Loading...
HomeMy WebLinkAboutENGINEERING SERVICES AGREEMENT FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT AND DRAINAGE IMPROVEMENTS TO CONSTANTINE ENGINEERING, INC. ✓ s r: f s . ff 1111"4, `� A . ,4R • . ' 'VI S UL -r .NCES •IEE.NEN ENGINEERING SERVICES FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT, AND DRAINAGE IMPROVEMENT PROJECTS ROJECT NUMBER: • POC:Hameed Malik,Ph.D.,PE,Director 10"......." ti I.. (3 It t"; I A 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@aueustaea.eov to the office of the Procurement Department by Wednesday, February 6, 2019, @ 5:00 P.M. No RFQ will be accepted by fax,all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of sixty(60) days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for qualifications(RFQ)and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for qualification including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta,Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail,fax or email as follows: Augusta Procurement Department Attn:Geri A.Sams,Director of Procurement 535 Telfair Street,Room 605 Augusta,GA 30901 Fax: 706-821-2811 or Email:procbidandcontract@aueustaea.eov 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 RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 6q 11:00 a.m. Page 3 of 22 Revised: 8/11/2016 Clarification One RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 •, 11:00 a.m. Page 4 of 22 Rev.6/27/2013 INSTRUCTION TO SUBMIT Augusta, GA, invites qualified firms to submit a Statement of Qualifications (SOQ) for firms to provide engineering services for drainage study, stormwater system assessment and drainage Improvement projects for selected neighborhoods and other areas of concern for Augusta Engineering Department. Your submittal should respond to,and be based on,the information included in this Request for Qualifications. Responses will be received in the office of the Director of Procurement at 535 Telfair Street, Suite 605, Augusta, GA 30901 until Thursday, February 21, 2019 @ 11:00 a.m. Eastern Standard Time. The RFQ must be submitted in a sealed package and be labeled with firm's name and the name of the project - RFQ 19-148 Engineering Services for Drainage Study, Stormwater System Assessment and Drainage Improvement Projects". No RFQ will be accepted by fax, all must be received by mail or hand delivered. Vendors are required to submit one (1) marked unbound original, (7) seven copies of the RFQ. The RFQ shall be addressed and delivered accordingly to: Ms.Geri Sams, Director of Procurement Procurement Department 535 Telfair Street, Room 605 Augusta,Georgia 30901 After advertisement, the SOQs shall be opened per Procurement guidelines. The Procurement Director shall determine whether each package appears to be minimally responsive to the published RFQ requirements. The User Department, in association with Procurement, will appoint a selection committee to review all acceptable minimally responsive packages. The selection committee members shall review and score each package individually based on the evaluation criteria. Failure to provide all of the requested information may cause the submittal to be rejected as non-responsive. Any interested qualified firm and/or party is requested to make a response to accomplish the Scope of Services described herein. The response is to be signed by a duly authorized official of the firm and must be submitted in the time, manner and form prescribed. The Owner reserves the right to reject any or all submittals received as the result of this request. The Owner also maintains the right to negotiate with any firm(s), as necessary, to serve the best interests of Owner. The Owner will not be liable for any costs incurred by any firm prior to the signing of a contract. A Pre Qualifications Conference will be held on Tuesday, February 5, 2019 @ 10:00 a.m. in the Procurement Department,535 Telfair Street, Room 605,Augusta,GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Wednesday, February 6, 2019 @ 5:00 P.M. An official authorized to bind the firm to the terms and provisions of the qualifications must sign the submittal. For a submittal to be considered it must remain valid for at least sixty (60) days from the time that the Owner receives it. Clarification One RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 13 of 22 Qualified firms interested in providing the services described herein are invited to submit a complete Statement of Qualification for consideration. The qualifications shall address the requirements listed below. Failure to provide all requested information may be sufficient cause for rejection. The firm may provide additional information to that requested,provided it is placed in a separate section at the end of the SOQ. The firm's demonstrated technical capability and other qualifications, as described herein, will also be assessed. The qualified firms will be invited to submit a proposal on an as needed basis for projects in which they are deemed qualified to participate in. Once RFQ's are received and evaluated, the Owner will then make their recommendation to the Augusta, Georgia Commission for consideration and final approval. Do Not Include A Fee Proposal. Fees will be negotiated. Firms shall not include fee or cost information when responding to this solicitation. PROJECT SCOPE & ISSUES Augusta, GA Engineering Department is currently requesting specific professional services from qualified engineering firms with experience in drainage master plans and drainage conveyance system assessment to provide comprehensive storm water drainage study including evaluation of existing drainage conditions, flood control measures, needed drainage improvements, recommended improvement engineering design and engineering probable opinion of construction cost. PROJECT OBJECTIVE: The objective of Drainage Improvement project in area experiencing localized flooding is to provide infrastructure improvements that mitigate the flooding conditions in these areas. Frequent, severe flooding creates threatening and hazardous conditions for residents of the area, impact local commercial operation and businesses. Contributing factors to the flooding conditions include undersized drainage conveyance system, limited or no roadside curbing, restricted access for system maintenance and deficient integrated storm conveyance system. Due to lack of area specific drainage information, specific improvements cannot be identified without detailed survey and engineering analysis. Therefore, we understand that this project and subsequently our scope of work,will be structured accordingly. The overall need for this project is to upgrade the infrastructure system within the designated area including roadway improvements, resurfacing,or both,adding of curbs,gutters, sidewalks,and drainage improvements. Work will be released as Task Order and completed in various phases depending on the size of the drainage area of the designated area and construction funding allocation. Augusta Engineering may select up to three qualified firms under this RFQ. PROJECT SCOPE OF SERVICES: The selected consultant may be asked to provide some or all of the following services to analyze and document existing and future flooding problems, and potential solutions to noted drainage problems within the areas defined under released Task Order. The project scope of work shall include the following: • Assessment of available relevant studies and data. • Data collection including survey, as required, to verify existing conditions and drainage conveyance system. • Detailed analysis of known and potential flooding/drainage issues. • Preparation of an overall drainage model for the selected service area. RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019© 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. RFD 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 E• " 0 n t' t A CONSULTANT SERVICES AGREEMENT between AUGUSTA, GA ENGINEERING DEPARTMENT and CONSTANTINE ENGINEERING, INC 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 "CONSTANTINE ENGINEERING, INC", a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to render: 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. Agreement12 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 l4 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 ,......., m. , _ ._ .. ,..... �- ,,, .., i kr 41..3y: .,--:---------- ,--) ..,Igtifit ,,, — - 't, Mayor Hardie is,Jr. ,sr,,*� •� �`00,'� •. h. Attes..FA.} : . dd r 1ii'. .1 4; ice, ,� 5;- Secretary G'E�itt;t ► �a 4 ioil J __. _ . Witness , ```````�v�t��..,,,''' ,��c�'h`` Od9 %.�''1. 9 CONSTANTINE ENGINE.RING, INC. _ Z �`'�'�m 0: SEAL 1-C)..1:: f007....0.0 2 By: All SEAL �'�. ~' . ♦ (N'me& Title) 4* '�1,1i�i�iiitlaN``��`♦ etvcs '• c — t 5, a, Attest AMA ClW,J, UG1/WiWf/y Address: M /3?-494°47; ,rrrY 6, 1 (`—' r Secretary if 1 -t Witness 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 Constantine Engineering i ' l: t: 17cz. ve 1. 1 1 „ ,. i t?allirmwater Services Proposal for Engineering Services for Drainage Study, Stormwater System Assessment, and Drainage Improvement Projects (RFQ 19-148) February 21, 2019 COPY . # -' _ moi 1 i,` II4;* t _ 4, 111161L "AMINE IIIWiiiiiiiir4 I 11 11 4 ill ..*.- : r M — M`I a.. , y /'--- tif 1,-0 1 -4---: (ppm t; I: 0 R t; 11 0 I/ rmwater �' .- Services Proposal for ENGINEERING SERVICES FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT AND DRAINAGE IMPROVEMENT PROJECTS Ref. # 19- 148 CITY OF AUGUSTA— PROCUREMENT DIVISION SUBMITTED BY: CONSTANTINE ENGINEERING, INC. LEAD CONTACT: WES BYNE, P.E. ADDRESS: 1571 BROAD STREET, SUITE C, AUGUSTA, GA 30904 PHONE: 706.664.0664 EMAIL: WRYNE@TCGENG.COM Constantine FEBRUARY 21, 2019 Engineering Constantine February 21,2019 Engineering Geri A.Sams,Director of Procurement Augusta Procurement Department 535 Telfair Street,Room 605 Augusta,Georgia 30901 RE:RFP 19-148 Proposal for Engineering Services for Drainage Study,Stormwater System Assessment and Drainage Improvements Proejcts Constantine Engineering,Inc. appreciates the opportunity to submit our qualifications and experience in response to the Augusta Engineering Department solicitation for Engineering Services for Drainage Study, Stormwater System Assessment, and 0 Drainage Improvements Project. 1571 Broad Strreet. Constantine Engineering,Inc. will serve as the prime firm. Wes Byne, PE will serve as Suite c the project manager from our local office located at: Augusta, 1571 Broad Street,Suite C,Augusta,GA 30904 Georgia 30904 Phone:706-664-0664;Fax:888-215-3836;Email:wbyne@tcgeng.com O Constantine is currently serving as a design consultant for Augusta Engineering's Stormwater Inventory Phase II program. We are currently updating the mapping (706)664-0664 database to accurately reflect the stormwater system as found in the field. This effort will improve maintenance response times and reporting of work completed in the system. We believe that our team is the best professional choice to perform the ® engineering services for the following reasons: Highly Qualified Team with Specialized Skill Sets: At Constantine, we take pride in www.tcgeng.com the fact that we are a smaller,nimble firm with the technical depth of a multi-national firm. Our team includes well recognized project managers and technical specialists in the water and wastewater industry.In addition,we are teaming with several specialists that,together,will allow us to handle the City's biggest challenges. To balance out our team,we have partnered with Infrastructure Systems Management, CSL Services, Inc., Dewberry, Cardno, Inc., Gallop & Associates, and Wolverton & Associates. We are committed to providing the necessary consulting services required for this project using the personnel specified in the following SOQ. Insightful and Innovative Project Approach for Cost Effective Solutions that Consider Capital, O&M, and Customer Service: Our team's extensive and in-depth experience enables us to consider not just the capital cost, but also O&M and customer service implications for all projects. We coordinate with Operations early-on in the design process,realizing their valuable expertise in maintaining the assets. We design to allow facility access for cleaning and debris removal,as well as traditional flow and capacity design constraints. Constantine understands the difficulty of large stormwater projects from cost and political perspectives. We believe in data-driven analysis to pick the best path forward. We propose to meet with staff, leaders, and elected officials to gather project expectations and define deliverable levels of service. We will proceed to gather extensive sampling data to characterize the system and build the appropriate decision support modules to effectively rank the solutions. We will create budgets for the projects that meet the obtainable levels of service and meet with the public to explain and discuss the project priorities. RFP 19-148 Eng.Svcs.For Drainage Study,Stormwater System Assessment and Drainage Improvements Staff Availability: Constantine Engineering commits to being immediately available to our clients;therefore,we will serve Augusta Engineering Department from our local Augusta office, led by our proposed Project Manager, Wes Byne,PE,who brings over 18 years of experience in the water and wastewater industry, with an expertise in stormwater and drainage. In addition, there are several other Engineering Professionals on staff in our Georgia offices to serve you, along with over ten(10) registered Georgia Professional Engineers located within several hours of Augusta. The following SOQ shows that we have the experience, expertise, and support from leaders in the industry, to successfully deliver these stormwater and drainage projects to the City of Augusta. We believe it is critical that a firm provides unparalleled client service,while building long-lasting relationships with our clients.With that said,we invite you to contact our clients for references to ensure that we will back up our promises.We appreciate the opportunity and stand committed to assist you in the success of all your upcoming challenges through responsive and high-quality professional services