Loading...
HomeMy WebLinkAboutENGINEERING SERVICES AGREEMENT FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT AND DRAINAGE IMPROVEMENTS TO CRANSTON ENGINEERING • f r ;z a. G "'. i A CONSULTANT SERVICES 'AGREEMENT ENGINEERING SERVICES FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT, AND DRAINAGE IMPROVEMENT PROJECTS B ER PROJECTNUMB POC:Hameed Malik,Ph.D.,PE,Director t z.,„,,...0007.---- CONSULTANT SERVICE AGREEMENT DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT and DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS OF CONCERN TABLE OF CONTENTS: REQUEST FOR QUALIFICATIONS .. 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(a augustaga.Rov 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 No RFQ may be withdrawn for a period of sixty(60)days after qualifications have been opened, pending the execution of contract with the successful vendor.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 Clarification One RFO 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 3 of 22 Revised: 8/11/2016 Clarification One RFO 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 r_. 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 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. 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 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 5. Knowledge and specific experience in drainage studies. 6. Management tools,techniques,and procedures used to maintain project schedules 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 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 DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN _' -- .. ; - _._. _ yam. t; is [) 12 11 1 .A CONSULTANT SERVICES AGREEMENT between AUGUSTA, GA ENGINEERING DEPARTMENT and CRANSTON ENGINEERING GROUP, P.C. for ENGINEERING SERVICES FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT and DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN THIS AGREEMENT is made and entered into this day of , 2019 by and between AUGUSTA, GEORGIA, hereinafter called the "CITY" and "CRANSTON ENGINEERING GROUP, P.C.", a Corporation authorized to do business in Georgia, i hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to render: ENGINEERING SERVICES FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT and DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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 12 Drainage Study,Stormwater System Assessment&Drainage Improvement Projects 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. Agreement 13 Drainage Study,Stormwater System Assessment&Drainage Improvement Projects 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 Drainage Study,Stormwater System Assessment&Drainage Improvement Projects 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 By: d / SEAL �. 4, Mayor Hardie Davis,Jr./ i►.� tO _,,,,...swo IN Ape,: ,,......00 f #•,/, , / ,sly a 4.; 1 , . i + 0 t 1 <. & Secretary ' c.°4 1 •w 4 ;,, !, ,„ , c 4, N„,0.0s, _.......... ,,, Witness ,x CRANSTON ENGINEERING GROUP, P.C. By: SEAL (Name& Title) . '5 est- �!L1-.16/LS SIN 4 Iv'S- AttestvS - - Address: 95'Z Elly. SI 1 l .)4., (' 3010/ 6).% 1/1//46A--.... Secretary W1 ness Agreement 15 Drainage Study,Stormwater System Assessment&Drainage Improvement Projects AUGUSTA, GA ENGINEERING DEPARTMENT CONSULTANT'S PROPOSAL DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN ty 3 r .a e g--ir -----.1j&441‘ee ',1 j p 1 illl'.1k: O�w7411.r - r _`mss x LY r s 't k1 ( ` s " ar Vendor Qualifications and Information for RFQ Item #19-148: ENGINEERING SERVICES FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT, AND DRAINAGE IMPROVEMENT PROJECTS for Augusta, Georgia - Engineering Department t w I e x, r a i+e =il' --, t i J;,pie } 7 ` Prepared By with C -- �; CRANSTONAk ENGINEERING ISM Statement of Qualifications Primary Contact: Mitchell B. Murchison, PE, MBA (Project Manager) Constantine 452 Ellis Street, Augusta, Georgia 30901 Engineering (706) 722-1588 Submitted: February 21, 2019 TABLE OF CONTENTS A. Cover Letter 1 B. Company Qualification 2-3 1. Project Understanding 2 2. Summary of Team Organization 2 3. Approach to Scope of Work 3 4. Timeline and Deliverables Schedule 3 C. Team Qualifications 4-8 1. Team Organization Chart 4 2. Comparative Projects (Prime Proposer) 5-6 3. Comparative Projects (Sub-Consultants) 6-8 D. Team Experience 8-13 1. Team Description, Roles/Responsibilities 8-12 2. Project Commitment Table 12 3. Local Presence, Coordination 13 4. Current Workload 13 E. Technical Approach 14 F. References Table 15 APPENDIX i. Required Forms & Documents i1-i3 A CRANSTON RFQ Item#19-148:Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department A. COVER LETTER _) CRANSTON ENGINEERING ENGINEERS - PLANNERS - SURVEYORS 452 Ellis Street Augusta,Georgia 30901 PO Box 254E Augusta,Georgia 30903 706 7221588 CranstonEngi neering.com February 21, 2019 Ms.Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street- Room 605 Augusta,Georgia 30901 Re: Engineering Services For Drainage Study, Stormwater System Assessment And Drainage Improvement Projects RFQ#19-148 Dear Ms. Sams: In response to your request for qualifications, we are pleased to submit the following information for providing the Engineering Services For Drainage Study, Stormwater System Assessment And Drainage Improvement Projects. We believe our team is especially well qualified to work for the City and its citizens, and we would appreciate the opportunity assisting you with this endeavor. Cranston Engineering is the prime firm and will lead the engineering team throughout the studies, assessments,and improvement projects. Our team represents an outstanding combination of local knowledge, experience, specialized expertise, personnel, and facilities to accomplish the necessary services for completing the drainage studies and stormwater assessments for Augusta, all within reasonable time limits and at a competitive fee structure. Both of our subconsultants, Infrastructure Systems Management and Constantine, have extensive experience with Augusta's drainage system. The Cranston Engineering team of consultants have been intimately involved in many successful stormwater system assessments and drainage improvement projects in the City of Augusta and throughout the region. Our team is capable of providing extremely responsive services and has the local knowledge and expertise to help you achieve your ultimate goal of improving the City's storm water system. We are highly enthusiastic about this assignment and stand ready to provide any further information that you may require. We look forward to the opportunity of meeting with you in person about this exciting assignment. Sincerely, CRANSTON ENGINEERING GROUP, P.C. ticroaelfMitchell B. Murchison, PE, MBA ‘---P ."4004-/ D.S ott Williams, PE A I C R A N S TO N RFQ Item#19-148: Engineering Services for Drainage Study,Storm water System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department B. COMPANY QUALIFICATION 1. PROJECT UNDERSTANDING Cranston Engineering has had the privilege of =-- s --r, L- . working on drainage studies and stormwater infrastructure improvement projects for our t- . = x, `;, r; -' '. t entire existence. We have been involved in .. l,,, v , successful municipal engineering, planning, , " .. � ` ` ' . 1 ��" .i ° ' 4 and surveying for over 50 years both in the � � CF6!JSi tia`, II Augusta area and for other municipal clients ., throughout the southeast. The Cranston -- I Engineering team of consultants have i been intimately involved in many successful stormwater system assessments and drainage improvement projects in the City of Augusta and throughout the region. Specifically, we have provided design and surveying services within the City of Augusta and for the Augusta Engineering Department and we very well understand the challenges of localized flooding and the need for drainage improvement projects in the Augusta area. Our team understands the assessment and design process that goes into a successful drainage improvement project and has the capabilities to organize data, survey existing conditions, develop and analyze hydrologic and hydraulic models, budget analysis, assess alternatives and prioritize projects, assist in public outreach, obtain necessary permits, prepare construction plans, and assist in bidding and construction. iviL ,Z 0 .1 id • ; • 'ryThe team is comprised of Cranston Engineering as the —:. ter: ' - .,. ..; —� .< prime consultant, Infrastructure Systems Management x ;# r (ISM), and Constantine Engineering (Constantine). Cranston has engineers with various backgrounds in '�., drainage design and modeling which will be assigned to - ` " .m ,` ' this project for various tasks, as well as many others that r ~ ' will be available, if necessary. ISM will offer external ''-"1.4' .a ? . °.;. ..... quality assurance and quality control (QA/QC) as well as f'-'''-' . 4 assist in public outreach and construction administration. Constantine, and specificially Wes Byne, has intimate knowledge of the City's stormwater system and will be able to provide great value in local stormwater mapping and modeling as well as QA/QC. Our design team provides a full spectrum of engineering and surveying services that can efficiently and effectively meet the project goals completing the drainage improvement projects on schedule and delivering results the City can be proud of. Reference the organizational chart, herein, for specific personnel and their roles. A CRANSTONRF Item#19-148: Engineering Services for Drainage Study,Stormwater System Assessment Q gg and Drainage Improvement Projects for Augusta, GA - Utilities Department 3 APROACH TO SCOPE OF WORK The Cranston Engineering Team members have been involved in successful drainage 4.,1 al improvement projects for all of our careers. . tilfi h �`'_t. The stormwater experience of the team --------------\° has included engineering for numerous stormwater systems for cities, towns, rural communities, and private developments in Georgia, South Carolina, and North Carolina. We believe that our team is /, uniquely qualified to deliver the services that you desire within the timeframe required. Our team understands the process that goes into a successful drainage improvement project and has the capabilities to provide the necessary services. 4 TIMELINE AND DELIVERABLES SCHEDULE Below is a listing of proposed deliverables that can be found on a typical drainage improvement project. Exact schedule and deliverables will be project-specific. We will work closely with the Engineering Department staff to establish both during the project kickoff stage. 