®Number. 226309 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Deborah M Taylor Phone Number (706)724-5756 Fax Number (706)724-3955 Email Address dtaylor©theJLAgroup.com Name Angela Pelletier Phone Number (706)724.5756 Fax Number (706)724-3955 Email Address apelletier@theJLAgroup.com Name Charles J Johnson Phone Number (706)724-5756 Fax Number (706)724-3955 Email Address jjohnson@theJLAgroup.00m Page 16 of 17 E-Verlfy MOU for Employers Revision Date 06/01/13 E-VeriFy. Company ID Number. 226309 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers Revision Date 06/01/13 AUGUSTA, GA ENGINEERING DEPARTMENT GENERAL CONDITIONS STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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, 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. GC-1 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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. 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. GC-2 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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. 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. GC-3 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT CONSULTANT COORDINATION The CONSULTANT shall cooperate fully with the Georgia Department of Transportation, Federal Highway Administration, CONSULTANT's on adjacent projects, CONSULTANT's 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. 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. GC-4 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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. 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 GC-5 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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, 452 Walker Street, Suite 110, 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. 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. GC-6 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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 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 ($1,000,000.00) 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. GC-7 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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 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. GC-8 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULTANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, 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 arising out of 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. 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. GC-9 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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. GC-10 AED—Consultant Engineering Services Agreement AUGUSTA, GA ENGINEERING DEPARTMENT ADDITIONAL PROVISIONS STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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, to the extent caused by negligent acts,errors or omissions of the Consultant in 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 PayAct. g p 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 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 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. AP1 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 AUGUSTA, GA ENGINEERING DEPARTMENT ATTACHMENT A STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT ATTACHMENT A 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. Attach A j1 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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, 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 AUD work, the Consultant shall provide drawings in accordance with the utilities chapter of Plan Preparation Guidelines. The Consultant shall not be responsible for claims resulting from the misuse of the design documents, nor for their use on project other than that for which they were prepared. Attach A 12 AED—Consultant Engineering Services Agreement AUGUSTA, GA ENGINEERING DEPARTMENT ATTACHMENT D STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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 CSA) 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). Attach D 11 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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 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 Attach D I2 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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 CSA), 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. Attach D 13 AED—Consultant Engineering Services Agreement STREAMBANK STABILIZATION DESIGN, PERMITTING & CONSTRUCTION AREA-WIDE WATERSHED MANAGEMENT PROJECT 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 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 Attach D 14 AED—Consultant Engineering Services Agreement