from our team. Sincerely, CONSTANTINE ENGINEERING,INC. Kartik Vaith,PE,BCEE Executive Vice President RFP 19-148 Eng.Svcs.For Drainage Study,Stormwater System Assessment,and Drainage Improvements Constantine Eng nethng TABLE OF CONTENTS COMPANY QUALIFICATION 1 1. Project Understanding 1 2. Summary of Team Organization 1 3. Approach to Scope including proposed deliverables 4 4. Proposed Project Timeline 5 TEAM QUALIFICATIONS 7 1. Teaming Relationships 7 2. Team Organizational Chart 8 3. Project References 9 TEAM EXPERIENCE 18 1. Team Organization 18 2. Team Workload and Availability 19 3. Team Member Responsibilities 19 TECHNICAL APPROACH 20 1. Project Approach 20 2. Detailed Project Understanding 21 3. Project Management Approach 26 REFERENCES 28 REQUIRED FORMS 29 RFP 19-148 Eng.Svcs. For Drainage Study,Stormwater System Assessment and Drainage Improvements B. COMPANY QUALIFICATION Con5tar�tne COMPANY QUALIFICATION 1 . PROJECT UNDERSTANDING Constantine Engineering understands that Augusta Engineering Department(AED)is requesting professional engineering services to design infrastructure improvements that mitigate flooding conditions in areas that are currently experiencing localized inundation. Several projects were identified as potential candidates,and while we have focused our response on Forest Hills and National Hills, the proposed process could be applied to any basin in Augusta. A detailed explanation of each basin is included in the technical approach in Tab E. Several areas of Augusta are subject to nuisance flooding which presents a risk to property and infrastructure on recurring basis depending upon the weather. Many of these areas were developed using appropriate development standards of their era,however continued growth and development in those areas did not result in upgraded infrastructure to meet current engineering requirements for many reasons,but mostly because the life-cycle costs of the infrastructure hadn't been exhausted,and the level of service provided was,at the time,adequate to provide for most recommended uses. As development continued,weather conditions fluctuated,and regulatory changes prevented sound maintenance, the nuisance flooding became more frequent, impacted more residents; it had more dramatic effects as the level of service was lowered. Augusta implemented a stormwater utility in 2016 with the intent of increasing the levels of maintenance of the system and providing for capital asset planning to correct areas of nuisance flooding. The studies necessary to correct the nuisance flooding will require comprehensive survey, engineering design,permitting at the local,state,and federal levels;as well as public relations,to be effective. In addition, we recognize that antiquated systems can't be corrected overnight, and that delivering the right solution at the right time is of utmost importance for project success. Our professionals understand the immense cost of dealing with stormwater systems, and how they require a substantial investment of time and resources to be successful. We also understand the political implications of flooding,and as such our project team consists of a mix of designers with real-world practical experience. Additionally,three of our team members have previously been owners for Augusta and understand the practical difficulties of keeping a project of this magnitude on track. They have worked with home owners impacted by flooding, local government officials who are responsible for budgets and city direction,and top state EPD and GDOT officials.They believe in active engagement of local political leaders and interacting with the public through open-forum meetings where the projects are discussed. 2. SUMMARY OF TEAM ORGANIZATION Constantine will lead the team for the development of solutions in each basin. Wes Byne will be the Project Manager (PM) for the project. He is the PM for the Augusta office, and thus has immediate availability to respond to meetings and site visits as necessary. He will be supported by Joey Crews for asset management analysis and Tammy Huggins for design support. Ms. Huggins is a registered engineer and level II NPDES designer who practices drainage design and analysis out of the Charleston office. RFP 19-148 Eng.Svcs. For Drainage Study, Stormwater System Assessment, and Drainage Improvements 1 Constantine met Infrastructure Systems Management (ISM) led by Mr. Abie Ladson, who will provide project planning, and public participation. Gallop and Associates will participate in public outreach and planning to help deliver the message of the scope of work required to correct these problems. Dewberry will provide technical modeling depth and expertise. Dewberry is also providing a team member who worked on the 2014 Rae's Creek FEMA analysis, and has direct experience with developing those models. Ms.Hanifan will provide crucial experience evaluating upstream alternatives and their impact on downstream conditions in Rae's Creek. Wolverton and Associates will be providing survey and subsurface utility exploration(SUE)capabilities on this project. In addition, they offer drone services for preliminary analysis of difficult to reach drainage ways such as those found in the backyards of National Hills. Finally,CSI, Services will provide flow-monitoring expertise in the closed-pipe systems. CSL has over 20 years of experience performing flow monitoring in a variety of conditions such as those found in the Forest Hills and National Hills areas. Their in-pipe monitoring will be supplemented by the Augusta monitoring network's in-stream gaging program. Additional permitting support will be provided by Cardin)and Gallop&Associates.An organizational chart showing priorities and key team members is included in Tab C-Team Qualifications. In this section,we will highlight project experience of the Project Manager,Key Management and Operating Personnel,each of whom will be providing direct services to this project. These are summary resumes;however,we will provide detailed resumes upon request. Project Manager/Hydraulic Evaluation Manager 'To+► Mr. Wes Byne, PE, is a Senior Project Manager whose 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 successfully applied his skills to develop and implement a wide variety of solutions for municipalities. As Engineering Manager for Augusta Engineering,Mr.Byne was a key leader in the implementation of a Stormwater Utility and led the update and implementation of a comprehensive asset management program for the stormwater system. As Assistant Director for Engineering for the Augusta Utilities Department,he led the Engineering,Capital Construction, Inspections, Information Systems and Land Acquisition groups during a large capital improvement program. Planning A-lanager Mr. Abie L. Ladson, PE, CPESC, is the owner of Infrastructure Systems Management, LLC and is responsible for the overall day-to-day operation and management of the company. With over 25 years of experience,he has performed both program and project management services for various private engineering companies and municipalities. Mr. Ladson has designed and constructed over 250 projects throughout his career. Those projects consist of bridges,dams,levee systems, roads/streets, storm drainage systems, sanitary sewer systems, street lighting, traffic signals,and airport infrastructure. Mr. Ladson received an Associate of Applied Science (AAS) in Engineering Graphics Technology from Denmark Technical College,a Bachelor of Science(BS) in Civil Engineering Technology from South Carolina State University,and a Master of Science (MS) in Civil Engineering from Iowa State University of Science and Technology. He is also completing a Doctor of Philosophy (PhD) at Colorado State University in Systems Engineering, specializing in Infrastructure Engineering & Management. Mr. Ladson is licensed as a RFP 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment,and Drainage Improvements 2 Constantine Professional Engineer in Georgia, South Carolina, North Carolina, and Iowa, and is a Certified Professional in Erosion&Sediment Control. In rastructure Asset Manager Mr.Joey Crews, PE,is a Senior Project Manager with Constantine Engineering and has more than 29 years of experience in engineering design and project lo* management. He has extensive knowledge of municipal operations, including rate analysis, budgeting, public relations, and contract management. He has more than ten years of experience in GIS record document conversion,including drawing conversion and field access database management for nearly 800 miles of water and sewer pipelines and facilities. His experience is primarily in large underground utility design/construction related projects and associated functions,such as underground utility management and permitting. Mr. Crews has designed and permitted sanitary sewer pump stations, force mains, collection systems, water supply systems, stormwater collections, site grading,methane gas collection and treatment systems,and leachate collection systems. He has managed multiple pipeline assessment projects,including flow monitoring,and analysis,smoke testing and pipeline/manhole rehabilitation.He has provided value engineering reviews for over 300 residential and commercial developments and has assisted with the planning and administration of Okaloosa County Water and Sewer's CIP for the past 22 years Hydraulics Evaluation Personnel:Constantine Engineering has multiple individuals that will be supporting the Hydraulic Evaluation Manager with services associated with this Proposal. Mrs. Tammy Huggins,PE—who will assist with Stormwater work—is a professional engineer with 16 years of experience in the design,permitting,and management of various types of civil engineering projects,including stormwater design,site design,and special projects. Ms. Christina Leach, PE—who will be assisting with Modeling— is a registered professional engineer with expertise in hydraulic modeling as well as treatment process design for water and wastewater systems. Dewberry will be responsible for supporting Constantine with duties regarding Stormwater Modeling and Analysis. Mr. Sam Fleming,PE. Mr. Fleming has 25 .44 years of experience in Civil Engineering in both the public and private sectors in the areas of water resources and transportation with his primary area of expertise being stormwater infrastructure planning and design. He has served as Senior Project Manager for water resources projects to include stormwater 10. infrastructure system assessment, dam safety, stormwater system and culvert Dewberry- improvements,improvements,emergency response,stream restoration,floodplain studies,and rry expert witness services.Prior to joining Dewberry,Mr.Fleming served nine years with Gwinnett County(GA)working on stormwater management projects. Mr. Fleming will oversee two full-time PC-SWMM modelers, Emma Bones, PE, and Megan Hanifan,PE in addition to hydrometeorologist Dana McGlone. Both Ms.Bones and Ms.Hanifan have extensive hydrologic and hydraulic modeling experience in HEC-HMS,HEC-RAS(1-D and 2-D), and PCSWMM. Ms. Hanifan has direct experience with the Rae's Creek FEMA modeling analysis done in 2014. RFP 19 148 Eng.Svcs. For Drainage Study,Stormwater System Assessment,and Drainage Improvements 3 Constantine twneern9 Wolverton will be responsible for Survey and SUE activities for the project.Torn True,PE,RLS,will lead the SUE and Surveying efforts from their Atlanta office. to As a licensed Professional Engineer and Land Surveyor and a background in construction, Tom True brings 30 years of diverse experience in the AEC \s . Et;`Y industry.Over the course of his career he has worked on projects of all types and sizes - from residential septic systems to 450-mile, multi-state high pressure 3> ^' natural gas pipelines - all along the East Coast. His experience stretches the '% • V a T• Atlanta seaboard, from New England to Florida, and includes extensive work in the energy, power and utilities market sector. Mr. True led the team that was responsible for the survey of approximately 45 miles of the Chattahoochee River as well as 140 miles of Chattahoochee River tributaries in Cobb, Coweta, Fulton and Gwirmett Counties. These surveys captured cross sectional measurements of the various water courses in compliance with the FEMA Data Capture Standards. Both natural channel cross sections and hydraulic structure cross sections were included. Deliverables included hydraulic cross-sectional sketches, detailed sets of photographs of each feature, and accurate point-based data sets which provided the foundation for this vital map update effort. Permitting Personnel: Constantine's Permitting Manager will be supported by two (2) subcontracting partners—Cardno,Inc.and Gallop&Associates. Cardno's Mr. Jason Lancaster, PWS, CEP, CE, TN-QHP—who will serve as the Biologist for work associated with this Proposal—is an environmental consultant and permitting specialist with over 20 years of professional experience. Mr. Lancaster has developed and implemented a number of studies on upland, wetland, riverine, and other aquatic systems throughout the southeastern United States. These studies have included wetland and upland assessments including conservation and restoration studies relating to developmental concerns, effects of discharges from industrial,commercial and domestic wastewater facilities into receiving bodies, and coastal habitat restoration and development. His work has included the development of sampling programs and protocols for the analysis of groundwater/surface water samples from rural,industrial,commercial/residential areas. 