1. Project kickoff and data gathering 2. Survey of existing conditions 3. Develop and analyze hydrologic and hydraulic models 4. Identify problem areas and review with engineering department 5. Assess alternatives and prioritize projects 6. Budget analysis for prioritized projects 7. Public outreach, town hall meetings to present the selected projects 8. Prepare preliminary plans and obtain necessary permits 9. Prepare final construction plans and contract documents 10. Assist in bidding with plan interpretation and addenda 11. Construction administration 3 ,A-, • D. Scott Williams,PE* Principal-in-Charge, Internal QA/QC Cranston Engineering Group,P.C. 706-722-1588 -om dswilliams@cranstonengineering.com 1\'II. 1,\c,1\I.I.CtI\.(i Thomas Parrott,PE* Thomas H. Robertson,PE, Drainage and Hydraulics Lead AICP,RLS* GIS Specialist Local Historical and Ryan D. Sheridan,EIT Downtown Augusta Expert Drainage Support,Permitting Dennis Welch, PE Penland Mayson ( Local Subject Matter Expert Project Engineer, GIS Support Jacques Palmer,PE, RLS Construction Inspection Lead Abie Ladson, PE, \IBA'- ' External Q4 VC, Public Im7ohrement, Construction Administration ■ Cranston Engineering Group IIIInfrastructure stems ylanagen * Please find relevant project resumes + Denotes a Disadvantaged Business ] 4 -A A 1 CRANSTON RFQ Item#19-148:Engineering Services for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects for Augusta, GA-Utilities Department 2 COMPARATIVE PROJECTS (PRIME PROPOSER) CRANSTON ENGINEERING GROUP, P.C. 4_ j Augusta Stormwater Inventory and Assessment - Cranston has led - a team that developed a watershed Stormwater Management Program 4.1 for the City of Augusta. Services include analyzing and assessing the 1/ drainage drainage basins and storm conveyance systems; and mapping all storm � , v structures, pipes, control structures, and outfalls for use in developing a Stormwater Utility Fee and Service Program. In this ongoing project, Phase I included asset inventory and assessment. Cranston has provided overall management, asset collection, water quality and modelling support, and engineering services, as applicable. Location - Augusta, GA; Client - Augusta Engineering Department ; Completed - Ongoing; Fee - $475,000; Contact - Hameed Malik, PhD, PE ; Ph: 706-796-5040 Columbia County Stormwater Improvements - Cranston wastt - responsible for a multi-phase project to replace stormwater facilities - -, ' \ _„� including 12 locations where stormwater facilities needed replacing. 10 ,. locations were open cut, remove and replace, and 2 locations involved an li _- �, `;` _,. in-place lining solution. Cranston provided data gathering; field surveys; ..0 i., ! \;,°- preliminary and final design including construction plans, specifications, L . ,t -‘4,- 4:,-;.,„ f'1.. and bid documents; permitting; bidding and construction services; and ;. i : .° easement acquisition. Location - Columbia County, GA; Client - Columbia "1' AM, — - County; Completed - 2015; Fee - $93,500; Contact - Steve Cassell, PE; Ph: 706-447-7608 ,..-- Longleaf Drive Culvert Crossing Repair and Rehabilitation - Cranston - ^,�: performed the necessary engineering services to complete both driveway wt., repairs and culvert rehabilitation design for the Long Leaf Drive Culvert Crossing. Services included topographic surveying, data gathering, permitting, drainage design, pipe capacity calculations, preliminary and final 7_7 engineering design, and construction administration/observation to replace a 15-inch corrugated plastic culvert crossing with a dual 36-inch reinforced concrete pipe. Location - Trenton, SC; Client - Edgefield County Transportation Committee; Completed - 2016; Fee - $20,000; Contact- Doc Clark; Ph: 803-637-4073 Edenfield Park Drainage - Cranston performed a drainage - -' PIW7 replacement and upgrades for stormwater conveyance from a major tributary through the park with restoration of natural -- -- drainage ways. The project also was developed from concept `" to final design and provided permitting support through the a : j City of North Augusta and the South Carolina Department of : Transportation (SCDOT). i. Location - North Augusta, SC; Client - City of North Augusta; r,s __ _t. Completed - 2018 ; Fee - $18,000; :� _ , , .- Contact - Tom Zeaser, PE; Ph: 803-441-5700 4' ‘..;, a , 5 :� A 1 C R A N S TO N RFQ Item#19-148: Engineering Services for Drainage Study, Storm water System Assessment and Drainage Improvement Projects for Augusta, GA - Utilities Department 2 COMPARATIVE PROJECTS ( RIME PROPOSER) Aiken Railroad Drainage Project - Cranston worked to repair and ., stabilize a portion of the historic Aiken railroad embankment which has ' �� n roots going all the way back to 1827. Work required the rehabilitation „ ` and replacement of parts of a corrugated metal pipe system with localized earthen embankment stabilization by using a soil nail wall and { a feasibility analysis of the stormwater system along with cost benefit a ., analysis. Location - Aiken, SC; Client - City of Aiken; Completed - 2017; Fee - $90,000; Contact - Teresa Crain; Ph: 803-642-1535 k `: is _ - ; Ronald Reagan 72” Pipe Replacement - Cranston performed work to replace an existing 72"corrugated metal pipe (CMP) system with a 72" reinforced concrete pipe (RCP) system to convey stormwater to an existing outfall which terminates at a new headwall structure and grouted riprap apron. Services f �, included surveying, hydrology/hydraulic calculations, design, construction site inspections, and weekly and monthly NPDES monitoring/reporting. Weekly NPDES reports were supplied, and monthly reports were provided to the EPD after qualifying rainfall events. Location - Columbia County, GA; Client - Columbia County Engineering Department; Completed - 2016 ; Fee - $31,000; Contact - Steve Cassell, PE; Ph: 706-447-7608 e v . v * (SUB-CONSULTANTS) INFRASTRUCTURE SYSTEMS MANAGEMENT, LLC . n N . ' Augusta Regional Airport Drainage Master Plan - ISM has a five (5) V , ' ,.A years contract with Mead & Hunt as a subconsultant to perform various . on-call design and construction activities at Augusta Regional Airport. i4ist ., ' ----N ISM first service work order is to conduct hydrology/hydraulic analysis - .fry r for various alternatives using Civil 3D/Hydroflow. Services also include 4= --,..) cost estimates and design recommendations. ,.. '`. . " Location - Augusta, GA; Client - Mead & Hunt; Completed - Ongoing : ,f '' ' 4 Fee - $46,000; Contact - Christopher Birkmeyer, PE; Ph: 803-520-2854 0 , , : . ., James Brown Blvd. (9th Street) Improvements This project extends from Reynolds Street to Laney Walker Blvd., I '`` and its scope includes street, sidewalks, drainage, and selected traffic improvements. This project is currently in the design ;`,,,,,To. .„�. ` phase and Cranston Engineering is the prime consultant. ISM is a subconsultant that is responsible for project management, design QA/QC, utility coordination, and public involvement. Location - Augusta, GA; Client - Cranston Engineering Group; Completed - Ongoing; Fee - $126,000; Contact - D. Scott Williams, PE; Ph: 706-722-1588 A C R A N S TO N RFQ Item#19-148: Engineering Services for Drainage Study, Storm water System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department 3 COMPARATIVE PROJECTS (SUB CONSULTANTS) CONTINUED Sanitary Sewer/Water Line Construction United States Army Management and Inspection Services for Augusta A FORT GORDON Utility Department (AUD) at Ft. Gordon - ISM has a five 8 (5) years contract with Augusta Utility Department (AUD) I Main Gate as a prime consultant to perform various on-call design and construction activities at Ft. Gordon as it relates sanitary sewer and water lines. ISM first service work order is to conduct construction management and inspection services for Ft. Gordon Sanitary Sewer Extension, and Gate 6 Extension. Location - Augusta, GA; Client - Augusta Utilities Department; Completed - Ongoing Fee - Currently in Negotiation; Contact - Tom Wiedmeier, PE; Ph: 706-312-4154 CONSTANTINE ENGINEERING Augusta Engineering Asset Inventory Update - Phase I NPDES permit (2013): Constantine Engineering was contracted to assist with updating the City's stormwater infrastructure by developing a framework of complete asset inventory and locating assets by GIS/GPS to deliver a full-inspection and photos for their stormwater management system. Constantine delivered on approximately 4,000 structures, of which 10% were delivered with a survey grade rim elevation so the system would have usable slope information. Phase II (2018): Constantine was the sole contractor to complete missing GIS inventory data and characterize the storm receiving system. Currently, Constantine is providing LiDAR overlay data to elevations for all structures and has taken over a rainfall monitoring system with 12 full-time stations which improve the receiving system model and develop long-term trends for a sediment TMDL. Data is shared with the Utility Department to correlate high rainfall and creek levels with high sanitary sewer flows. Location - Augusta, GA; Client - Augusta Engineering Department; Completed - Ongoing; Fee - $805,000; Contact - Hameed Malik, PhD, PE; Ph: 706-796-5040 RCES/RCID Sanitary Sewer Evaluation - Mr. Byne worked for Disney as the principal civil engineer in charge of the public infrastructure owned by the Reedy Creek Improvement District. This included all of the major lift stations, force mains, and gravity sewer on the Disney property, and which serves the theme parks. A new connection was being brought onto the property from Orange County, and subsequently the capacity of the existing system had to be determined, as most historical information about sanitary flows were anecdotal. Mr. Byne led the team to measure the sanitary flows to the public system, identifying critical gravity locations, and calculating available capacity for the theme parks. He also ran the hydraulic models for the water, wastewater, and reclaimed water on behalf of the district. One (1) of the main goals of the analysis was to identify areas where stormwater I/I was impacting the capacity of the system and ability to expand the theme parks. Location - Orlando, FL; Client - Reedy Creek Improvement District (FL); Completed - 2017; Fee - $60,000; Contact - Jason Herrick, PE, Engineering Manager; Ph: 407-824-4759 7 A I C R A N S TO N RFQ Item#19-148:Engineering Services for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects for Augusta, GA - Utilities Department 3. COMPARATIVE PROJECTS (SUB CONSULTANTS) CONTINUED ---- Rock Creek Sewer Relief Forcemain - Rock Creek sewer, a concrete sanitary sewer constructed in the late 50s, was installed at a shallow depth and sized for residential development `"""•-;--- standards of the time. High-intensity development in the following decades slowly overwhelmed its