Loading...
HomeMy WebLinkAboutCONSULTANT SERVICES AGREEMENT FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT AND DRAINAGE IMPROVEMENTS TO ALFRED BENESH I •"i *V '.-: - ' c' ' . ' , - - - - ' ''- ' - '' l' '-- '' .. *:-...O'r',-- i.-1.:'.,-,:-'!,,ii!ljA _` . - . ... . ., .CVLTNT i$j: V �A. RE ME T ENGINEERING SERVICES FOR DRAINAGESTUD `', STORM ATER SYSTEM ASSESSMENT, AND DRAINAGE IMPROVEMENT PROJECTS PROJECT NU:_hi BE R PLIC:Hameed Malik,Ph.O.,PE,Director 1. o- -7e1.4.# .10° P{: 1 cy 1t (i 1 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& DOCUMENTS.. 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 REQ 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 procbidandcontractPaugustaga.gov to the office of the Procurement Department by Wednesday, February 6, 2019, @ 5:00 P.M. No RFQ will be accepted by fax,all must be received by mail or hand delivered. No RFQ may be withdrawn for a period of sixty(60)days after qualifications have been opened, pending the execution of contract with the successful vendor. Request for qualifications(RFQ)and specifications. An RFQ shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for qualification including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta,Georgia Commission. Please mark RFQ number on the outside of the envelope. Proponents are cautioned that acquisition of RFQ documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFQ documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail,fax or email as follows: Augusta Procurement Department Attn:Geri A.Sams,Director of Procurement 535 Telfair Street,Room 605 Augusta,GA 30901 Fax: 706-821-2811 or Email:procbidandcontract@augustaga.gov GERI A.SAMS,Procurement Director Publish: Augusta Chronicle January 10,17,24,31,2019 Metro Courier January 10,2019 cc: Jarvis Sims Deputy Administrator Hameed Malik Engineering Department Clarification One RFO 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 0 11:00 a.m. Page 3 of 22 Revised: 8/11/2016 Clarification One RFC)19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 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 [7epartment. 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. One RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improveament 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 REQ, but can be enhanced where it can be shown that doing so benefits the project. 4. Proposed timeline and deliverables schedule, with interim dates or deliverables, demonstrating an understanding of any federal, state, and local reviews required. The timeline shall commence as shown in the Submission Schedule and Key Dates. C. Team Qualifications The Team Qualifications section should elaborate on the general information presented in the introduction to establish the credentials and experience of the prime consultant and its team to undertake this type of project. The following must be included: 1. Team Organization Chart showing all firms, contractual relationship between firms, and names of specific staff proposed for this project,including their titles. RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 16 of 22 2. Identify a minimum of five similar projects the firm, acting as prime contractor, has conducted which demonstrate its ability to conduct and manage the project. Examples should have been completed within the past seven years. Provide a synopsis of each project and include the name of the project, project location,client name, date completed, amount of the firm's contract,and contact person. 3. If sub-consultants are involved, provide corresponding information describing their qualifications as requested in paragraph two above. All sub-consultants shall also show a minimum of three similar projects completed in the past seven years. D. Team Experience The Team Experience section must provide the professional credentials and experience of the persons assigned to the project. Although standard resumes may be included, identify pertinent team experience to be applied to this project. Specifically, the City is interested in the experience, expertise, and total quality of the consultant's proposed team. If principals of the firm will not be actively involved in the project, do not list them. The submittal shall clearly indicate the Project Manager,and other key team members,and their qualifications. The following must be included: 1. Complete description of team organization including identification of the Project Manager, key personnel,office location, and roles and responsibilities of all sub-consultants. 2. Responsibilities to be fulfilled by each team member assigned to the Project.The description of responsibilities shall include an estimated percentage of the total project that is to be completed by each individual team member. 3. Ability of all sub-consultants to provide and maintain a local presence during the course of the Project.At a minimum, the Project Manager shall demonstrate availability for numerous coordination meetings that will take place in Augusta. 4. Current workload and firm/team capacity. E. Technical Approach The Technical Approach section must provide information on the consultant's understanding an approach to accomplishing the Project.The following must be included: 1. Project approach 2. Understanding of the area where the project is located 3. Approach to public outreach and public relations 4. Process for evaluation of alternatives, identifying permits and permit agencies, site and environmental analysis, if applicable 5. Knowledge and specific experience in drainage studies. 6. Management tools,techniques,and procedures used to maintain project schedules RFQ 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 17 of 22 7. Approach to project schedule. F. References The consultant must provide a minimum of three references which the City may contact regarding qualifications and past performance. All three references must be familiar with projects for which members of the submittal team have participated, including the designated Project Manager. Sub- consultants shall provide a minimum of two references. 