3. APPROACH TO SCOPE INCLUDING PROPOSED DELIVERABLES In this section we will summarize our approach to the scope and proposed deliverables;a more detailed approach is included in Tab E-Technical Approach,Project Approach. ANALYZE HISTORICAL DATA We propose to collect and review all historical data relevant to this project. We will meet with AED staff and discuss the surveys and anecdotal information collected during their time working on these projects. We will scan any plans that we find and incorporate them into the project GIS so that they can be located easily. All historical data will be archived in one location,accessible from the internet for universal data access. INSTRUMENT/ SURVEY / DATA COLLECTION Next,we will prepare a survey and instrumentation plan to measure conditions that are occurring in the basin. We will conduct the appropriate surveys and collect real-time flow data. The survey information will be provided to the City in the same format as their current GIS so that it can be directly imported into their system and utilized for daily operations. The flow data will be analyzed and delivered to the city in a report format highlighting the recurrence intervals,as well RFP 19-148 Eng.Svcs. For Drainage Study,Stormwater System Assessment, and Drainage Improvements 4 Conetaqtine as additional available capacity in the system. The flow data will also be delivered in a timeseries dataset so that it can directly imported into the existing Augusta storm monitoring system. MODEL / ANALYZE FOR BOTTLENECKS We will build a model of each drainage area in PC-SWMM. This is an extension of the industry standard EPA SWMM5 model with an expanded GIS interface. It is completely compatible with the free version from the EPA and data can exchanged between both versions. We will deliver a report detailing the model results,in addition to the model input files. The model data will be structured towards incorporation into a system-wide drainage model for Augusta. In addition, we will provide model training at any time during the project that it is requested. PERMITTING We intend to perform all permitting required to deliver the project alternatives. Those will likely indude some downstream permitting to maintain capacity during and after design improvements are incorporated. We will deliver copies of all permits in electronic and hardcopy version during review and after completion for permit compliance. DEVELOP AND COST SOLUTIONS We will develop alternative solutions along with cost proposals for those solutions. We will deliver those in electronic and paper format along with all scoring data that developed those solutions. In addition,we will prepare a workshop to explain the decisions to local officials and citizens living in those areas. If requested,we will draft press materials and social media posts to explain the scope of the work being performed as part of the Stormwater Utility. 4. PROPOSED PROJECT TIMELINE Our proposed project timeline with interim dates and deliverables is shown on the following page. FFP 19 148 Eng.Svcs. For Drainage Study,Stormwater System Assessment, and Drainage Improvements S :ii'i__I___I_ Ii III 3 co 4.. a, X1111uuli__I__- III. ■ _ ,c, X1 11■ ■■ ■ 1 CI La ■11 lIuI__I___liii IulI__I ■111III I Ill__I__ 111 :iiii__I_ 111 ■■111 ■ ■'1 liii■ 01 ■■ liii ,,),,, 11111 ■ ■liii ,_,,„, X1111 ■■ 111 CLJ 811'13 CIuI ■ •�■ ■■ it ■1■111E.Ln Ell III fi 111 at 0a C a+ - _ �S 0 A O m j u. -3 5 a as L0 a Offa Q Z W _ W ami d al 2 ADA A al G _ 3 G W d v V a m - p W = Z W V kn v Z3 c c° Tu c 1� W cc cu N CC c C W co W 4 M c 2 m co V y E as E o Q g ea y a 0 m W ,-,-1 C c0 ' d C +� 7 ,71;O G > O ut �. au ..c L; a .� 2 d c Q V > u IP - a c 4 a o �o m ° �a E E = o c o '� cc a. a y a+ = m •' 4.c w a ai c o c o J a = C1 m e y ,n c to v oa > a « _m &- o- • a, a E a E v'i - in o «' 'a ° a c o .: = +' ' ? a a, c r, E 0 E E. = a m u .0 m > 'v. a ` E E. u o c W �, m vii o > o v V ar o m m z ,, a. a Q 0 h m c Q v; u2i v; 0.. Q a a i 4n uc. C. TEAM QUALIFICATIONS Constar tine ng TEAM QUALIFICATIONS Our professionals have planned, designed, permitted, constructed and operated many of the most critical water,and wastewater facilities implemented in the Southeastern U.S.in the past 25 years. The experience level of our key staff members enables us to immediately engage and provide innovative solutions without the research and analysis that it may take other firms. We recognize that aging stormwater systems can't be fixed overnight and that delivering the right solution at the right time is of utmost importance for project success. Our professionals understand the immense cost of dealing with stormwater and combined systems and how they require a substantial investment of time and resources to be successful. We also understand the political implications of flooding on property owners,and as such our project team consists of a mix of designers with real-world practical experience. In addition, three of the team members have previously been owners and understand the practical difficulties of keeping a project of this magnitude on track. They have worked with home owners impacted by flooding and CSOs,local government officials who are responsible for budgets and city direction,and top state EPD and GDOT officials. They believe in active engagement of local political leaders and interacting with the public through open-forum meetings where the projects are discussed. This same methodology was used in the creation of a stormwater utility in Augusta,which was designed from the ground up to serve the maintenance needs of the aging system. We have found that most citizens will support new programs if they can see positive results. Our design team has experience with hydrologic and hydraulic models ranging in size from a half acre to an entire basin. We focus on the physical configuration of the system and then choose the proper tools to analyze the system. We have extensive experience creating water,wastewater, and stormwater master plans and ranking projects by importance, cost, or regulatory requirements. Finally,we will deliver all data in a GIS-centric format,linked and usable in the field for all staff,citizens,and leaders. 1 . TEAMING RELATIONSHIPS Constantine regularly chooses to build teaming partners that provide skills that can benefit a project. This give us the ability to select the best teaming partners whose specialties fit the project's needs.This ability reduces our company overhead,project costs,and schedule,and also prevents us from working in a vacuum that restricts innovation. At Constantine, we maintain relationships with many specialty firms including hydrogeologic, geotechnical, ecological, structural,surveying and architectural allowing us to staff the project with team members that are readily available and highly qualified. For the projects associated with this Proposal for Engineering Services for Drainage Study,Stormwater System Assessment, and Drainage Improvements Projects (RFQ 19-148),Constantine has elected to team with multiple partners,including: • Infrastructure Systems Management • CSL Services • Dewberry • Cardno • Gallop&Associates • Wolverton&Associates RFP 19-148 Eng Svcs. For Drainage Study, Storm water System Assessment,and Drainage Improvements 7 (1112^ � CE co Ar.o :00 is Cm in= — g a; :I i 00CO GAa o4 > 6. i - 0 c a) Ill s ti44 w g J1 a) a C c o E:, a be re �S a .a+ C EYE ' c v 0. y I 1 .5 — 3 a 4..1: C Z T sI a s o - C ° ti O. us Q o to E ° v f0 $ o o• a b." (0) o ' C E ,0 w d ' a Z t 10 aJ • 4 C o a t co y A go Lv1 t N a v v y " 41 QKN a v c Q « c C C3/1 • ""0 i V) ce 3ap ® EEa a CA Lil 6- , o F.� a `p O 0 a ava3 .'g. r3 v� w m i o ..5 w N ani < 111 2 U 713 1g 0 C, ro ,t• cts of .2 O � � w � � � ,,, � 4l . W C d� D. a Com! $ jj ~ 1V Constantine Fatn[am9 3. PROJECT REFERENCES Our Project Team has extensive stormwater, sanitary sewer, wastewater treatment, and master planning experience. Presented below, is a list of projects completed with a short project summary/description to better describe the scope and specific details of a selection of the more representative projects. Augusta Engineering Drainage & Stormwater Assessment Constantine Engineering, Inc. REFERENCE NO 1 Title of Project Augusta Engineering Asset Inventory Update Owner/Client Augusta Engineering Department(GA) Hameed Malik,PhD,PE 706-796-5040 hmalik@augustaga.gov Constantine Role(s) PRIME-100% Flow Evaluation,Rainfall Logging Infrastructure,GIS Update Contract Value $805,000 Year Completed Ongoing Key Team Members Wes Byne,Abie Ladson,Butch Gallop Project Description: In 2013,Augusta Engineering Ma) { Department, who is responsible for the storm # infrastructure in Augusta, began a process to 1 ' 4 update their stormwater infrastructure to fully 1 comply with their Phase I NPDES permit. The City developed a framework to provide a complete asset inventory,by locating assets by GIS and GPS {_ and delivering a full-inspection and photographs to populate their stormwater management system. Constantine was one (1) of the chosen contractors, and they delivered approximately 4,000 structures to complete their phase of the effort. In addition,10%of the structures were delivered with a survey grade rim elevation so that the system would have usable slope information. In 2018, Constantine was chosen as the sole contractor for the second phase of the program,which includes completing all missing GIS inventory data,as well as characterization of the storm receiving system. Currently,they are enhancing the analysis by including LiDAR overlay data to elevations for all structures. Constantine also took over a rainfall monitoring system with 12 full-time monitoring stations that record rainfall volume and creek level in real-time,and which are being used to improve their receiving system model and develop long-term trends for a sediment TMDL. The data used in the analysis is shared with the Utility department to correlate high rainfall and creek levels with high sanitary sewer flows. RFP 19-148 Eng.Svcs. For Drainage Study Stormwater System Assessment and Drainage Improvements 9 ConRtantine Empa rm9 Augusta Engineering Drainage & Stormwater Assessment Constantine Engineering, Inc. REFERENCE NO. 2 Title of Project RCES/RCID Sanitary Sewer Evaluation Owner/Client Reedy Creek Improvement District(FL) Jason Herrick,PE,Engineering Manager 407-824-4759 Jason.d.herrick@disney.com Constantine Role(s) Owner Sanitary Sewer Evaluation,Public Infrastructure,Sanitary Flow Measuring,Critical Gravity Location Identification,Available Capacity Calculation,Hydraulic Modeling Contract Value $60,000 Year Completed 2017 Key Team Members Wes Byne-Principal Civil Engineer,RCES Project Description: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. RFP 19-198 Eng.Svcs. For Drainage Study,Stormwater System Assessment and Drainage Improvements 10 Constantine stmenep Augusta Engineering Drainage & Stormwater Assessment Constantine Engineering, Inc. REFERENCE NO 3 Title of Project Rock Creek Sewer Relief Forcemain Owner/Client Augusta Utilities Department(GA) Tom Wiedmeier,Utility Director 706.312.4160 twiedmeier@augustaga.gov Constantine Role(s) PRIME-100% Hydraulic Updates/Modeling,Available Capacity Evaluation, Station&Forcemain Construction Contract Value $275,000 Year Completed 2012-2013 Key Team Members Wes Byne-Principal Design Engineer,ZEL Engineers Project Description: Rock Creek sewer in Augusta is a concrete sanitary sewer e � e constructed in the late 1950's, in a basin = known for shallow depth to rock. Consequently,the system is installed at a shallow depth, and was sized for ._ residential development standards of that time. High-intensity development began in the watershed in the 1970s and continued through the 2000s,and slowly overwhelmed the capacity of the sanitary system. Additionally, almost all of the early residential and high- density development did not include stormwater management, and so the entire system is extremely flashy during storm events. Mr.Byne had identified a failing section of line which was responsible for repeated CSOs while working for the City. After joining a local consulting firm, he was tasked with identifying a solution to the problem. Mr. Byne developed an updated hydraulic 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 was used to establish available capacity, and to calculate locations where known capacity restrictions existed. The capacity restrictions in the model were then field-verified by walking the line looking for signs of sanitary overflow. After analysis, it was determined that a relief sewer would accommodate the flows and identified the furthest upstream reach that required replacement. A replacement sewer was designed with a low-head siphon pumping station. The hydraulic model produced indicated that the system would perform under average day but not peak conditions, and that additional low-lift pumps would be required. The original gravity sewer was left in place, for use in emergencies or when servicing the station. The station and forcemain were constructed in 2018. RFP 19-148 Eng.Svcs. For Drainage Study, Stormwater System Assessment and Drainage Improvements 11 Con5taqtinne Stingini Augusta Engineering Drainage & Stormwater Assessment Constantine Engineering, Inc. REFERENCE NO. 4 Title of Project Fort Gordon Sanitary Connection Forcemain Owner/Client Augusta Utilities Department(GA) Tom Wiedmeier,Utility Director 706.312.4160 twiedmeier@augustaga.gov Constantine Role(s) PRIME-100% Sanitary Sewer Connection,Hydraulic Modeling,Alternative Storage Analysis,Loading Condition Evaluation Contract Value $650,000 Year Completed 2009 Key Team Members Wes Byne-Principal Design Engineer,ZEL Engineers Project Description: Augusta Utilities took over the water and sewer infrastructure on Fort Gordon in 2008. One (1) of the initial capital projects was the ""''et' St°'es Af'T'y connection of a sanitary sewer to move all flow from �.