capacity. Also, stormwater management was not included so the entire system is extremely flashy during storms. Wes Byne identified a failing section responsible for repeated CSOs. After joining a local consulting firm, he worked to find a solution. Byne developed an updated hydraulic model of the trunk main along its entire length and loaded it with the last available monitoring data which was updated for new construction. This model established available capacity and calculated locations of known capacity restrictions which were model then field-verified. Analysis determined a relief sewer would accommodate flows and identified the upstream reach that required replacement. A replacement sewer was designed with a low-head siphon pumping station. The hydraulic model indicated the system would perform under average but not peak conditions and additional low-lift pumps were needed. Original gravity sewer was left in place for use in emergencies or to service the station. The station and forcemain were constructed in 2018. Location - Augusta, GA; Client - Augusta Utilities Department; Completed - 2013; Fee - $275,000; Contact - Tom Wiedmeier, PE; Ph: 706-312-4160 D. TEAM EXPERIENCE 1. TEAM DESCRIPTION, ROLES/RESPONSIBILITIES Cranston Engineering has assembled the following 3` 46` staff for this contract. Additionally, should sub- .,; consultants be needed (i.e. special inspection and testing, geotechnical engineers, right-of-way agents, etc.), Cranston maintains relationships with several partner firms in the region and has no problem with bringing a subcontractor on board with specific areas of expertise and capabilities to ensure projects for the City are completed correctly and efficiently. As detailed below, Mr. Murchison will be the Project Manager and your contact throughout the course of this project and will remain completely involved in all phases to ensure a successful project completion. 8 cA, A C RANSTON RFQ Item#19-148:Engineering Services for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department w D. SCOTT WILLIAMS, PE ( Project Role:Principal-in-Charge Mr. Williams leads the company's Municipal and Transportation Design C R A N S T O N Groups. His engineering experience with Cranston Engineering Group,P.C. has been multi-faceted, including such undertakings as storm drainage,road ENGINEERING improvements,site developments,land subdivisions,athletic complexes,pumping stations,water works and wastewater systems. Mr.Williams specializes in EXECUTIVE VICE PRESIDENT projects for institutional and local government clients. He is experienced at working with multi-disciplined design teams comprised of consultants such EDUCATION Bachelor of Science in Biological Engineering, as architects,environmental experts,surveyors,structural engineers,traffic University of Georgia,2002 engineers and other outside specialists for major municipal projects. PROFESSIONAL REGISTRATIONS Selected projects that represent his experience include the following: Professional Engineer: Georgia No.31775;South Carolina No.27855 • D'antignac Street Drainage Improvements,Augusta,GA. North Carolina No.037148;Tennessee No.115227 • Pointe West Drainage Improvements,Augusta,GA. Georgia Environmental Protection Division Certified Erosion Control Designer,Level II Certification • Pleasant Home Road 84"Storm Sewer Project,Augusta,GA. ID 40362 • Aiken Railroad Drainage Project,Aiken,SC. PROFESSIONAL AFFILIATIONS • Buena Vista Drainage Improvements,North Augusta,SC. Georgia Association of Water Professionals • Columbia County Stormwater Improvements,Columbia County,GA. American Consulting Engineers Council • Ronald Reagan Drive 72"Pipe Replacement,Columbia County,GA. Savannah-Upper Ogeechee Regional Water Planning • William Few Parkway Drainage Improvements,Columbia County,GA. Council Savannah River Clean Water Fund Board of Directors • Longleaf Drive Culvert Crossing Rehabilitation,Edgefield County,SC. Rotary Club of Augusta Board of Directors • Augusta Stormwater Inventories-Butler and Rae's Creek Basin,Augusta,GA. ACEC Future Leaders Class of 2008 Leadership Augusta Class of 2015 • Augusta Canal Inflow Design Flood Analysis,Augusta,GA. Leadership Columbia County Class of 2011 • Augusta Canal Third Level-Twelfth Street Dam,Augusta,GA. MITCHELL B. MURCHISON, PE, MBA Project Role:Project Manager PROJECT MANAGER Mitchell Murchison is a Project Manager assigned to the firm's Municipal and EDUCATION Transportation Design Groups.His engineering experience with Cranston Engineering Group,P.C.has been comprehensive,including projects such as Bachelor of Science in Engineering with storm drainage,road improvements,site developments, land subdivisions, Specialization in Environmental Engineering, Mercer University,2006 levee certifications,recreational park complexes,lake marina,railroads,golf Masters of Business Administration,University of courses,pumping stations,water works and wastewater systems.Mr.Murchison South Carolina,2013 is experienced at working with multi-disciplined design teams comprised of PROFESSIONAL REGISTRATIONS consultants such as architects,environmental experts,surveyors,structural Professional Engineer: engineers,traffic engineers and other outside specialists for major municipal and Georgia No.35685;South Carolina No.31403 transportation projects. Georgia Environmental Protection Division, Certified Erosion Control Designer,Level II Selected projects that represent his experience include the following: Certification ID 46296 • Columbia County Stormwater Facility,Columbia County,GA. PROFESSIONAL AFFILIATIONS • Bartram Trail Bioretention,Columbia County,GA. Water Environment Federation • Wellington Drainage Improvements Study,Columbia County,GA. Georgia Association of Water Professionals • Augusta Stormwater Inventories-Butler and Rae's Creek Basin,Augusta,GA. Exchange Club of Augusta • Longleaf Drive Culvert Crossing Rehabilitation,Edgefield County,SC. Southeast Stormwater Association Leadership Columbia County Class of 2015 • Ronald Reagan Drive 72"Pipe Replacement,Columbia County,GA. National Society of Professional Engineers • Columbia County Stormwater Improvements,Columbia County,GA. Georgia Society of Professional Engineers Association of State Dam Safety Officials(ASDSO) • Augusta ADA Self-Evaluation and Transition Plan&Recreation and Parks Pilot Study Assessment,Augusta,GA. 9 ;.A.> A I CR A N S TO N RFQ ItemS 19-148:Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects for Augusta, GA-Utilities Department THOMAS H. ROBERTSON, PE, AICP, RLS Project Role:Local Historical and Downtown Augusta Expert Mr.Robertson is president of Cranston Engineering Group, P.C. He is responsible C R A N S T O N for the overall management of the company and is active in all aspects of the firm's design work.He has more than forty-five years experience with the E " a i e r ° o company as a consultant for a wide variety of civil engineering,planning,urban design,land surveying,and historic engineering projects throughout the southeast. PRESIDENT As both a civil engineer and planner,he has talents that are especially suited EDUCATION for developing initial design concepts and conceiving overall plans for a wide Bachelor of Civil Engineering,Cooperative Plan variety of projects. He also specializes in designing projects that are sensitive Georgia Institute of Technology Chi Epsilon-Civil Engineering Honor Society to the context in which they are located.He brings fresh,conceptual,and strategic thinking to each assignment so that each is tailored to the individual PROFESSIONAL REGISTRATIONS circumstances and to the clients'goals. He possesses proven talents as a land-use Registered Professional Engineer planner to arrange programs that meet human needs in ways that work with the GA PE#11289,SC PE#7408,NC PE#12803 American Institute of Certified Planners#15863 natural and cultural landscape. Registered Land Surveyor GA#2024,SC#7408.NC#2939 Selected projects that represent his experience include the following: Georgia Safe Dams Program Certified Engineer of Record • Rae's Creek Basin Engineering/Hydrology and Flood Studies,Augusta and FERC Dam Safety Program Richmond County,GA. Approved Independent Consultant • Wrightsboro Road Regional Detention Facility,Richmond County,GA. PROFESSIONAL AFFILIATIONS • Oates Creek Flood Study,Augusta,GA. American Society of Civil Engineers • Augusta Canal Hydropower Project: Inflow Design Flood Determination Association of State Dam Safety Officials and Emergency Spillway Engineering Report,Augusta,GA. Augusta Canal Authority • Skinner Mill Road Regional Detention Facility,Richmond County,GA. National Society of Professional Engineers • City of Augusta Sewer System Separation(multiple projects),Augusta,GA. • Fifth Street Stormwater Separation Project,Augusta,GA. THOMAS M. PARROTT Project Role:Drainage and Hydraulics Lead,GIS Specialist Mr.Parrott is a Project Engineer assigned to the company's Municipal Design Group. PROJECT ENGINEER His design experience includes work for local municipalities and state departments of transportation.His engineering experience with Cranston has included storm EDUCATION drainage improvements,ADA and storm sewer assessment management,roadway improvements,public utility designs,construction management and inspection,GIS B.S.in Civil&Environmental Engineering, database design and management,and data analysis. University of South Carolina,2013 Selected projects that represent his experience include the following: PROFESSIONAL REGISTRATIONS • Whiskey Road Corridor Study, Aiken County, SC. Professional Engineer: • Aiken Railroad Drainage Project,Aiken, SC. SC PE#35276,GA PE#044285 • Augusta Stormwater Inventory-Rae's Creek Basin,Augusta, GA. Georgia Environmental Protection Division • Reed Creek Streambank Stabilization,Columbia County,GA. Certified Erosion Control Designer,Level II • Edenfield Park Drainage Improvements,North Augusta,SC. Certification ID 72003 • Longleaf Drive Culvert Crossing Rehabilitation,Edgefield County, SC. • Wrightsboro Road Detetion Pond Dam Emergency Action Plan,Augusta,GA. • Augusta Stormwater Inventory-Butler Creek Basin, Augusta,GA. 10 CA-' A I C R A N S TO N RFQ Item#19-148:Engineering Services for Drainage Study, Storm water System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department CARY NAGLER, PE, MASCE 1, - j Project Role:Drainage Project Engineer,Modeling Mr.Nagler is a dedicated professional engineer with over 20 years of industry C R A N S T O N experience in both civil and environmental engineering. He delivers infrastructure ENGINEER ' N , projects with a commitment to quality,cost effectiveness,and sustainable solutions for Georgia and South Carolina communities and environments. Mr. PROJECT ENGINEER Nagler possesses an extensive background in engineering design and permitting EDUCATION with a thorough understanding of the principles and practices necessary to achieve Bachelor of Science in Agricultural Engineering, completion.His skills include hydologic and hydaulic analysis, ID and 2D flood University of Georgia-1999 Graduate Certificate in Applied Geotechnics, modeling utilizing Tuflow, HEC-RAS,and SWMM software,storm piping University of Idaho-2006 network analysis,floodplain management,floodway impacts,culvert crossings, PROFESSIONAL REGISTRATIONS impacts on protected wetlands,environmental concerns,and ES&PC plans. Registered Professional Engineer GA No.30837 Selectedro ects that represent his ex experience include the following: Georgia Environmental Protection Division pp Certified Erosion Control Designer,Level II Certification ID 8758 • Hardin&Quacco Canal Floodplain Evaluations,Chatham County,GA. PROFESSIONAL AFFILIATIONS • Conway& Henderson Canal Widening Projects,Chatham County,GA. American Society of Civil Engineers • The Villages at Godley Station and Forest Lakes,Pooler,GA. Institute of Engineers Australia-2010-2015 • Street Drainage Improvements,Evans County,GA. CERTIFICATIONS AND TRAINING • Historic Henry Ford Scenic Streetscape,Richmond Hill,GA. Low-Impact Development(LID)and sustainable planning storm drainage challenges in coastal • Richmond Hill Plantation Master Plan(PUD),Richmond Hill,GA. Georgia Modelling with HEC-RAS,IGPR.StormCAD. • Waterway Health Assessment-Pilot Study,Toowoomba Regional Council, EPA-SWMM,XPRAFTS,Tuflow Queensland,Australia. MIKE FLOOD Integrated 1D/2D Modelling Integrated Management System Auditor- • Township Flood Risk Assessment,Katanning,Western Australia. IS09001&ISO14001 AK ABIE LADSON, PE, CPESC Project Role:External QA/QC,Public Involvement,Construction Administration Mr.Ladson is an owner of Infrastructure Systems Management,LLC(ISM). ISMHe will be responsible for overall day-to-day operation,QA/QC,any public involvement needs,and construction administration.Ladson has over 25 years of experience in planning,designing,constructing,and maintaining OWNER,LEAD PROFESSIONAL ENGINEER civil infrastructure systems. He has also performed both program and project EDUCATION management services for various private engineering companies and municipalities, PhD Student,Systems Engineering,Colorado State and he has successfully designed and constructed over 300 projects throughout his University,Fort Collins,CO,2014-17. career in Augusta,GA.Those projects have a combined value of over$600 million. MS.Civil Engineering,Iowa State University of Science and Technology,Ames,IA, 1995 Projects consist of bridges,dams,levee systems,roads and streets,storm drainage BS,Civil Engineering Technology,South Carolina systems,sanitary sewer systems,street lighting,traffic signals and airport projects. State University,Orangeburg.SC,1992. PROFESSIONAL REGISTRATIONS Selected projects that represent his experience include the following: Registered Professional Engineer SC PE#24932,GA PE#29804,NC PE#44773. • Marvin Griffin Road and Drainage Improvements,Augusta,GA. IA PE#1669 • Morgan Road and Drainage Improvements,Augusta,GA. • Village West Drainage Improvements,Augusta,GA Pyes Court(Dirt Road), CERTIFICATIONS Augusta,GA. 16699Certified Professional in Erosion& Sediment Control(CPESC),#4752 • Lamar Road(Dirt Road)(Hwy.88 to Railroad Track),Hephzibah,GA. Level II:Design Professional Certification (Erosion&Sediment Control Design),#10880 • Youngblood Lane(Dirt Road)(Youngblood Dr.to Terminating Cul-De-Sac), Georgia Department of Transportation(GDOT) Augusta,GA. Worksite Erosion Control Supervisor(WESC), #652328 • I-520/Lover's Lane Evacuation Route,Augusta,GA. 11 (K) A I C R A N S TO N RFQ Item#19-148:Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department WES BYNE, PE Project Role:Local Stormwater Mapping,Drainage Modelling Lead QA/QC Con 5ta ati a e Engineering Mr. Byne's 18 years of experience includes water and wastewater treatment,utility pipeline and infrastructure projects,stormwater systems,and hydrologic and hydraulic modeling. He has a broad background in engineering sciences and has CLIENT SERVICES successfully applied his skills to develop and implement a wide variety of solutions SENIOR PROJECT MANAGER for municipalities.As Principal Civil Engineer at RCES,Mr. Byne oversaw all civil site designs on RCID and WDW property and led the design and construction of all EDUCATION wet utility infrastructure.As Engineering Manager for Augusta Engineering,Mr. MS,Biological Systems Engineering,Virginia Byne was a key leader in the implementation of a Stormwater Utility and led the Polytechnic Institute and State University, update and implementation of a comprehensive asset management program for the 2000. stormwater system.As Assistant Director for Engineering for the Augusta Utilities BS,Agricultural Engineering,University of Department,he led the Engineering,Ca ital Construction, Inspections, Information Georgia, 1997. PP P Systems and Land Acquisition groups during a large capital improvement program. PROFESSIONAL REGISTRATIONS Registered Professional Engineer Selected projects that represent his experience include the following: GA PE#30795,FL PE#81600 Level 11 ESC Designer:Georgia#017026 • Stormwater Utility Implementation,Augusta,GA. • Stormwater Mapping System,Augusta,GA. • Mims Rd Box Culvert Emergency Replacement,Augusta,GA. PROFESSIONAL AFFILIATIONS • Breezy Hill System Planning Model. Board Member for WaterReuse Florida(2017) • WDW Lift Stations,Lake Buena Vista,FL. • RCID Solid Waste Transfer Station Leachate Separation,Orlando,FL. • Fort Gordon Sanitary Connection Forcemain,Ft.Gordon,GA. • Pocket Sewer Projects,Augusta,GA. • Fort Gordon Asset Acquisition,Ft.Gordon,GA. • Fort Gordon Gate 1 Water Main Connection,Ft.Gordon,GA. 2. PROJECT COMMITMENT TABLE Below is a table representing the responsibilities to be fulfilled by each key team member and an estimate of the percentage of the total project they will be completing. Key Team Mem her Role/Responsibility Percentage of Project(Est.) Mitchell Murchison(Cranston) Project Management,Team Coordination I5% Scott Williams(Cranston) QA/QC, Project Management Assistance 7% Thomas Parrott(Cranston) Drainage and Hyrdaulics Design 15% Cary Nagler(Cranston) Design, Modeling,Permitting 20% Tom Robertston(Cranston) Local/Historical knowledge 3% Abie Ladson(ISM) QA/QC, Public Outreach,Construction 13% Wes Byne(Constantine) Modelling, Design 12% Supporting Staff(all) Various Design, Permitting 15% TOTAL 100% 12 CR'% A I C R A N S T O N RFQ Item#19-148:Engineering Services for Drainage Study, Storm water System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department } 3� LOCAL PRESENCE, ERDTION a : As this team represents, Cranston Engineering is capable of providing extremely responsive service and has the local knowledge and expertise to design effective stormwater improvement projects. We believe that our team represents • a unique combination of creativity, planning skills, engineering expertise, and local knowledge. Excellent project management is required to successfully lead a project like sn .F I this. Cranston Engineering strives to provide clients with '"; superior technical service and project management. In fact, providing each client with the highest quality engineering, planning and surveying services to meet their specific needs is one of our core beliefs. We will hold design kickoff meetings and periodic review meetings to ensure that all design aspects and City desires are understood and to discuss any project-specific instructions. Mitchell Murchison, Project Manager, will attend these meetings or send a qualified representative. Following the start of a new drainage study or stormwater assessment and the initial Augusta Engineering kickoff meeting, we will hold an internal kickoff meeting to discuss the project, site specific requirements, design requests, and any additional details associated with the project. Mr. Murchison will monitor and review the project throughout, advise the design and survey teams, and serve as the departments single point of contact throughout the project. Should Mitchell not be able to respond for any reason, Scott Williams will step in as the principal in charge to assist in resolving any issues. 4. CURRENT WORKLOAD The Cranston Engineering team possess the expertise and manpower necessary to respond the technical disciplines sought in this Request for Qualifications by the Augusta Engineering Department. These 4 include civil engineering site evaluation and design, drainage assessments, plan review, modeling, survey services, site and ( ;ate environmental permitting coordination, GIS mapping, roadway improvement design, as well as other disciplines. Our professional 1 x engineers and support staff are within minutes of the areas to be • serviced and hold themselves to a standard of providing prompt, local, professional service for any and all projects requested. The depth of the team is such that any task can be completed by multiple staff. This allows a great ability to share workload and provide QA/QC throughout the project timeline. 13 cA A I C R A N S T O N RFQ Item#19-148:Engineering Services for Drainage Study, Storm water System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department E. TECHNICAL APPROACH As mentioned earlier, much of the extensive experience referred herein has involved Augusta's existing stormwater systems, both the former City and the former County systems. We stand ready to bring this wealth of prior knowledge of the infrastructure to bear on new assignments, enabling us almost literally to hit the ground running. Cranston has had the privilege over the past 50 plus years to call the City of Augusta and the Augusta Engineering Department, one of our best clients, and we feel that we have continued a mutual relationship in providing efficient, quality designs and surveying services to the Augusta community. As testament to this relationship, we are very comfortable in assist the engineering department with public outreach and public relations and look forward to sharing the exciting improvements with our community. Along with the public outreach, our team has relationships with the local, regional, and state reviewing agencies. These relationships are invaluable in evaluating, discussing, preparing, and obtaining necessary project permits. A major element associated with all Cranston projects is our quality control procedures. Our process requires that all major project design elements, calculations, and deliverables including progress plans must be thoroughly reviewed by at least two professional engineers prior to submission. Completing periodic reviews allows for early recognition of potential issues. Cranston has the benefit of having several PEs within the Augusta office. Collectively, we have diverse engineering backgrounds and are capable of providing quality assurance design reviews throughout the project duration, allowing the project to stay on schedule. As part of our periodic quality control reviews, we will evaluate both constructability and estimated cost at each stage. Our senior technical leaders will work closely with design engineers to maintain a balance of constructability and cost effectiveness while achieving the desired project outcomes. Constant communication with the City's Project Manager is critical to the success of this project to preserve the schedule and confirm the budget without compromising the intent of the scope of work. All projects for this Request for Qualifications will be managed from our Augusta office, which gives us the availability to meet on site within a very timely manner. Our staff pride themselves on a reputation of meeting the needs of our clients and providing unparalleled local customer service. 