- FORT GORDON the existing trickling filter plant to the Augusta -`' Main Gate sanitary system and demolish the plant.Unfortunately, tA the connection was complicated by several large ,> vehicle service facilities with oil skimmers that discharged directly to the sanitary sewer. These skimmers resulted in a situation where average daily flows of 1 MGD could quickly rise to 6+ MGD during rainfall events. This forcemain was also connected to the Spirit Creek gravity sewer,which had chronic infiltration issues(described below). The proposed system was a low-head siphon forcemain which would operate without the need for pumps. After building a hydraulic model and evaluating the loading conditions,a 1MGD open-top pre- stressed concrete equalization tank was selected to buffer the high flows until they could be absorbed by the receiving system.Since the existing facility was being demolished,the three anaerobic digesters were modeled as well, and the equalization tank was sited to allow the existing digesters to be used as side-flow storage in the case of an emergency. Additionally, the placement of the tank allowed the system to be self-priming and met the contract deadline while preventing a costly sewer replacement in the lower section. RFP 1.9 148 Eng.Svcs.For Drainage Study,Stormwater System Assessment and Drainage Improvements 12 Constantine 1111110111 Augusta Engineering Drainage & Stormwater Assessment Constantine Engineering, Inc. REFERENCE NO. 5 Title of Project Spirit Creek Interceptor Capacity Evaluation Owner/Client Augusta Utilities Department(GA) Tom Wiedmeier,Utility Director 706.312.4160 twiedmeier@augustaga.gov Constantine Role(s) Owner Basin Analysis(Flow Removal),Smoke/Flow Testing, Hydraulic Analysis,Repair/Replacement Identification, Modeling,Construction Contract Value N/A Year Completed 2005-2009 Key Team Members Wes Byne-Assistant Director of Engineering,Augusta Utilities Project Description: Spirit Creek is a 10-mile-long gravity sewer installed in the 1980s in Augusta. The pipe material was concrete pipe of 8' long joints. The sandy,fluid conditions of the bedding resulted in a pipe system that suffers chronic, continuous infiltration. This infiltration consumed most of the sanitary capacity in the system,with routinely 80%or more of the flow being groundwater. Mr. Byne led the team that analyzed the basin to determine the most economical way to remove the flow. The evaluation included extensive smoke testing, flow testing, and modeling,and included the hydraulic analysis of a 2MGD facultative plant at the end of the receiving system. Ultimately it was determined that the system suffered from chronic joint leakage along its length, and one (1) 3,000-foot section was identified for replacement. Several methods of repair were evaluated, including grout sealing the pipe joints,slip lining the line,pipe bursting the line,and replacing the entire line. Ultimately a bypass pump station was constructed to send the excess flow to the City's main treatment plant,however current conditions in the basin have resulted in a new joint grouting project. REP 19-148 Eng.Svcs. For Drainage Study, Stormwater System Assessment,and Drainage Improvements 13 Constantine neartnA SUB-CONSULTANT EXPERIENCE Dewberry and CSL Services are key technical subcontractors which will support Constantine with stormwater modeling and analysis.As such,we have included additional project references for each company. Augusta Engineering Drainage & Stormwater Assessment Dewberry REFERENCE NO. 1 Title of Project Stormwater System Analysis Program Owner/Client Mr.Michael Williamson,PE,Section Manager Gwinnett Co Dept of Water Resources 678.376.7153-Phone michael.williamson@gwinnettcounty.com Dewberry Role(s) Prime Updated GIS Database,Hydraulic Analysis, Repair/Replacement Identification,Modeling,Construction, CIP Preparation Contract Value $6,100,000.00 Year Completed 2012-2018(on-going) Key Team Members Sam Fleming-Senior Project Manager Project Description: Gwinnett County Department of Water f. Resources (GCDWR) launched a countywide program to assess its stormwater pipe infrastructure system for each of its major watersheds. GCSWM spends approximately $15 million annually replacing and rehabilitating failed pipe infrastructure, much of which is corrugated steel pipe(CSP).In most cases the existing pipe's capacity level of service (LOS) or the upgrade needed to meet the desired LOS is unknown. GCDWR recognized the next step to enhance its active stormwater infrastructure asset management was to conduct a comprehensive system assessment to identify the capacity LOS of the county-maintained piped drainage system in order to better plan system rehabilitation and replacement projects. Dewberry was selected to lead a pilot study in the Level Creek watershed that included over 24 miles of stormwater pipe infrastructure and 7 miles of open channels. To date under this program, Dewberry has completed twelve comprehensive watershed studies, which include approximately 900 miles of pipe and 1,000 miles of streams and open channels. RFP 19-148 Eng.Svcs. For Drainage Study,Stormwater System Assessment and Drainage Improvements 14 Constantine beinnenap Augusta Engineering Drainage & Stormwater Assessment Dewberry REFERENCE NO. 2 Title of Project GA Risk MAP Program Etowah and Middle Savannah Basins Owner/Client Haydn Blaize Georgia EPD 404.362.2606-Phone Haydn.Blaize@dnr.ga.gov Dewberry Role(s) Prime Updated GIS Database,Hydraulic Analysis,FEMA Firm Revisions Contract Value $1,755,500.00 Year Completed 2018 Sam Fleming-Senior Project Manager Key Team Members Megan Hanifan-Modeling Support Emma Bones-Modeling Support Project Description: Dewberry has been supporting the GA DNR Map Modernization and Risk MAP program continually since 2009 to support GA DNR's mission of identifying and reducing risk to life and property caused by flooding for all communities throughout their state.Dewberry supports all phases of floodplain mapping including statewide planning,program management,and mapping activities such as Discovery,outreach,public engagement,and preliminary flood study production,post-preliminary processing,and resiliency.These projects have included hydrology and hydraulic modeling and FEMA FIRM revisions for numerous counties and watersheds throughout metro-Atlanta and across the state. Hydrologic methodologies varied by stream depending on level of study and included regional regression,gage analysis,and rainfall-runoff simulation Hydraulic analyses were performed using HEC-RAS v5.0.1 to determine water surface elevations for the studied flood events.85 Flood Insurance Rate Maps were revised with Burke and Columbia Counties anticipating becoming effective in June 2019 and Richmond County in November 2019. cao • RFP 19-149 Eng.,Svcs. For Drainage Study,Stormwater System Assessment,and Drainage Improvements 15 Constantine Augusta Engineering Drainage & Stormwater Assessment Dewberry REFERENCE NO. 3 Title of Project Sweetwater Creek Flood Risk Management Study Owner/Client Dean Traewick USACE Mobile District 251.690.3254-Phone eubie.d.trawick@usace.army.mil Dewberry Role(s) Prime Updated GIS Database,Hydraulic Analysis,Flood Control Evaluation Contract Value $300,000.00 Year Completed 2018 Key Team Members Megan Hanifan-Modeling Support Project Description: In coordination with the US Army Corps of Engineers Mobile District, Dewberry developed hydrologic and hydraulic modeling sus in order to quantify flood risks and related flooding issues associated with the Sweetwater Creek Watershed, and to evaluate potential measures that may help reduce flood risk.Thehat may helmaw Creek basin has a history of severe and repetitive flooding, and x ° ° experienced a historical flooding event during September 2009 which exceeded the 500-year storm and caused extensive damage to homes and businesses The scope of work included developing and leveraging approximately 75 miles of HEC-HMS hydrologic analysis and approximately 50 miles of unsteady HEC-RAS hydraulic analysis aligned with USACE's principles of SMART Planning.Using these models,Dewberry analyzed 16 different combinations of flood control measures including detention ponds,channelization, and diversions to recommend the most beneficial combination to reduce flood risk. This analysis was incorporated into the USACE Flood Risk Management Study cost estimates and benefit analysis to determine the most cost-effective solution for the community. Additionally, following USACE issued Engineering and Construction Bulletin No. 2016-25, which stipulates that climate change be considered for all federally funded projects in planning stages, Dewberry conducted a stationarity analysis to determine if there were long-term changes in both rainfall and streamflow statistics within the Sweetwater basin and its vicinity. Assessing rainfall stationarity allows for identification of long-term climate variability and/or climate change.Meanwhile,assessing streamflow stationarity includes other components,most notably land cover changes well as changes in water control structures. Additionally, the streamflow stationarity assessment utilized the USACE Climate Hydrology Assessment Tool (PROD v1.2)to assist in determination of future streamflow conditions. RFP 19 148 Eng.Svcs. For Drainage Study,Stormwater System Assessment,and Drainage Improvements 16 Constantine CSL will be responsible for supporting Constantine with duties regarding flow monitoring. Augusta Engineering Drainage & Stormwater Assessment CSL Services REFERENCE NO. 1 Title of Project Long Term Flow Study Owner/Client Constantine Engineering,Inc./ Forsyth County,Georgia Mr.Barry Lucas,P.E.,Deputy Director (770)886-2793 CSL Role(s) Subcontractor to Constantine Basin Analysis,Flow Testing Contract Value N/A Year Completed 2016-Present Key Team Members Bill Dawson,CSL Project Description: CSL assisted in preliminary site selection and then conducted field investigation of sites, installation of 10 flow meters and 2 rain gauges, maintenance of equipment and periodic relocation of meters. CSL was subsequently selected to install and maintain 5 additional flow meters to confirm flows discharged into the Fulton County system. Augusta Engineering Drainage & Stormwater Assessment CSL Services REFERENCE NO. 2 Title of Project Temporary Flow Study Owner/Client City of Fort Oglethorpe,GA Mr.Travis Hamby,P. E.,CTI Engineers (423)267-7613 CSL Role(s) Subcontractor to CTI Basin Analysis,Flow Testing,I&I Analysis Contract Value N/A Year Completed 2017-2018 Key Team Members Bill Dawson,CSL Project Description: CSL assisted in preliminary site selection and then conducted field investigation of sites,installation of equipment,maintenance of equipment for 90 days,removal of equipment,and preparation of a final report that included an I&I analysis and prioritization table. RFP 19 148 Eng.Svcs. For Drainage Study,Stormwater System Assessment and Drainage Improvements 17 • D. TEAM EXPERIENCE ConotaQtine ni TEAM EXPERIENCE We have outlined the credentials and experience of our key personnel in Tab B under the Summary of Team Organization and the team organization chart can be found in Tab C under Team Qualifications. 1 . TEAM ORGANIZATION The project will be managed by Wes Byne, who is the Augusta Project Manager, and will be operating out of an office at 1571 Broad Street in Augusta. That office will serve as the central working area for all subconsultanls that operate out of town. Each sub will have a specific role however each team member has sufficient experience to operate independently on a project of this type and scope,and there is sufficient skill overlap to ensure that bottlenecks do not result. The areas of responsibility for each team member is listed in the following section. In addition,this same team is currently working together on a combined sewer project in Albany, which has very similar roles and requirements to this project. Each team member therefore is familiar with the organizational structure and objectives of the team and can provide input into any area where they have the appropriate expertise. Our professionals have planned, designed, permitted, constructed and operated many of the most critical water,and wastewater,and stormwater facilities implemented in the Southeastern U.S.in the past 25 years.Today our clients face common challenges with the need for exceptional customer service coupled with greater accountability, stricter regulations, staffing challenges, exposure to new technologies, and shrinking budgets. Most importantly, because of the experience level of our key staff members, we are able to immediately engage and provide innovative solutions without the research and analysis that it may take other firms Our design team has experience with hydrologic and hydraulic models ranging in size from a half acre to an entire basin.We focus on the physical configuration of the system and then choose the proper tools to analyze the system.We have extensive experience creating water,wastewater, and stormwater master plans and ranking projects by importance, cost, or regulatory requirements. Finally, we will deliver all data in a GIS-centric format, linked and usable in the field for all staff,citizens,and leaders.Constantine's professional staff has been involved in many of the key utility infrastructure projects in the Southeast over the past quarter-century. Constantine offers our clients large firm experience in a nimble and smaller firm with a customer service focus and the ability to respond. We utilize insightful and innovative project approaches for cost effective solutions that consider capital and O&M cost and client service. We also have proven project delivery and quality control processes that include sound project management principles with QA/QC and risk management to reduce changes during the project. Constantine is unique within the consulting engineering arena because our engineering design is tempered by decades of real-world,hands-on construction and operations experience. We take projects from concept through planning,evaluation,permitting,financing,design,construction, and even operations, maintenance, rehabilitation and replacement. Constantine is truly committed to becoming an extension of the City of Augusta staff. RFP 19-148 Eng.Svcs. Far Drainage Study Storm water System Assessment and Drainage Improvements 18 Conatartine 2. TEAM WORKLOAD AND AVAILABILITY We recognize that key factors in the ultimate success of timely project execution is not only a Constantine Team Aggregate Availability well-thought-out strategy, but sufficient ( Current Commitments for Augusta Projects qualified staff must be available to provide sox immediate response to project assignments and issues raised by Augusta. Our resource pool has 70% flue ability to meet surge rerluirernenls throughout project engagement and has sox identified resource pools of seasoned experts. This strategy has been applied on many similar j sox efforts,ensuring client and project needs remain a local priority without forfeiting the quality that accompanies adequate attention to detail. All of 30% the principals identified in our organization chart will be present for the execution of the 20% project and have committed their schedules to 4/1/2019 7/1/2019 io�iyzois iyi/zozo 4/1/2020 meet the time requirements of this project. Based on the aggregate team availability depicted at above, Constantine's project team, shown in the above Organizational Chart, has the available capacity to complete tasks for the city of Augusta as needed. 