14 A; 1 I CRANSTON RFQ Item#19-148:Engineering Services for Drainage Study, Storm water System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department F. REFERENCES TABLE CRANSTON ENGINEERING GROUP Augusta Engineering 452 Walker Street, Hameed Malik, PhD, PE 706-796-5040 Department Suite 110, Augusta, GA 30901 Assistant Director hmalik@augustaga.gov City of Aiken Engineering 245 Dupont Drive NW John Poole, PE 803-642-7717 Department Aiken,SC 29801 City Engineer jpoole@cityofaikensc.gov Columbia County 925 Laney Walker Boulevard William Clayton, PE 706-863-6928 Water Utility Department Augusta, GA 30901 Director bclayton@columbiacountyga.gov INFRASTRUCTURE SYSTEMS MANAGEMENT, INC. Columbia County an Drive, Engineering Services 630 Ronald Reagan Steve Cassell, PE 706-447-7608 Department Bldg A, Evans,GA 30809 Director scassell@columbiacountyga.gov CONSTANTINE ENGINEERING Reedy Creek Energy P.O.Box 10000, Jason Herrick, PE 407-824-4759 Services(FL) Lake Buena Vista, FL 32830 Engineering Manager Jason.d.Herrick@disney.com 1S )� APPENDIX i. REQUIRED FORMS & DOCUMENTS A ( C R A N S TO N RFQ Item#19-148: Engineering Services for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department t c c L[ icZ (i I•: DR G I A Attachment B p p•q Document Must tie You Must Complete and Return the.2 a-es of Attachment U with Your Submittal. Notarized. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street, Suite 605 Augusta, Georgia 30901 Name of Proponent: Cranston Engineering Group,P.C. Street Address: 452 Ellis Street City,State,Zip Code: Augusta,GA 30901 Phone: 706-722-1588 Fax: 706-722-8379 Email:dswilliamsit'�icranstonengineering.com Do You Have A Business License? Yes: No: Augusta,GA Business License#for your Company(Must Provide): LCB 1 99900 1 4493 and/or Your State/Local Business License#for your Company(Must Provide): Utility Contractors License#(Must Provide if applicable): MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License#(Must Provide if applicable): Additional Specialty License#(Must Provide if applicable): NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, please state above (Procurement will verify), your company will be required to obtain a Richmond County business license if awarded a RFQ. For further information regarding Augusta,GA license requirements,please contact the License and Inspection Department @ 706 312-5050. List the State,City&County that issued your license: Georgia,Augusta-Richmond County Acknowledgement of Addenda: (#1) :(#2)_(#3) :(#4)i:(#5) . (#6) :(#7) :(#8) NOTE CHECK APPROPRIATE BOX(ES)-AIM)ADDI I IONA!.NUMBERS AS APPLl(Mtl.l. 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 Pr000nen1 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 wif 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 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday:February 21,2019 cr 11:00 a.m. Page 6 of 19 ii ` ' A C R A N S TO N RFQ Item#19-148:Engineering Services for Drainage Study, Storm water System Assessment and Drainage Improvement Projects for Augusta, GA -Utilities Department Conflict of Interest By submission of a proposal,the responding firm certifies,under penally 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 belie (a)The prices In the proposal have been arrived at independently without collusion, consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted In the proposal have not knowingly been disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or competitor. c)No attempt has been made,or will be made,by the vendor to induce any other person, partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision,the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee,commission,percentage,gift,payment or consideration. Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. § 13-10-91, stating affirmatively that the individual,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. 99-603), 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 ora 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 LD.)on or after July 1, 2009. For additional information or to enroll your company,visit the State of Georgia website: https://e-verifv.uscis.aov/enroll/ and/or http://www.doi.state.aa.us/pdf/rules/300 10 1.pdf **E-Verify* User Identification Number(Company I.D.) 64684 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. Cranston Engineering Group,P.C. C,s •ny Na , BY: A orized Off r or en (Contractor Signature) Vice President Title of Authorized Officer or Agent of Contractor D.Scott Williams •ANDA 0 �. Printed Name of Authorized Officer or Agent 1.4 :4 41 SUBSCRIBED AND SWORN BEFORE ME ON THIS THE I r� DAY OF atilt(. 20 I - 9� S •r 7D.rr;A t• 0 ( l p1 C 0. NOTARY • SEAT, �,t•oUU 8 L.`%Co• Notary Publicfj irs• titiec, 26.1•:•°. My Commission Expires: t /3( a0 +��©�o�COUN 11 You Must Complete and Return the 2pages of Attachment B with Your Submittal.Document Must Eie Notarized. REv.2/17/2016 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 7 of 19 i2 A. A I C R A N S TO N RFQ Item#19-148:Engineering Services for Drainage Study, Storm water System Assessment and Drainage Improvement Projects for Augusta, GA - Utilities Department 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 RFQ# 19-148 Eng.Svcs. for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects (RFQ Project Number and Project Name) D.Scott Williams [Print/Type:Name of natural person applying on behalf of Individual,business,corporation,partnership,or other private entity] Cranston Engineering Group,P.C. (Print/Type: Name of business,corporation,partnership,or other private entity) 1.) ✓ I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the dal C • of Georgia. /1,7'4 Signatu f Applicant D.Scott Williams Printed Name *Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF tU&19,20‘-1 �%t,+ Ciena46104.2414.68,„___ • P; � `•�tfs tf T4,1%`•s Notary Public -yam y� ; .• —.- = I�(o .lir . �Li .G Q My Commission Expires: / NOTARY SEAL' C,:"' ryi V Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL 1 s kO COV ,,, REv.7/12/2015 RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 42 11:00 a.m. Page 8 of 19 i3 A CRANSTON RFQ Item#19-152: Engineering Services for Streambank Stabilization Design, Permitting and Construction for Augusta, GA -Utilities Department A. COVER LETTER CAD CRANSTON ENGINEERING ENGINEERS - PLANNERS - SURVEYORS 452 Ellis Street Augusta,Georgia 30901 PO Box 2546 Augusta Georgia 30903 706 722.1588 CranstonEngineering.cool February 21,2019 Ms. Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street- Room 605 Augusta,Georgia 30901 Re: Engineering Services For Streambank Stabilization Design, Permitting and Construction RFQ#19-152 Dear Ms. Sams: In response to your request for qualifications, we are pleased to submit the following information for providing the Engineering Services For Streambank Stabilization Design, Permitting and Construction. We believe our team is especially well qualified to work for the City and its citizens, and we would appreciate the opportunity assisting you with this endeavor. Cranston Engineering is the prime firm and will lead the engineering team throughout the design process, permitting, and construction phases. Our team represents an outstanding combination of local knowledge, experience, specialized expertise, personnel, and facilities to accomplish the necessary services for completing the streambank stabilization design, permitting, and construction services for Augusta, all within reasonable time limits and at a competitive fee structure. Our subconsultant, Infrastructure Systems Management, has experience with the local watersheds and streams and provides unparalleled expertise with the City. Our other subconsultant, Coreblu, has extensive experience with streambank restoration design, stream ecology, and permitting involved with streambank improvements. The Cranston Engineering team of consultants have been intimately involved in many successful streambank stabilization projects within the Augusta area,this region,and the country. Our team is capable of providing extremely responsive services and has the local knowledge and expertise to help you achieve your ultimate goal of improving the City's stormwater system. We are highly enthusiastic about this assignment and stand ready to provide any further information that you may require. We look forward to the opportunity of meeting with you in person about this exciting assignment. Sincerely, CRANSTON ENGINEERING GROUP, P.C. ityi;eieziee Mitchell B. Murchison, PE, MBA "Ro : e0 re&0 D. Scott Williams, PE 1 c: : APPENDIX i. REQUIRED FORMS & DOCUMENTS A I C R A N S T O N RFQ Item#19-152:Engineering Services for Streambank Stabilization Design, Permitting and Construction for Augusta, GA-Utilities Department a c 14 I? O R (i 1 A Attachment B You Must Complete and Return the 2 pages of Attachment LI 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: Cranston Engineering Group,P.C. Street Address: 452 Ellis Street City,State,Zip Code: Augusta,GA 30901 Phone: 706-722-1588 Fax: 706-722-8379 Email:dswilliams(u cranstonengineerine.com Do You Have A Business License? Yes: ✓ No: Augusta,GA Business License#for your Company(Must Provide): LCB 19990014493 and/or Your State/Local Business License#for your Company(Must Provide): Utility Contractors License#(Must Provide if applicable): MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License#(Must Provide if applicable): Additional Specialty License#(Must Provide if applicable): NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, please state above (Procurement will verify), your company will be required to obtain a Richmond County business license if awarded a RFQ. For further information regarding Augusta,GA license requirements,please contact the License and Inspection Department©706 312-5050. List the State.City&County that issued your license: Georgia,Augusta-Richmond County Acknowledgement of Addenda:(#1) :(#2) :(#3) :(#4) :(#5) : (# ) :(#7) :(#8)_: NOTE: CHECK APPROPRIATE BOX(ES)-AI)i)ADM 11ONAI.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 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 6of19 it A I C R A N S TO N RFQ Item#19-152:Engineering Services for Streambank Stabilization Design, Permitting and Construction for Augusta, GA -Utilities Department is O R G 1 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 RFQ# 19-148 Ene.Svcs. for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects (RFQ Project Number and Project Name) D.Scott Williams (Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) Cranston Engineering Group, P.C. (Print/Type: Name of business,corporation,partnership,or other private entity) 1.) ✓ I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.)18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the o1, cial C• , - of Georgia. dad 4__ Signatu 447f Applicant D.Scott Williams Printed Name *Allen Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OFR,yc twj ,20`"{ : OA AO 14 dreamAALL‘114.68" -- Notary Public s' "reAOTA,9 +trir 1 LI rt,My Commission Expires: rp�(Q ,1� , NOTARY SEAL, �' `vt'�f 'Z ti -S•'':ti.r. 'P f vi .4 , '•y��N �� •! Note: THIS FORM MUST 8f COMPLETED AND RETURNED WITH YOUR SUBMITTAL �1 tik;11co'.) Rev.7/12/201S RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,20190 11:00 a.m. Page 8 of 19 i3 `J 7r7-zedt,-j-*-G I A You Must Comolete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements SAVE Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate,Alcohol License,Taxi Permit,Contract or other public benefit as reference in O.C.G.A.Section 50-36-1, I am stating the following with respect to my proposal for an Augusta,Georgia contract for RFQ# 19-148 Eng. Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects (RFQ Project Number and Project Name] D.Scott Williams (Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity] Cranston Engineering Group,P.C. (Print/Type: Name of business,corporation,partnership,or other private entity] 1.) / I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the O cial Code of Georgia. 440.__":5 Signatude Applicantor D.Scott Williams Printed Name *Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE la DAY OFt'r;.O IIAf4,20 n = NDA AO 41k Notary Public -.� My Commission Expires: (a'oat/rflc NOTARY SEAL;, ,•.*, ~ •` (10f nr Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL , I I1tHO` OV' REV.7/12/2015 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 8 of 19 0 is t 1 t{ r A STATE OF GEORGIA*COUNTY OF RICHMOND B1D/RFP/RFOi 19448 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13- 10-91, stating affirmatively that the Individual,firm, or corporation which is engaged in the physical performance of services under a contract with CninsionEnaincraina Cumun 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 1988 ((RCA), P.L. 99-803], in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91 P it' E•Verify•User Identification Number Constantine Engineering Company Name L.L°1. ti'' k1✓t Y: Authorized t or Agent (Controcbr Signature) Senior Project Manager Ttile of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E•Vatfy'ilser fdenditcatton Number on or altar Juty Wes 33)ne r" a► 1,2000. For additional information: Slate of Georgia tip _ SUBSCRIBED AND SWORN BEFORE ME ON THIS THE ": t °` ?x.74(: e• DAY OF tiff , ,20_ Lsrt _ . Noir Public My Commission Expires: f / 1 : t s�t r -/ NOTARY SEAL #+.df t-(':b S(IP 4t^ri€io,' Wilt t,'t,it�rr VOX Jt33,` !;)=..$ to 114 Pit-„d,,cf)ro i4 ( 1,04,11-rent bo IOU Ira y f;k;„* iS1 days o +ar ftM.,h,inv tiro `' er#'e, = lo : r,” tl xat r s t.t Wit;Ci ,et Oa, tffAre fetnti Ori to be rr=c;eiw } ikv.7/22/200 Bre Ilamit19441 EaO,era.for Mingo lbiey,Stet m minor*Mem Asmaismool and Whop tnyeowerr1 Props* Pee 2ofI 7/ 4 IL r r 11 t, fI I A in accordance with the Laws of Georgia.the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR �. Wes ne (0 I t ) certify that this bid or proposal is made without prior undersianding,agreement or connection with any corporation, firm or person submitting a bid for the same worts, labor or service to be done or the supplies, materials or equipment to be furnished and is in alt 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. Affront further states that pursuant to O.C.G.A.Section 36-91-21 (d)and(e), Constantine Engineering 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 worts. Affent further states that the said offer of Constantine Engineering is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only,or if furnished to any other bidder,that the material shall be at a higher price. Signature of Authorinbdompany Rept+eserttative Senior Project Manager Title Sworn to and subscribed bet a me th is day of ' 201.1 Notary Signature Notary Pubiict5:42?4 -e-- (Print Name) County: / Ce,n2. 06 /19- Commission i mission Expires: I//jZ)/b2 Oc�2-/ NOTARY SEAL :_ . Iit S; .#s:r t stt4 t t8(dta tiW## $t1Z',M41 etaSAI;C,=s' fzz<rt8 sb thr Ptu.,tittni a;,t f sfrn4nt x rote,' t'3 t3 bi' tit sJffij 5 sht& rocv y./o P P „I fru> of R.c.*:,'i,'7 to r'§i ,! <, i r../:: 3 left s, ► 3fi /A0 OIL rrt:t ;*;9;,It t!F to tv r rt t r., of 1100/22/1011 Bid Monti$444 Erre.bre.For Dri►gs Skey,Sidrousbr$ysurd i1asssnnmt Md Mimed Inprovestal Projects Papsola GEORGIA-Zict. i STATE OF GEORGIA-COUNTY OF RICHMOND BIDJRFP/RFQN 19-148 SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13- 10-91, stating affirmatively that the individual, firm, or corporation which Is engaged in the physical performance of services under a contract with Cranston Engineerine Grow 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 Slates 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. 1266225 E-Verify' =r identlftcafon Nu 47 Ink= c Systems t nageAr C C 14. • `f orized a' or Agent (Contractor Signature) Owner/Operator Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an Able L.Ladson E-Verity•User Identification Number on or after July 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia h PJhvvwrdQl.state.Qa.usltx1t esJagq 10' toil SUBSCRIBED AND SWORN BEFORE ME ON THIS THE haps:/Je-verify.uscis.ggv(earou( —r _DAY OF/4/r : L`- ,200 te/era TOLD Noti NOTARY r ubl My Commission Expi PUBLIC A. Note: The successful vendor will submit the above forms to ' , .V Department no later than five(5)days after receiving the"Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). flea 7/17/2011 Bid Nem MHN tip.INC.For D,Mge lusty.llonartler Spasm Amused W Debugs Impoment Pro$us Papelof 3 t t (41.- -t.1rr d E 0 It 0 1 A • In accordance with the Laws of Georgia,the following affidavit Is required by all vendor* NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR Able Ladson certify that this bid or proposal Is made without prior understanding,agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is In all respects fair and without collusion or fraud. I understand collusive bidding is a violation of stale and federal law and can result in fines, prison sentences and cavil damages awards. I agree to abide by al conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A.Section 3691-21 (d)and(e), Infrastructure Systems Management.LLC has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any me-re whatever,nor has Affiant caused or Induced another to withdraw a bid or offer the work. Affiant fu ''r states + t the s• .• ler of CranstonEneineering Group.P.0 Is bona fide, and that no one has go /o any su•raj: and 4, > pted to get such person or company to furnish the materials to the bidder only, • furnished any of adder,that the material shah be at a higher price. Sign ure of Authorized Company Representative Owner/Operator Title Sworn to and subscriber before ,a thi " day of 144drcL. ,20.2. ture TOLSarV Notary Public:I-h..1 ,421.--� (Print Name) 00100 r ..•-'ttit "� County: p1J813C �' Commission Expires: G ;? -��� a NOTARY SEAL '$ exp 047402° t9 6. .1fOND G°4 Note; The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the"Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). ttsv.7/11/loil eta Ma lime Ere.ae.For Omani,Study,*maw System Aarresert aid Dolmas imanw«snd Pry Pass on Company ID Number: 64684 h it1, 11 1k N1 1' N 1 111 ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Social Security Administration (SSA), the Department of Homeland Security (DHS) and Cranston Engineering Groin,P.C. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). E-Verify is a program in which the employment eligibility of all newly hired employees will be confirmed after the Employment Eligibility Verification Form(Form I-9)has been completed. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996(IIRIRA),Pub.L. 104-208, 110 Stat.3009,as amended(8 U.S.C. § 1324a note). ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF THE SSA 1. Upon completion of the Form I-9 by the employee and the Employer, and provided the Employer complies with the requirements of this MOU, SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all newly hired employees and the employment authorization of U.S. citizens. 2. The SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. The SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. The SSA agrees to safeguard the information provided by the Employer through the E- Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by the SSA as governed by the Privacy Act(5 U.S.C. §552a),the Social Security Act(42 U.S.C. 1306(a)), and SSA regulations(20 CFR Part 401). 4. SSA agrees to establish a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 3 Federal Government work days of the initial inquiry. Company ID Number: 64684 5. SSA agrees to establish a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases,SSA will provide additional verification instructions. B. RESPONSIBILITIES OF THE DEPARTMENT OF HOMELAND SECURITY 1. Upon completion of the Form I-9 by the employee and the Employer and after SSA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct: • Automated verification checks on newly hired alien employees by electronic means,and • Photo verification checks(when available)on newly hired alien employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names,titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify Manual) containing instructions on E-Verify policies,procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify..DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices(OSC),Civil Rights Division,and U.S.Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act and federal criminal laws,and to ensure accurate wage reports to the SSA. 7. DHS agrees to establish a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. Company ID Number: 64684 8. DHS agrees to establish a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases,DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the E-Verify Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The employer agrees that all employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify. B. Failure to complete a refresher tutorial will prevent the employer from continued use of the program. 5. The Employer agrees to comply with established Form I-9 procedures, with two exceptions: • If an employee presents a"List B" identity document,the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B))can be presented during the Form I-9 process to establish identity). • If an employee presents a DHS Form I-551 (Permanent Resident Card) or Form I-766 (Employment Authorization Document) to complete the Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form I-9. The employer will use the photocopy to verify the photo and to assist the Department with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A,or List B and List C, documentation to complete the Form I-9. DHS may in the future designate other documents that activate the photo screening tool. 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete,retain,and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, except for the following modified requirements applicable by reason of the Employer's participation in E- Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a Company ID Number: 64684 rebuttable presumption is established that the Employer has not violated section 274A(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 compliance with the terms and conditions of E-Verify ; (3)the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $500 and $1,000 for each failure to notify DHS of continued employment following a final nonconfirmation; (4)the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(I)(A) if the Employer continues to employ any employee after receiving a final nonconfirmation; and (5)no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith on information provided through the confirmation system. DHS reserves the right to conduct Form I-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures within 3 Employer business days after each employee has been hired(but after both sections 1 and 2 of the Form I-9 have been completed), and to complete as many(but only as many)steps of the E-Verify process as are necessary according to the E-Verify Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form I-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting,in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the the SSA verification response has been given. 8. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants,support for any unlawful employment practice,or any other use not authorized by this MOU. The Employer must use E-Verify for all new employees and will not verify only certain employees selectively. The Employer agrees not to use E-Verify procedures for re- verification, or for employees hired before the date this MOU is in effect. The Employer understands that if the Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and the immediate termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III.B. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1 (1))that the employee is not work authorized, The Employer understands that an initial inability of the SSA or DHS automated verification to verify work authorization,a tentative nonconfirmation,or the finding of Company ID Number: 64684 a photo non-match, does not mean, and should not be interpreted as, an indication that the employee is not work authorized. In any of the cases listed above,the employee must be provided the opportunity to contest the finding, and if he or she does so, may not be terminated or suffer any adverse employment consequences until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued.If the employee does not choose to contest a tentative nonconfirmation or a photo non-match, then the Employer can find the employee is not work authorized and take the appropriate action. 11. The Employer agrees to comply with section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or,in the case of a protected individual as defined in section 274B(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, discharging or refusing to hire eligible employees because they appear or sound "foreign", and premature termination of employees based upon tentative nonconfirmations, and that any violation of the unfair immigration-related employment practices provisions of the INA could subject the Employer to civil penalties pursuant to section 274B of the INA and the termination of its participation in E- Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-7688 or 1-800-237-2515 (TDD). 12. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 13. The Employer agrees that it will use the information it receives from the SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of newly-hired employees after completion of the Form I-9. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords)to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i) (1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to allow DHS and SSA, or their authorized agents or designees,to make periodic visits to the Employer for the purpose of reviewing E-Verify -related records, i.e., Forms I-9, SSA Transaction Records, and DHS verification records, which were created during the Employer's participation in the E-Verify Program. In addition, for the purpose of evaluating E-Verify,the Employer agrees to allow DHS and SSA or their authorized agents or designees,to interview it regarding its experience with E-Verify,to interview employees hired during E-Verify use concerning their experience with the pilot, and to make employment and E-Verify related records available to DHS and the SSA,or their designated agents or designees. Failure to comply with the terms of this paragraph may lead DHS to terminate the Employer's access to E-Verify. Company ID Number: 64684 ARTICLE III REFERRAL OF INDIVIDUALS TO THE SSA AND THE DEPARTMENT OF HOMELAND SECURITY A. REFERRAL TO THE SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA,the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a referral letter and instruct the employee to visit an SSA office to resolve the discrepancy within 8 Federal Government work days. The Employer will make a second inquiry to the SSA database using E-Verify procedures on the date that is 10 Federal Government work days after the date of the referral in order to obtain confirmation, or final nonconfirmation,unless otherwise instructed by SSA or unless SSA determines that more than 10 days is necessary to resolve the tentative nonconfirmation.. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO THE DEPARTMENT OF HOMELAND SECURITY 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non-match for an alien who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when Company ID Number: 64684 the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact the Department through its toll-free hotline within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match,the Employer will send a copy of the employee's Form I-551 or Form I- 766 to DHS for review by: • Scanning and uploading the document,or • Sending a photocopy of the document by an express mail account(furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match,the Employer is required to forward the employee's documentation to DHS by scanning and uploading,or by sending the document as described in the preceding paragraph,and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non-match. ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer for verification services performed under this MOU.The Employer is responsible for providing equipment needed to make inquiries.To access the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES This MOU is effective upon the signature of all parties,and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures,will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify manual. Even Company ID Number: 64684 without changes to E-Verify, the Department reserves the right to require employers to take mandatory refresher tutorials. Termination by any party shall terminate the MOU as to all parties. The SSA or DHS may terminate this MOU without prior notice if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies,officers,or employees,or against the Employer,its agents,officers, or employees. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. The employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, and responses to inquiries under the Freedom of Information Act(FOIA). The foregoing constitutes the full agreement on this subject between the SSA, DHS, and the Employer. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. To be accepted as a participant in E-Verify,you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify Operations at 888-464- 4218. Employer Cranston Engineering Group,P.C. Janet A Ford Name(Please type or print) Title Electronically Signed 10/30/2007 Signature Date Department of Homeland Security—Verification Division Company ID Number: 64684 USCIS Verification Division Name(Please type or print) Title Electronically Signed 10/30/2007 Signature Date Company ID Number: 64684 INFORMATION REQUIRED FOR THE E-VERIFY PROGRAM Information relating to your Company: Company Name: Cranston Engineering Group,P.C. Company Facility Address: 452 Ellis Street Augusta,GA 30901 Company Alternate Address: P.O.Box 2546 Augusta,GA 30903 County or Parish: RICH M1 ND Employer Identification Number: 58102080 8 North American Industry Classification Systems Code: 541 Parent Company: Number of Employees: 20 to 99 Number of Sites Verified for: 1 Are you verifying for more than 1 site? If yes,please provide the number of sites verified for in each State. • GEORGIA 1 site(s) Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name: Janet A Ford Telephone Number: (706)722-1588 Fax Number: (706)722-8379 E-mail Address: jford@cranstonengineering.com Current Contact Information: EVerify snyt, EnwhPW li9,beterbaGm u+w+�r 00,1141 a.ru.,11.01` FM...User Profllo IMamrabn ,... *, 0111.1101111111 AUGUSTA, GA ENGINEERING DEPARTMENT GENERAL CONDITIONS DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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 GC-1 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 10%. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. COMPENSATION The CITY shall compensate the CONSULTANT for services which have been authorized by the CITY under the terms of this Agreement. The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and accompanied by all support documentation requested by the CITY, for payment for the services which were completed during the billing period. The CITY shall review said invoices for approval. The CITY shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the CITY, are unreasonably in excess of the actual stage of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not be considered to be evidence of performance by the CONSULTANT to the point indicated by such invoice, or of receipt of acceptance by the CITY of the services covered by such invoice. The CITY shall pay any undisputed items contained in such invoices. Each invoice shall be accompanied by a letter progress report describing the total work accomplished for each phase and any problems which have been encountered which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and an itemized description of the percentage of total work completed for each phase during the billing period. Compensation for design services for the Augusta Engineering Department shall be a lump sum for each phase or item of work authorized by the CITY. The CONSULTANT shall invoice based on the percentage of the work completed during the billing period. Upon completion by the CONSULTANT of each phase of the work and approval thereof by the CITY, the CITY will pay the CONSULTANT a sum equal to one hundred percent (100%) of the compensation set forth herein, less the total of all previous partial payments, paid or in the process of payment except as otherwise stated below for Water and Sewer design services. 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 GC-2 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN term, all documents, reports, maps, data and studies prepared by the CONSULTANT pursuant thereto shall become the property of the CITY and be delivered to the Director of Engineering. Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or results and findings of the work conducted under this agreement shall not be presented publicly or published without prior written approval in writing by the CITY. It is further agreed that if any information concerning the project, its conduct, results, or data gathered or processed should be released by the CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds for termination of this agreement without indemnity to the CONSULTANT, but should any such information be released by the CITY or by the CONSULTANT with such prior written approval, the same shall be regarded as public information and no longer subject to the restrictions of this agreement. PROJECT MANAGER The Assistant Director Engineering or his duly appointed representative(s) shall act as the Liaison Engineer between the CONSULTANT and the CITY and all utilities, and authorities or governments whose properties will be affected. The CONSULTANT shall arrange for conferences, for exchanges of data and information, and for necessary approvals. All correspondence, data, information, and reports shall be directed to the Project Manager to provide for proper distribution to the parties concerned. All conferences, including telephone conversations and decisions, shall be reduced to writing by the CONSULTANT and at least two (2) copies shall be forwarded to the Project Manager within seven (7) calendar days of the event. The CONSULTANT shall meet with the CITY for review of the work or submit in writing a project status update on a monthly basis or as determined by the CITY. 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 GC-3 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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-4 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT & DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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 GC-5 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN those sums payable during the initial term of execution or in the event of renewal by the CITY for those sums payable in such individual renewal terms. Notwithstanding the foregoing language, the CONSULTANT agrees to continuously render the professional services specified by the Agreement to the CITY for such terms or renewal terms as are effective pursuant to this Agreement and for which the CITY agrees to pay in accordance with the terms of the Agreement or any future amendments thereto. The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract up to the time of termination. COORDINATION WITH THE NATIONAL GEODETIC SURVEY If a National Geodetic Survey control point is found during the surveying phase, it is to be identified and brought to the attention of the Project Manager. If it is to be affected based on the proposed design, at the direction of the Project Manager, the CONSULTANT shall contact the National Geodetic Survey (NGS) advisor at the Georgia Department of Community Affairs (DCA) and request data on geodetic control points during the preliminary evaluation phase of project design. (Address: NGS c/o DCA, 1200 Equitable Building; Atlanta, Georgia 30303. Telephone: 404-656-5527, FAX: 404-656-9792. CONSULTANT shall provide the NGS Advisor with a clear copy of the pertinent USGS 7.5' Quad sheet(s) showing the project location. Preliminary information, even in rough outline, is sufficient to allow the advisor to determine impact of the proposed project on NGS and USGS control points. Continued coordination with the advisor to relocate and/or preserve affected control points will be maintained throughout the project life. This coordination shall be implemented as soon as possible after receipt of Notice to Proceed by the CITY. 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. GC-6 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN If the project includes work for the Augusta Utilities (AUD), the CONSULTANT shall research all Augusta Utilities records and act on behalf of the AUD to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the road construction details or with the existing or proposed facilities of other utilities. COVENANT AGAINST CONTINGENT FEES The CONSULTANT shall comply with the relevant requirements of all Federal, State, County, or local laws. The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any consideration, contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability, or, at its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. DELIVERY OF NOTICES All written notices, demands, and other papers or documents to be delivered to the CITY under this Agreement shall be delivered to the CITY's Engineering Department office, 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. GC-7 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. GC-8 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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. GC-9 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN E. Professional Liability Insurance in an amount of not less than One Million ($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000. City will be named as an additional insured with respect to Consultant's liabilities hereunder in insurance coverage's identified in item (b) and (c). The policies shall be written by a responsible company(s), to be approved by the City, and shall be non- cancellable except on thirty (30) days' written notice to the City. Such policy shall name the City as co-insured, except for worker's compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filled with the City at the time of the execution of this agreement. PERSONNEL The CONSULTANT represents that it has secured or will secure, at its own expense, all personnel necessary to complete this agreement, none of whom shall be employees of, or have any contractual relationship with, the CITY. Primary liaison with the CITY will be through its designee. If the project includes AU work, the CONSULTANT shall identify, in writing, a water/sewer project manager responsible for direction and coordination of this portion of the project. All of the services required hereunder will be performed by the CONSULTANT under his supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under law to perform such services. All professional personnel, including subcontractors, engaged in performing services for the CONSULTANT under this agreement shall be indicated in a personnel listing attached hereto as Exhibit "A" and incorporated herein by reference. No changes or substitutions shall be 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-10 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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-11 AED—Consultant Engineering Services Agreement 1 DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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-12 AED—Consultant Engineering Services Agreement AUGUSTA, GA ENGINEERING DEPARTMENT ADDITIONAL PROVISIONS DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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 Pay Act. CONTRACTUAL OBLIGATIONS: The consultant acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, the consultant is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of the consultant provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that the consultant may be precluded from recovering payment for such unauthorized goods or services.Accordingly,the consultant agrees that if it provides goods or services to Augusta, Georgia under a contract 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 V AUGUSTA, GA ENGINEERING DEPARTMENT ATTACHMENT A DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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 11 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN 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 ATTACHMENTD DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN AUGUSTA, GA ENGINEERING DEPARTMENT TELFAIR STREET IMPROVEMENT PROJECT TIA PROJECT#RC07-000148/ PI#0011409 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 ( 1 AED—Consultant Engineering Services Agreement AUGUSTA, GA ENGINEERING DEPARTMENT TELFAIR STREET IMPROVEMENT PROJECT TIA PROJECT#RC07-000148/ PI#0011409 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 12 AED—Consultant Engineering Services Agreement AUGUSTA, GA ENGINEERING DEPARTMENT TELFAIR STREET IMPROVEMENT PROJECT TIA PROJECT#RC07-000148/ PI#0011409 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 AUGUSTA, GA ENGINEERING DEPARTMENT TELFAIR STREET IMPROVEMENT PROJECT TIA PROJECT#RC07-000148/ PI#0011409 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