3. TEAM MEMBER RESPONSIBILITIES Constantine Engineering, Inc will lead the team for the development of solutions in each basin. Constantine's Wes Byne,PE will be the Project Manager(PM)for the project. Dewberry will be responsible for supporting Constantine with duties regarding stormwater modeling and analysis using Mr.Sam Fleming,PE.Mr.Fleming is a Project Manager and Senior Engineer with over 26 years of relevant, professional experience, including stormwater system analysis and modeling. CSI. Services, I. C will be responsible for supporting Constantine with duties regarding flow monitoring. We will be assisted by Mr. Bill Dawson, PE. Mr. Dawson is a Vice President and Senior Engineer at CSL with over 26 years of relevant,professional experience in flow monitoring. Infrastructure Systems Management, LI,C will be responsible for supporting Constantine with duties regarding management planning.We will be assisted by Mr.Abie L. Ladson,PE,CPESC. Mr.Ladson is the Owner of ISM with over 25 years of relevant,professional experience. Cardno will be supporting us in the environmental/biological fields of work.We will be assisted by Mr. Jason Lancaster, PWS, CEP, CE, TN-QHP. Mr. Lancaster is a Senior Biologist, Environmental Consultant,and Permitting Specialist with over 20 years of relevant,professional experience. Gallop & Associates will be responsible for any aspect of public outreach and community relations.We will be assisted by Mr.Wilbert"Butch"Gallop,Jr.Mr.Gallop has over 25 years of relevant,professional experience within the community,as well as the political realm. Wolverton will be responsible for survey and SUE activities. We will be assisted by Tom True, PE, RLS, who, as a licensed Professional Engineer and Land Surveyor with a background in construction,brings 30 years of diverse experience in the AEC industry. RFP 19 148 Eng.Svcs.For Drainage Study.Stormwater System Assessment and Drainage Improvements 19 E. TECHNICAL APPROACH Conataln)tine En61netNag TECHNICAL APPROACH 1 . PROJECT APPROACH ANALYZE HISTORICAL DATA We propose to collect and review all historical data relevant to this project. We will meet with AED staff and discuss the surveys and anecdotal information collected during their time working on these projects.Additionally,we'll collect any work order data collected in CityWorks showing individual work efforts conducted on these areas in the past two years. We will scan any plans that we find and incorporate them into the project GIS so that they can be located easily. This will be shared with the City in real-time for review and on-going analysis. We will also evaluate any previously completed hydrologic models and ensure that any historically collected invert elevation information is included in the system. We will use that information to perform a preliminary analysis to determine capacity in the system,and to identify areas for additional data collection. INSTRUMENT/ SURVEY/ DATA COLLECTION Next,we will prepare a survey and instrumentation plan to measure conditions that are occurring in the basin. We will identify parts of the system that require additional elevation information to accurately determine their capacity, as well as confirm any values that require validation. We will also tie the survey data into the existing datasets used by previous modeling efforts by attempting to identify previously used benchmarks.This will ensure maximum interoperability between modeling efforts. We will also perform drone recordings of any open-channel areas to the extent that it is practicable.This will allow for a quick,high-level analysis of conditions that exist in the stream which may currently be impeding flow,such as logs or debris-dams that occur in the systems. From the preliminary capacity analysis,we will identify preliminary monitoring locations to install area-velocity sensors in the pipe systems. These sensors will be able to tell flow rates and capacities in the system as they actually occur. Once we gather preliminary data, we will identify sub-basins where we should add more instrumentation to more fully characterize the system. Once we have that information,we should have sufficient data to build a better model of the receiving system. MODEL / COMPREHENSIVE SYSTEM ANALYSIS At this time,we will have sufficient information to build a hydrologic and hydraulic model to evaluate the system. This will require meeting with the City to obtain the latest datasets for LiDAR/Elevation, landcover, storm and sanitary systems, rainfall data, and impervious area coverage. These datasets will be used to create a discretized, sub-basin scale that can be accurately analyzed using curve number hydrology. We will then load this data into PC-SWMM, a version of the EPA-SWMM5 model with an improved graphical user interface. The next step would be to develop a filling model, which is used to demonstrate the actual capacity of the existing system. Each section can be tested to determine its capacity prior to overflowing, in addition to identifying the limiting sections of the system in whole. The monitoring data from the storm system will continue to be recorded during this time and used to validate and evaluate the model. Then,different design storm capacities would be analyzed,as well as historical time series of data collected during the rainfall logging program. RFP 19-148 Eng.Svcs. For Drainage Study,Storm water System Assessment, and Drainage Improvements 20 Constar tine en These models would be used to determine the level of service that could be provided by different levels of upgrades and detention components placed into different locations in the system. They can also be used to calculate cost levels associated with each incremental level of service improvement generated by asset improvement. An additional step that can be evaluated at this time is a risk analysis of rainfall series variability and its effects on the storm systems resilience to changing rainfall patterns. Our teaming partner, Dewberry, has a Colorado office with personnel dedicated to the analysis of varying rainfall patterns based on probability statistics. In addition, they focus on complex meteorology and heavy rainfall events and their recurrence probabilities. This group can be utilized to evaluate whether a proposed solution would have the proper return if rainfall events differed substantially from current design storm standards. PERMITTING We anticipate having to coordinate with other utilities in the ROW corridor, including but not limited to Atlanta Gas Light,Georgia Power,WOW,Comcast,ATT,and Augusta Utilities during the preliminary design process. We also anticipate obtaining local grading permits, as well as authorization by the local LIA. We also realize that solutions that have impacts along the receiving streams will also coordination with the Savannah District USACE and the EPD office in Atlanta for wetlands,stream bank,and stream buffer impacts. While not an official permitting requirement,and although the neighborhood area is not in the true historic district,it does have many historical attributes including the brick and cobble streets that give the area its character. We anticipate having coordination meetings with the local neighborhood associations to discuss the impacts that will result from the proposed work packages. DEVELOP AND EVALUATE COST OF SOLUTIONS Our project development strategy will revolve around a few established principals. First, any obvious structural problems found during investigation will be placed at the top of the list for immediate repair or replacement.We want to be sure that safety concerns are addressed up-front and as quickly as possible. Second, project recommendations and options will be based on a scoring matrix based on need,impact of an individual improvement,operational improvements of the system, and cost, or any other factors deemed to be important by the entire team. Ultimately, obtaining funding and the timing of that funding will dictate how the projects are phased or sequenced as well. Constantine will utilize RS Means for preliminary cost estimates, then supplement the estimates with information from their construction arm, Constantine Constructors,Inc.Those estimates will then be based on our understanding of regional conditions and current construction market conditions. 2. DETAILED PROJECT UNDERSTANDING FOREST HILLS Forest Hills is a historic neighborhood in the hill area of Augusta,which is characterized by the rolling sandhills between the Piedmont and Coastal Plain geographic regions. The area is one of the older developed areas of Augusta,and parts of the area used to sit outside of City boundaries. The infrastructure in the area was installed to meet the needs of residents at those times,and in several locations the drainage and sanitary piping systems were combined. Additional growth and infill occurred throughout the twentieth century,and particularly after the second world war. While the original system was extended or occasionally upsized, there was no wholesale RFP 19-148 Eng.Svcs. Fm Drainage Stud}; Storm water System Assessment and Drainage Improvements 21 Constantine replacement of pipe in the area. The post-51 Ground Elevation along main Pipe Run in study of the City indicates the original Forest Hills pipeline alignment, sizes, and materials as A,5 i { laid out previously. The whole of the Forest Hills basin drains to Rae's Creek, and 4" continued development of that basin yielded a3, Ora(faate aea ab"Pre y: Approximately 130 acr conditions where the receiving system was , Equivalent to 100 cot undersized for the flows being received. football fields uxiva After the 7"rainfall of Oct 11-12,1990,some C 139 ! Pipe Capacity at this systematic improvements were undertaken t7, point is about 80 cfs. alongthe Main Rae's Creek branch. �j This is approxi telt' c 'U9 3'�5 s �� Additional improvements along the Forest Hills branch will need to ensure that they do 335 not exacerbate flooding conditions along the 415 Rae's branch below. 195 Preliminary analysis of the drainage basin ' 775 { s Stoat w s .._• 1 from previous studies shows that the overall ! ° SW 1r x) 1510 11X10 1500 3000 ,sx, 41001 4444 WOO Distance from Walton Way(ft) drainage area is approximately 160 acres in area, of which approximately 40 are Figure 1 Ground Elevation along Main Pipe Branch calculated impervious based on the City's impervious area layer. The ground elevation along the main pipe run ranges from 455 to approximately 295,and indicates an overall grade of between 3-5%,as shown in Figure 1. Previous model runs on the basin indicate that the current system is only capable of handling design storm flows from a 2-year storm prior to nuisance flooding occurring at select locations along the route,in particular along Bransford Rd. While some survey work has been completed,a more comprehensive analysis will be required to determine how much of the flows can be safely routed through the storm system without causing downstream flooding issues along the open-channel Rae's Creek system. We believe that a comprehensive analysis will include not only identification of remaining pipe diameters and inverts, but also downstream cross-sections, and in-pipe flow-velocity measurements to accurately characterize the system. We have partnered with Dewberry to bring expertise on modeling the Rae's Creek Branch which will receive this downstream flow. We understand that the following studies have been undertaken on this area to date: • Post-51 City Sewer Survey by Patchen/Zimmerman • Post-53 Basin study by Zimmerman,Evans,&Leopold • Jones&Fellers 1966 Storm Survey City of Augusta/ Richmond County • 1971 Field-investigation and Map Consolidation • Survey by AED • Survey by Toole • Field work conducted by AED to determine current operating conditions. • Data analysis of the Bransford Road flooding problems RFP 19-148 Eng.Svcs. For Drainage Study; Storm water System Assessment,and Drainage Improvements 22 Constantine Ensnaring Drainage basins in the Forest Hills area are shown on Figure 2. The red lettering corresponds to the Basin ID in Table 1. Table 1:Impervious Area per Sub-Basin Sub-Basin Impervious Impervious ID Area(acres) Residential(acres) Area(%) 1 2.2 1.0 47.2 2 6.2 2.0 31.7 3 16.3 4.1 --- 25.2 4 2.9 1.2 41.4 5 9.3 1.9 20.9 6 7.0 1.1 15.2 7 5.0 1.1 21.9 8 4.4 1.1 24.9 9 2.5 0.7 28.8 10 3.8 0.5 14.0 11 6.3 1.5 24.5 12 3.3 0.5 16.2 13 4.1 1.7 41.5 14 5.6 1.8 31.5 15 4.2 0.4 9.8 16 3.3 0.2 6.9 17 19.4 4.0 20.8 18 3.3 - 0.6 19.4 19 10.4 5.4 51.8 21 9.9 2.1 21.3 22 5.7 1.0 18.1 23 11.5 2.2 19.4 24 13.4 2.5 19.0 NATIONAL HILLS National Hills was originally the Fruitland Nurseries, and underwent conversion to housing immediately after WWII. The Rock Creek sewer was installed to serve the basin in the early 1950's. The sewer is shallow and was sized for demand flows of the day. The storm system REP 19-148 Eng.Svcs. For Diainage Study,Stormwater System Assessment and Drainage Improvements 23 Con5ta9tine SigIntern 3., S 91T 1, go til 5 fFy •I&( .-, 'am k CMUkTNDSOp rem T. 10,1-7041,M'1.' wit t0 MMI fpN R� 10DE.N1 • # LAI TON 'EN r w tom 1py bg l CN 0, URCB i _ 7. ( i fox SPRING t �t n lr{FR PRlNG PE"CIRREE Nlt us,sf • �fpx B ' 'w it.CRCst u BPANstotp: • PRANst°RO , 1 BRAddr040 4T PYA_.f� Pl1tEW1E 4 M, FEsr (ARE toRlsT -..._... oP•_`` M4 ..MIEN '- 1 LEN SF a1 7 1 .oti Ra COMMIT cCN n. __ :"NErat E } n _ _ Figure 2 Forest Hills Area consists of a mix of ditches,as well as a piped system(or a mix of ditches an pipes depending on location). The lowest receiving part of the system is the Canal, which intercepts rainfall and runoff from a watershed extending into Columbia County, adjacent to Augusta. Thus, the received rainfall from upstream often dictates discharge conditions in the lower portion of the neighborhood and can often result in localized flooding. In addition,the neighborhood contains substantial relief and drainage features may have relatively localized slopes of up to 10%. An image of the National Hills area is shown in Figure 3. The lower portions of the receiving system often consist of open-channel ditches or intermittent streams. The systems are often situated in backyards and are difficult to access. Maintenance on the systems is sporadic due to the location an access issues due to ditches in the area. We have studied the effects of direct inflow into the sanitary receiving system in and around the National Hills area in the Rock Creek sewer. Due to the flashiness of the storm system,along with directly connected downspouts in the upper reaches of the watershed resulted in substantial direct inflow in to the sanitary system,which experienced overflows due to the excessive flows. While several alternatives were evaluated, one of the confounding factors was the depth to saprolite, or even bedrock in the basin. This often resulted in drainage systems which were installed as shallow as possible to prevent excessive rock excavation. REP 19-148 Eng.Svcs. For Drainage Study,Storm water System Assessment and Drainage Improvements 24 Constantine n , �v A t ..rj ' -... \ 4,1�.,. ifj cpm *r.16',4,..1.,, 'woo.. , Rq 4. • 5vgxgrA,°oo f ..._ �ti cAST4� '°f'7 c0°°„, Q : �p�_.- - " 01.0..„,_ Oxon ....,,, . 45� a 2,... A. ! sPpr"a�apsPRi, Sir a - ' ♦ gIVERWATCN +� r'C_( 7vER4AT� o `i t _tr L el vatN,9.1TN si+�l tb t T5 2� 3 P - • 1i os 4} F - , ,,, \rW �r.4'r, Si:, .fn a i F F104E - _ _ S' j , ; i 1 iME`'T p.„.-. r,. r ; RIVE� { OIP plE!_A,^. toast P.wY..`. } tos WN 1 DO r'"'44 OI.M Y• ^5.:.o°pBRENiH°00 r eRA(f, $ t."°°C4• 7 qN i A��y p�,FSx lk a' � J�� Sttt VO�^""� •A pppLC°T .I ~.'Q,_ rOWj SRT . L E �•,� �i. R Ott s1p aW T., FF FfR STN iREEK '.� '! co r S i +•+ t'�5-^`` t APFiC°T.t1 1 .,�. ` L� of 'r� ./ p ACTT i.Asti . cow, , t,'� i�4 - - Qc.•' A� s,. -t L xtpEt,°± i / `'Q,' eus713 ifrJ t ' <E i3 -„,,t.. tr -NNpnL/'!oay? I i ,n,ksNTRf,. .'. , ;r 1 J, .N { i ...+ '`� r.Y J. `st '8 i'r•F r4 1 t $TIwARTJy �iy .. tJ �ES i J n U 144 .�°r, ,,�1ti Ali +' �s .' , ° 4 : tr` Et T:. '.V t, . -I...,.'i _ t.- 0plE°,;. .g .. .•' ;� o 8 A • NE LAUREL r °M r4 A�.�k. r ,�L , 1' ;. f, - t ti , - Ar Figure 3 National Hills Area As part of the preliminary watershed evaluation and inventory work done in 2014-2015,the Rock Creek receiving system was walked. The system exhibits considerable relief,and the creek walls and bed are largely armored by presence of saprolite and dense clays in the bed and walls of the creek. This, and the lack of detention built into the entire system during its development,has resulted in a system that is very flashy. Continued development along the outer boundaries of the basin have resulted in even more water and erosion of the creek bed and walls,which have resulted in deposition in the Warren Lake. While this site is due to be dredged shortly, any improvements in the basin should account for the high volumes of water placed into the system. Any improvement upstream may result in additional erosion and continued deposition in the Lake unless proper controls are taken to account for this increased energy. We will work with the Phinizy Center and Augusta to ensure that the findings from the stream walks are used in the development of alternatives for the system. We understand that the following studies have been undertaken on this area to date: • Nuisance flooding evaluation • Area was included in the first SPLOST • Rock Creek Basin Study RFP 19-148 Eng.Svcs. For Drainage Study,Stormwater System Assessment and Drainage Improvements 25 Constantine Ininunno • Rock Creek Creek-Walk(Figure 4 shows an obstruction discovered during the creek-walk at Rock Creek) • Rock Creek Cross-sections completed by AED APPROACH TO PUBLIC OUTREACH/RELATIONS "� � . t e:t Gallop & Associates will conduct public outreach and ' x "' * 'r,y1 relations for the project. Mr.Gallop has over 25 years of ! }"+ _ _ 04, relevant,professional experience within the community, as well as the political realm. He will be responsible for any public outreach and consulting duties that may arise from the projects. Gallop & Associates operates with te three (3) internal divisions: public relations, business -- development,and community relations. By combining a broad array of talents and skills within a single firm, Gallop & Associates offers its clients a unique ;♦, opportunity to capitalize upon a total package of services,allowing the greatest return of every consulting Figure 4 Stream Obstruction Discovered during Creek dollar expended. Gallop & Associates follows an Walk of Rock Creek extensive and proven process for achieving client objectives. First, following initial meetings, a client-needs assessment is conducted, and benchmarks for success are established.Second,they develop a strategic plan outlining required action for attaining an organization's government affairs objectives. Throughout the process,as many team members as necessary are engaged to meet evolving client requirements. Third,the firm's professionals execute the strategic plan by educating and working with decision makers and providing them with timely, accurate, and credible information, ultimately promoting the client organization's issues effectively and efficiently. In addition, the strategic plan often includes public workshops to deliver information directly to the public, giving them an opportunity ask questions and express opinions with their representatives present. Ever mindful of providing a return on the client's investment,tactics and timing are adjusted along the way to accommodate changes in the community involvement. Finally, the firm provides regular progress reports over the life of each assignment. 3. PROJECT MANAGEMENT APPROACH Constantine recognizes the need for any project assigned to us by Augusta to be completed on time, within budget, and with high-quality deliverables that help the City with a successful project. We will use the following tools and methods to manage the project tasks and complete the scope and project goals: • Workplan - provides clarity of project objectives, communication protocol, staffing, meetings and workshops,tasks and scheduling,budgets,and QA/QC Plan. • Scope Management-The change management process begins during early planning and development of the project plan.A component of the plan is a risk register developed by the project team to assess project risk, mitigation, and probability of occurrence. These early risk items can identify potential project changes and costs.Key to scope management or change management is early identification, quantification and mitigation before the change occurs. RFP 19-148 Eng,Svcs. For Drainage Study,Storm water System Assessment and Drainage Improvements 26 Constantine • Project Status Reporting & Document Management - weekly or monthly reports are submitted to the client indicating status of tasks, project costs to date, current project needs, and projected activities. Our web-based document storage and retrieval system gives clients access to our TCG Cloud for transmitting data and documents. • Schedule Management & Cost Control - the Project Manager is responsible for developing and updating the project schedule and budget with the client,managing the scope of the project,and adjusting staffing hours to stay within the project schedule and budget. Our sister company Constantine Constructors gives us the ability to produce accurate and current competitive opinions of probable cost. • Work Breakdown Structure (WBS)-Constantine uses our WBS to breakout project work activities into multiple independent tasks that can be evaluated and reported to our clients. The roles of the WBS are to partition the major project deliverables into smaller components to improve the accuracy of cost estimates;provide a mechanism for collecting and organizing actual costs;and provide a mechanism for performance measurement and control. • Quality Assurance&Quality Control(QA/QC)-the Project Management Institute(PMI) defines that QA is performed within the execution phase of a project, while QC is administered throughout the entire project lifecycle. Constantine provides QA/QC to every project by utilizing QA/QC Managers as well as Subject Matter Experts (SME) to monitor and improve project tasks. This value-added service from Constantine is unique because we assign Principals and Senior Project Managers to the task,who have qualified experiences and also represent our corporate culture RFP 19 148 Eng,Svcs, For Drainage Study,Stormw3ter System Assessment, and Drainage Improvements 27 F. REFERENCES Constar ine REFERENCES Constantine Engineering Cardno Reedy Creek Improvement District(FL) Georgia Transmission Jason Herrick,PE,Engineering Manager Heather Todd Ahrens,PWS,Environmental 407-824-4759 Jason.d.herrick@disney.com &Regulatory Coordinators Phone:770.2707159 Augusta Utilities Department(GA) Heather.Ahrens@gatrans.com Tom Wiedmeier,PE,Utility Director 706.312.4160 Williams twiedmeier@augustaga.gov Laura Rudolf,Environmental Specialist Phone:713.215.3652 Columbia County Engineering Services (GA) Steven J.Cassell,PE,PTOE,Director Phone: (706)868-3356 scassell@columbiacountyga.gov Augusta Engineering Department Oscar P.Flite III,Ph.D.,Stormwater Services Manager Phone:(706)771-2651 oflite@augustaga.gov Dewberry Gwinnett Co Dept of Water Resources(GA) Mr.Michael Williamson,PE,Section Manager Phone:678.376.7153 michael.williamson@gwinnettcounty.com Georgia EPD Haydn Blaize Phone:404.362.2606 Haydn.Blaize@dnr.ga.gov USACE Mobile District Dean Traewick Phone: 251.690.3254 eubie.d.trawick@usace.army.mil RFP 19-148 Eng. Svcs. For Drainage Study,Stormwater System Assessment,and Drainage Improvements 28 REQUIRED FORMS Conotattine REQUIRED FORMS Attachment B Systematic Alien Verification for Entitlements(SAVE)Program Financial Statement(Confidential) RFP 19-148 Eng.Svcs, For Drainage Studs! Storm water System Assessment and Drainage improvements 29 G h; O R C I A Attachment B You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street,Suite 605 Augusta,Georgia 30901 Name of Proponent: CONSTANTINE ENGINEERING,INC Street Address: 1571 BROAD STREET,SUITE C City,State,Zip Code: AUGUSTA,GA 30904 Phone: 706-664-0664 Fax: 888-215-3836 Email: WBYNE'i:PTCGENG.COM Do You Have A Business License? Yes: X No: Augusta,GA Business License#for your Company(Must Provide): LCB20180000563 and/or Your State/Local Business License#for your Company(Must Provide): CITY OF FT WALTON BEACH,0005079 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: CITY OF FT WALTON BEACH,FL,LIC#0005079 Acknowledgement of Addenda:(#1) :(#2)_(#3)_(#4):(#5) : (#6) :(#7) :(#8) NOTE: CHECK APPROPRIATE BOX(ES)-ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing business with Augusta,Georgia. The undersigned covenants that we have not discriminated,on the basis of age,race,religion,gender, national origin or ethnicity,with regard to prime contracting,subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the proposal or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non- discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption: That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and;That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta,Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract,termination of the contract,suspension and debarment from future contracting opportunities,and withholding and or forfeiture of compensation due and owing on a contract. Non-Collusion of Prime Proponent By submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the proposal have been arrived at independently without collusion, consultation,communications, or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or to any competitor. (c)No attempt has been made,or will be made,by the vendor to induce any other person,partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019©11:00 a.m. Page 6 of 19 Conflict of Interest By submission of a proposal,the responding firm certifies,under penalty of perjury,that to the best of its knowledge and belief: 1.No circumstances exist which cause a Conflict of Interest in performing the services required by this RFQ,and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this RFQ, has any pecuniary interest in the business of the responding firm or his sub-consultant(s)has any interest that would conflict in any manner or degree with the performance related to this RFQ. By submission of a proposal,the vendor certifies under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the proposal have been arrived at independently without collusion,consultation, communications, or agreement,for the purpose of restricting competition,as to 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.GA§13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form.Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta,Georgia Board of Commissioners at the time the subcontractor(s)is retained to perform such service. Georgia Law requires your company to have an E-Verify*User Identification Number(Company I.D.)on or after July 1, 2009. For additional information or to enroll your company,visit the State of Georgia website: httos://e-verify.uscis.gov/enroll/ and/or http://www.dol.state.aa.us/odf/rules/300 10 1.pdf **E-Verify* User Identification Number(Company I.D.) 104087 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. CONSTANTINE ENGINEERING,INC Cpmpany Name /.. rj� - Lk1 BY: Authorized Officer"or ent (Contractor Signature) Sr t Vile. Title of Authorized Officer or Agent of Contractor FRANK W.BYNE,PE Printed Name of Authorized Officer or Agent SUB CRIBED AND SWO'N BEFOREBON THIS THE 21 DAY OF FEBRUARY ,20 19 /% 4,,,�. NOTARY L .m:airis..�esee_. Notary Public QUINTON L. BICKFORD NOTARY PUmUC My Commission Expires: Ae i I \ O2 Columbia County State of Georgic My Comm.Expires Apr.15,2022 You Must Complete and Return the 2 pages of Attachment B with Your Submittal.Document Must Se 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 i Z!, Tom_ -XCE—. G E 0 It G l 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 ENG.SVCS.FOR DRAINAGE STUDY,STORMWATER SYST.ASSESSMENT&DRAINAGE IMPROVEMENTS PROJECT (RFQ Project Number and Project Name] FRANK W.BYNE (Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity( CONSTANTINE ENGINEERING,INC (Print/Type: Name of business,corporation,partnership,or other private entity) 1.) X I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.)18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia. Si ature of Applicant FRANK W BYNE Printed Name *Alien Registration Number for Non-Citizens SUBSCRIB D AND SWORN BEFORE E ON THIS THE 21 DAY OF FEBRUARY ,20 19 , • _ 40111 . - Notary Public QUINTEN L. BICKFORD NOTARY PUBLIC My Commission Expires: Apt � SE � NOTARY AL Columo o CO " nty skit, Georgia My Comm.Expires Apr.15,2022 Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL 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 THIS CERTIFICATE IS TO BE POSTED IN A CONSPICUOUS PLACE IN THE BUSINESS HEREIN DESCRIBED. BUSINESS AUGUSTA 2019 CERTIFICATE tr MAILING ADDRESS INFORMATION CONSTANTINE ENGINEERING, INC. 1988 LEWIS TURNER BLVD UNIT#3 FORT WALTON BEACH,FL 32547 THIS CERTIFICATE EXPIRES 12/31/2019 BUSINESS LICENSE # LCB20180000563 ISSUE DATE: CERTIFICATE ISSUED IN THE NAME OF: CONSTANTINE ENGINEERING,INC. h4 r CLASSIFICATION(S): 54133-ENGINEERING SERVICES(4) BUSINESS TYPE: BUSINESS BUSINESS LOCATION: 1571 Broad St,Augusta,GA 30904 CERTIFICATE HOLDER INFORMATION: JAMES P KIZER,P.E. THIS OCCUPATIONAL.TAX CERTIFICATE IS VALID FOR CALENDAR YEAR ENDING 12/31/2019 AND IS SUBJECT TO RENEWAL BY 1/31/2020.THE PLANNING AND DEVELOPMENT DEPARTMENT SHALL HAVE THE RIGHT TO SUSPEND ANY CERTIFICATE IF THE BUSINESS VIOLATES ANY LAW OR ORDINANCE OF THE UNITED STATES,THE STATE OF GEORGIA,OR AUGUSTA,GEORGIA. Robert H.Sherman III Director • STATE OF GEORGIA Brian P.Kemp,Secretary of State State Board of Engineers and Land Surveyors Engineer Firm License No.PEF005310 Status:Active • Constantine Engineering,Inc. 1988 Lewis Turner Blvd Fort Walton Beach FL 32547 Issued:2/26/2008 Ex a ires:6/30/2020 I '11111111 H Real-time license verification is available at sos.georgia.gov/PLB STATE OF GEORGIA Brian P.Kemp,Secretary of State State Board of Engineers and Land Surveyors Engineer Firm License No.PEF005310-Active Constantine Engineering,Inc. 1988 Lewis Turner Blvd Fort Walton Beach FL 32547 Issued 2126/2008 Expires 6/30/2020 Real-time!menu verification is available ai sos.georgia.gov/PLB Sj O Ts 23 South John Sins Parkway Valparaiso.FL 32580 Constantine Engineering,Inc 1988 Lewis Turner Blvd Fort Walton Beach,FL 32547 2/20/2019 RE: Financial Stability Letter for Proposal To:Whom it May Concern, Please accept this letter as meeting the financial institution financial stability requirement. Constantine Engineering has banked with Synovus Bank since 2007 and has no history of late payments or depository account overdraft instances. The company currently has depository balances in the high six figures and the Bank has established a working capital line of credit for everyday needs or support for projects as required. The bank considers Constantine Engineering,Inc a top client and their financial and operational performance over the past several years has been outstanding according to the Bank's underwriting parameters. Sincerely, Jeff Hooton Synovus Bank SVP,Community Banking FWB:23 S John Sims Pky,Valparaiso, FI 32580 Ph:850-244-2801 Cell:850-585-9141 je_ffhooton@synovuscom Synovus Bank named the#1 Most Reputable Bank in 2017 by Reputation Institute CONFIDENTIAL Constantine Engineering Inc. Balance Sheet Accrual Assets 2018 2017 2016 Current Assets $4,914,902.93 $5,051,527.56 $4,171,277.46 Non-current Assets $71,893.00 $5,654.00 $16,554.00 Total Assets $4,986,795.93 $5,057,181.56 $4,187,831.46 Liabilities Current Liabilities $1,710,981.19 $1,518,474.16 $1,981,917.61 Non-current Liabilities $156,597.82 $306,597.82 $306,597.82 Total Liabilities $1,867,579.01 $1,825,071.98 $2,288,515.43 Equity $3,119,216.92 $3,232,109.58 $1,899,316.03 Total Liabilities and Equity $4,986,795.93 $5,057,181.56 $4,187,831.46 Constantine Engineering Inc. CONFIDENTIAL Profit and Loss Statement Basis:Accrual Pre Review 2018 2017 2016 Services Revenue $9,800,086.87 $10,038,547.18 $8,004,454.56 Unbilled Services (85,807.04) (139,771.58) 140,949.76 Total Income 9,714,279.83 9,898,775.60 8,145,404.32 Direct Costs $4,165,733.46 $4,370,152.81 $3,706,240.18 Gross Margin $5,548,546;37 $5,528,622.79 $4,439,164.14 Expenses Fringe Benefits 1,552,189.46 1,291,332.62 1,128,198.37 Controllable Costs 1,719,485.12 1,395,239.10 1,402,127.35 Facilities Costs 1,336,314.71 1,088,171.97 934,751.81 Other Costs 149,611.01 170,878.44 159,177.77 Total Expenses 4,757,600.30 3,945,622.13 3,624,255.30 Income before other items $790,946.07 $1,583,000.66 $814,908.84 Other Income(Expense) ($621,686.50) 4415,152.66) ($320,633.74) Net Income $169,259.57 $1,167,848.00 $494,275.10 Page 1 of 2 GEORG' 7r. it ,... t,r,1,-- _ _jor_ 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 ENG.SVCS.FOR DRAINAGE STUDY,STORMWATER SYST.ASSESSMENT&DRAINAGE IMPROVEMENTS PROJECT (RFQ Project Number and Project Name) FRANK W.BYNE [PrinNType:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) CONSTANTINE ENGINEERING,INC [Print/Type: Name of business,corporation,partnership,or other private entity) 1.) X I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.)18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia. Of 414 Sig ature of Applicant J FRANK W BYNE Printed Name *Alien Registration Number for Non-Citizens SUBSCRIB D ANDSWORN BEFORE E ON THIS THE 21 DAY OF FEBRUARY ,20 19 .Lr _ 1: .x../ Notary Public Ir-- QUStaINtENraof 1.lsewgioB CKFORD l NOTARY PUBLIC My Commission Expires: A 1"(1 I E o�O „Z NOTARY+AL Columbia County � My Comm.Expires Apr.15,2022 Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL REV.7/12/2015 RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 02 11:00 a.m. Page 8 of 19 '--. 44.--- .-.tAt-1'-14:: G E' O R CIA STATE OF GEORGIA-COUNTY OF RICHMOND BID/RFP/RFQft ( Cl- 1 Ll r 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 Ca...w.®. -1;. s , on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. gi i 112_ it E-Verify•User Identification Number (1,d , ,Z c Company Nome JO- BY: A rized Offi or Agent (Contractor Signature) Vice Prat 4d n Di F,oj trtx we D+v N;ao CR) Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an C E-VerifyUser identification Number on or after July Crc i4 -5 0. /�L ' 1,2009. Printed Nakrie of A orized Officer or Agent For additional information: State of Georgia http://www,dol.state.qa.us/pdf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httas://e-verfir.uscis.gov/enrolV 2-1 DAY OF 110)4 , —,201°) tiof COMA BARNES My Commission +, '. ' mycailemoN/FFtleeon .•. - ,. NOTARY SEAL .,:ttc eondedltru WAVY Iuoeavnoe-n'-- . .1110111. Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5) days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid Rem 819.118 Eng.Svc.For Drainage Study,Stormwabr System Assessment and Drainage improvement Projects Page 2 of 3 --Xe- C -4-- f-41.--5 — G ir- OR GI A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, C. D S .-- certify that this bid or proposal is made without prior, understanding,/agreement r connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A.Section 36-91-21 (d)and (e), C.,.,,i.-.P . 2„ ., _ has not, by itself or with others, directly or indirectly, prevente?or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of_ C ..l„o Tom, _ is bona fide, and that no one has gone to any supplier and attempted to get such persorf 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. iD4d Signet Autho Company Representative sVice Pre ienJ ��iWiruvivreAArs;• ivWO_ Title Sworn to and subscribed before me this 2.-i?day of .J(a. , __ ....,20� Nota Signature Notary Public:` ` ' J”?I(L /---; J Y.tLCS ___(Print Name) County: z I'){' eftlIMBPANIMI Commission Expires: .0*.0"3frs NOTARY SEAL y aF. +z,,' �i n l6y. XIUM29,MO 49 wy PIel .,. Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the "Letterof Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 i Sid Item#19-148 Eng.Svc.For Drainage Study,Stormwater System Assessment and Drainage tngrrovemmt Projects Page 3of3 ,„,,, _ 7,-- / 4c , 44E_ i 4,,. G E' O R C I A STATE OF GEORGIA-COUNTY OF RICHMOND BID!RFPIRFQ#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 C o v_472j ieE eR9rptiVicUtrbehalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. 832121 E-Verify'User Identification Number CSL Services, Inc. Company Name BY: Aut onzedscar or Aaent (Contractor Signature) Vice President Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify'User Identification Number on or after July William H.Dawson 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia : SUBSCRIBED AND SWORN BEFORE ME ON THIS THE f aps,ri .,, , ,, % c=i .2 Vierrolli PA S DAYOF L) ,201 9 y Notary Public = : I 1 y • ri w•• My Commission Expires: • �y1a�,._ 2i. � NOTARY SEAL gtool. P��`• P ii �!•' .• kmay► Note: I ice successful vendor will submit the above forms to the Procurement Departmi t ater than live(5) days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rn,.7/22/2011 Bid Item 819.118 Eng.Svc.For Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Pane 2 of 3 G F-u () R. C t A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, William H.Dawsoncertify that this bid or proposal is made without prior, understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A.Section 36-91-21 (d)and (e), CSL Services,Inc. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of CSL Services, Inc. is bona fide, and that no one has gone-to.any supplier and attempted to get such person or company to furnish the materials to the bidder only,or if furnished to any other bidder, that the material shall be at a higher price. Sig re of A orized Company Representative Vice President Title Sworn to and subscribed before me this VIA day of , 20 19 N \oCom- 1 QSZ�� v..__...,. p111i1N1//N�r tary Signature ,1�� 0 E MY rig Notary Public: �{.Il,I�I L4'. t t 1 "`�_(Print Name) _ �•t County: S. ��.� i • :: Commission Expires: 7rcA0 22.i 2O2?>NOTARY SEAL 4�9 �p.``��.�� tal1N11U1%%%%% Note: The successful vendor will submit the above forms to the Procurement Department no later than five (5)days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid Rem 519.148 Eng.Svc.For Drainage Study,Stormwater System Assessment and Drainage improvement Projects Page 3 of 3 t.�_ GEORGIA STATE OF GEORGIA-COUNTY OF RICHMOND BIDIRFP/RFQK Iq' I g 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 C411op sgstociafes Geal4y 6rovon behalf of Augusta Richmond County Board of Commissioners has registered with and l's participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 2(01 $149 E-Verify*User Identification Number altop 1:A�ssouaes Comswl{,vi Gn fCN /i !! !'� - : Authori - . Officer or 4! t (Contractor Signatu C G 0 Title of Authorized Officer or Agent of Contractor _ Georgia Law requires your company to have an W1 L be-11L• E�oerrlffy'User identification Number on or after July Printed Name of Authorized Officer or Agent For additional information: State of Georgia httQJ/wwwdastatem.us/pdfiruies/300 10 1201 SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httas://e-ver f .uscis.vov/enroll/ � ' DAY OF ' ' _,20 9 Sherri S Coy •.r. • ' - NOTARY PUBLIC NialP ry -- Richmond County, GEORGIA Comm- ion I 2111110 121 4yo E4gfixpires 121 I�i12-I Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). REV 7/2712011 Bid Rem S19448 Eng.Svc.For Drainage Ludy,Slams*System Assesamset and Drainage Improvement Protects Page 2of3 i---- lit(„4„e__, ,,,..„cit___dr , fri'.1r-77- GS# O R G f A In accordance with the Laws of Georgia,the following affidavit Is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR i, Wit1- L. Gq,l lop,kTr certify that this bid or proposal is made without prior, understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result to fines,prison sentences and civiI damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further statesat pursuant to O.C.G .Section 36-91-21 (d)and(e), GaHryn t;i SSoc,1Consul O.C.G.A. f- C has not, by itself or with others, directly or indirectly, prevented or attempted toi preverit competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. )11 Affiant further states that the said offer of C viSfAIt1* C ine° pljs bona fide, and that no one has ..ne to any supplier and attempted to get such person or co pany tb'furnish the materials to the bidder only if furnished to any other bidder, that the material shall be at a higher price. it / 4 SI• , re of • 1 :` Company Representative {C e0 Title S .• bscribed before me this `1dav of Q �,20 19 4011.111:► -- Amts.. i M.. Notary .: _tu Sherri SCoy Notary Public: f_VQXr i �s_ _(Print Name) NOTARY PUBLIC County �I ►rintm/5Y►d Richmond County, GEORGIA Commission Expires: 1211q k ZI NOTARY SEAL My Comm. Expires (21 ICI Zi Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the `Letter of Recommendation" (Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid item fil9.14B Eno.Svc.For Malmo Study,SbrmwNer System Assessment and Drainage improvement Projects Page 3 of 3 G E' p R G I A STATE OF GEORGIA-COUNTY OF RICHMOND BID!RFP!RFQ# 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 Constantine Engineering, Inc. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. 104636 E-Verify* User Identification Number Dewberry Engineers Inc. Comp ny Name BY: Authorized Offieg•rAgent (Contractor Si.•. ure) Associate Vice President Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E Verify*User Identification Number on or after July 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http://www.dol.state.ga.us/pdf/rules/300 10 1 pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https//e-verifv.uscis qov/enroll/ . DAY OF 20 I r •:�` ' D �•OeY, I J ••CP �,misao �' Notary Public t - :- • :O PUBLIC 0,• ,.'. My Commiss on Expires: VS, `q *ti • Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5) days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). REV.7/22/2011 Bid Item 019.148 Eng.Svc.For Drainage Study.Stormwater System Assessment and Drainage Improvement Projects Page 2 of 3 1 ' 1 1,..._--- G E."—ORO IA In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Sam Fleming certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d)and (e), DewberryEngineers Inc. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of Dewberry Engineers Inc. is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or' furnished to any other bidder,that the material shall be at a higher price. 7" av-._ 71>- Signature of Authorized G4 pany Representative Associate Vice President Title Sworn to and subscribed before me thi 2 I day of -)64.0kAA. ,201 63 __S:it2LoAc. )e,)cii/L „ , _ Notary Signature •,'`irrrr,,I' r— p OG •. Notary Public: Er l t G05 lel 5 —(Print Nat1•C;,;�;iislo1/..e.' (� (9 -` U:V OTA t3:NN County: GJY1 : :� :-•.:Y ": C Puauc p ZO I NOT Iklat pia'Cir Commission Expires: ... �. f7t5-� '��� I••,aCOUNTY`G„t t% Note: The successful vendor will submit the above forms to the Procurement Department no later than five (5) days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid Item 019-14B Eng.Svc.For Drainage Study,Stonnwater System Assessment and Drainage Improvement Projects Page 3 of 3 O W- 0 RCIA STATE OF GEORGIA-COUNTY OF RICHMOND BIDIRFP/RFQ# /9 -14 $ 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 thepslcal performance of services under a contract with CciYszkiircieM 13tb ee,be` aa1rbf Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. Po. - E-Verify*fi ser Identifi ion Num•:'r f r CoirName R �'� AI\a.N 1►• bg-N��il5 T) �.�..c. • f/ Authorized Officer or Agent (Contractor Signature) 0A:f — O Title of Authorize Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify'User Identification Number on or after July 4E.. 1:1 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http://www.dol,state.ga.us/pdf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https://e-verify.uscis.gov/enroll/ DAY OF !/ s. � :Lt ,20.62_ R�' Q+�TO�SO�L c --- .i ,,,r"' Nota ub '411w �� KO*RY _.. My Commission Ex?ires: aE PUBLIC _ ? AR iAL° (9 ND CO0may �` Note: The successful vendor will submit the above forms to the ent 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). RIX 7/22/2011 Bid Item#19.145 Eng.Svc.For Drainage Study,Stonnwater System Assessment and Drainage improvement Projects Page 2 of 3 ,...__ 4. ...... _ G E" O R 0 1 A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, it"%m_ '• L 0.-N.)--z_30 ill certify that this bid or proposal is made without prior, understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding Is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A.Section 36-91-21 d and (e), -110V'ZM----'t'a.ac c . <14..;.--v...14.= W a o s...: i.;e by itself or with others, directly or indirectly, prevented or atte hpted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever,nor has Affiant caused or induced another to withdraw a bid or offer for,the work. / eeviywyfes':%N6.. Affiant further,states that. e sai4'' r of Tc.L.1 G 1►a t�W..>z i az, 4.M. J e-__.e-__. is bona fide, and that no one has gone to any suppl and at ted to get such person or coripany to furnish the materials to the bidder only,or' r mashed to ny oth 'li der,that the material shall be at a higher price. f >G`_-_-- Signature sof Authorized Company Representative Ow1aEZ16�- 52 is.-ria tr. Title Sworn to and subscribed •- .ria .:i'iIli 1 day of i re., 2! , 20 Iy Notary S re /� —-- PQp►M TOL Notary Public: �-i-r2,,,,,c 7o /f)rL !(Print Name) NOTARY County: Z,2/e-lu c B PUl3LtC 11 EXP.06.27-2020 Q Commission Expires: i 77��..Z ���a.— NOTARY SEAL ns, No C0 Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid Item 819-148 Eng.Sc.For Drainage Study,Stormwater System Assessment and Drainage improvement Projects Page 3 of 3 G B"" OR Ci IA G., STATE OF GEORGIA-COUNTY OF RICHMOND BIDIRFP/RFQ0 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 The Constantine Group on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603], in accordance with the applicability provisions and deadlines established in O. C. G.A 13-10-91. 110645 E-Verify•User Identification Number Wolverton & Associates, Inc. Company Name BY: Authori i r or t (Contra r Signature) Chief Operating OfficerNice Pres'. nt Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify'User identification Number on or after July Joseph R.Macrina, P.E. 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia httofAtvwrw.dol.state.aa.us/adflrules(300 10 1.odf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httas://e-verfir.uscis.nov/enrol n lltlr at c DAY OF lR.1 .20 19 ��� w C4 b.) . /�/� +`.t v fest ssralr +q ` I� ' .tib Notary ublic a tot �TARr My Com lssign Expires: AL/80° s O 1i/ I I a02.. NOTARY SEAL •,y Eafre 10 1101‘‘ Note: The successful vendor will submit the above forms to the Procurement Depantno later than five(5) days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). REV.7/22/2011 aid item 019.141 Eng.Svc.For Damage Study,Stammer'.System Assessment and Drainage Improvement Projects Page Iofa 4.../T • .-1 - G E' O R G I A In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Joseph R. Macrina,RE. certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A.Section 36-91-21 (d)and(e), Wolverton&Associates,Inc. has not, by itself or with others, directly or Indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever.Affiant further states that(s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of professional services is bona fide, and that no one has 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• • : •dder, that the material shall be at a higher price. A Signature of Auth ized mpa - :presentative Chief Operating OfficerNice Pres.,ent Title Sworn to • subscribed befo me this a �" day of 40/.i I , 20 I4 of •a, 13 • Nota S ,nature r rl,, L f. / r CADs • G.., ... aSStO% �._••'e ':* Notary Public: L.+5a W. l 4 10-44., (Print Name) i 44% 4 S 2�I4 ARy hA �1 County: -a A. int'tC.� ~ • x �,�I� ;, '0ugoo Asem 0Z, Commission Expires: . F '��' �� �._1_ c21�� NGTARY SEAL f ,...,e«A.;"' ,0i`,.. .►.►f COUP 1O�� Note: The successful vendor will submit the above forms to the Procurement Department no later than five(5)days after receiving the "Letter of Recommendation"(Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid Mem#19.118 Eng.Svc.For Dmbuge Study,Slornwrater System Assessment and Drainage improvement Projects Pap 3 of 3 EVenly CompanylD Number: 104087 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (OHS) and the Constantine Engineering(Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. 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). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification"and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 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 about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 104087 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures,with two exceptions: a. 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 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. OHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s)to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA (1) List B identity documents must have photos, as described in paragraph 6 above; (2)When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A)of the Immigration and Nationality Act(INA)with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between$550 and$1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verify Company ID Number: 104087 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employers attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article 11.13 of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further,when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge(as defined in 8 C.F.R. §274a.1(l))that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 =I E-VeriFy Company ID Number: 104087 Atir. (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions,withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218(customer service)or 1-888-897-7781(Worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it(such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verifv@dhs.aov. Please use"Privacy Incident— Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information 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)). 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. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 104087 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public document that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS(see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, product, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any"employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 erI y Company ID Number: 104087 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract,whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN)and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 104087 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by 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). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Ver i Company ID Number: 104087 b. Photo verification checks(when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. 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 with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. 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), CMI Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process,for evaluation of E-Verify, 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 INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification(including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides 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. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/03/13 erSi y Company ID Number: 104087 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly � Company ID Number: 104087 employee to contact DHS through its toll-free hotline (as found on the referral letter)within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. 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. 9. While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by OHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures,will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 104087 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, OHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or OHS 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 E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and OHS responsibilities under this MOU may be performed by contractor(s), and SSA and OHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. 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. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. 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. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and OHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Company ID Number: 104087 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees,or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G.The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant,you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-VeriIy Company ID Number: 104087 Approved by: Employer Constantine Engineering 'Name (Please Type or Print) Title James P Kizer Signature Date Electronically Signed 03/01/2008 Department of Homeland Security—Verification Division Name(Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 03/01/2008 Page 13 of 17 E-Verlfy MOU for Employers I Revision Date 06/01/13 E-VeriIy______ 141 Company ID Number: 104087 Information Required for the E-Verify Program information relating to your Company: Constantine Engineering Company Name 1988 Lewis Turner Boulevard Fort Walton Beach,FL 32547 Company Facility Address 'Company Alternate Address County or Parish OKALOOSA Employer Identification Number 261308592 orth American Industry 541 lassification Systems Code "Parent Company Number of Employees 20 to 99 Number of Sites Verified for 10 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number: 104087 Are you verifying for more than 1 site?If yes, please provide the number of sites verified for in each State: ALABAMA 3 sites) FLORIDA 3 site(s) GEORGIA 2 site(s) SOUTH CAROLINA 2 sIte(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 08/01/13 w, E-Ver. Fy Company ID Number: 104087 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Joseph R Moore Phone Number (850)244-5800 ext.7622 Fax Number (850)862-5808 Email Address rmoore@tcgeng.com Name James P Kizer Phone Number (850)244-5800 Fax Number (850)862-5808 Email Address jkizer@tcgeng.com Page 16 of 17 E-Verify MOU for Employers Revision Date 06/01/13 Evenly Company ID Number: 104087 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 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 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 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 I1 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 ATTACHMENT D 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 I1 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 CSAI, a [state of incorporation] corporation, dated [insert effective date of Agreement, not this Work Authorization], this Work Authorization describes the services, schedule, and payment conditions for services to be provided by [insert full name of proper Consultant entity performing the services) ("Consultant") on the Project known as: Client Authorized Representative Address: Telephone No.: Consultant Authorized Representative Address: Telephone No.: SERVICES.The Services shall be described in Attachment to this Work Authorization. [Be sure attachment identifies proper Consultant entity to perform the services]. SCHEDULE. The Estimated Schedule shall be set forth in Attachment to this Work Authorization. Because of the uncertainties inherent in the services, schedules are estimated and are subject to revision unless otherwise specifically described herein. Attach D 13 AED—Consultant Engineering Services Agreement AUGUSTA,GA ENGINEERING DEPARTMENT TELFAIR STREET IMPROVEMENT PROJECT TIA PROJECT#RC07-000148/ Pl#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