1. Name of Organization and Contact 2. Title of Contact 3. Address(delivery and email) 4. Telephone Numbers SUBMISSION REQUIREMENTS Qualified contractors interested in providing the services described herein are invited to submit a complete SOQ for consideration. The 50Q 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 ,---N.-.:______—. liiele..;_-,__Ar____ --g...ge„,---5---- _---icir_ (; 7IGI A CONSULTANT SERVICES AGREEMENT between AUGUSTA, GA ENGINEERING DEPARTMENT and Alfred Benesch & Company for ENGINEERING SERVICES FOR DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT & 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 "ALFRED BENESCH & COMPANY", 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 & DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to provide the services contained herein and the CITY has relied upon such representation. NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULTANT that the CONSULTANT shall provide the DESIGN SERVICES of the Project. DESIGN CRITERIA DESIGN & DOCUMENT DEVELOPMENT-The following publication shall be used as the basis for the engineering design and professional services contained herein; Georgia Department of Transportation Standard Manuals and Specifications for the Construction of Road and Bridges, current editions, and supplements thereto; American Association of State Highway and Transportation Officials (AASHTO) Manuals for Arterial Streets, Rural, Urban, and Interstate Highways, Manual on Uniform Traffic Control Design (MUTCD), Augusta Development Documents, the Augusta Utilities Design Standards and Construction Specifications, State and Federal guidance documents, Industry current standards for similar services. The Consultant shall gather from the City all available data and information pertinent to the performance of the services for the Project. The City shall have the final decision as to what data and information is pertinent. The Consultant shall ensure that the data and information meet applicable standards as specified herein. The Consultant shall report in writing any discovery of errors or omissions contained in the data and information furnished by the City. The Consultant shall visit and become familiar with project area and shall become acquainted with local conditions involved in carrying out this agreement. The Consultant may request that a representative of the City be present during the site visit. The Consultant shall recommend and secure the City's written approval of, the manner of project plans and documents preparation and presentation and the methods to be used in the plans/documents preparation so that these plans/documents can be utilized as determined by the Consultant and approved by the City, in the orderly preparation of the detailed construction contract plans, specifications, and contracts. Upon receipt of the City's written approval of the manner of the project plans and documents preparation & presentation, The Consultant shall proceed with implementation of plans/documents preparation. Agreement 12 Drainage Study,Stormwater System Assessment&Drainage Improvement Projects DELIVERABLE - The tracings, data and all other documents prepared under this agreement shall then be submitted to the AED, whose property they shall remain, without limitation as to their future use. All tracing cloth, Mylar paper, and other materials required for the preparation of the plans, supplemental specifications, special provisions and computation shall be furnished by the Consultant. The Consultant shall submit to the AED, editable electronic copy of all computer files (ACAD, Microsoft version, or other software used in creating data, data file, technical documents, etc.) depicting graphics, database, documentation, details and design for the implementation of stormwater utility, drainage improvements, and road design data, created as a result of this agreement. The Consultant shall include appropriate level schedules, documentation, and assistance to the AED to read, interpret, and effectively utilize the computer files. The Consultant may be required to provide project drawings and files at any time as requested by the AED. The drawings and files (hard or electronic) requested by the AED shall be within the Scope of Work as defined herein. Graphics files shall be provided in AutoCAD, DXF, or Intergraph (IGDS) format. If the project includes AUD work, the Consultant shall provide drawings in accordance with the utilities chapter of the AED Plan Preparation Guidelines. Agreement 13 Drainage Study,Stormwater System Assessment&Drainage Improvement Projects AMOUNT OF AGREEMENT It is agreed that the compensation hereinafter specified to perform the required by this Agreement includes both direct and indirect costs chargeable to the project. For work to be authorized, Notice to proceed for each phase or combination of phases will be issued upon completion of a Work Authorization Form. (See attachment D) Agreement amount may vary, depending on each project's Scope of Services, availability of funds. Scope of services and associated fee will be negotiated for each task order and NTP will be issued for various phases depending on the size of drainage area of the designated area and construction funding allocation. Agreement 14 Drainage Study,Stormwater System Assessment&Drainage Improvement Projects IN WITNESS WHEREOF, the parties hereto have executed this Agreement In three (3) counterparts, each of which shall be deemed an original, in the year and day first mentioned above. AUGUSTA,GEORGIA COMMISSION-COUNCIL By: SEAL .Airw""~ # litl \ 1{ %) Mayor Hard" % vis,Jr. , ' ,�w,,,.. °'^. r+ / 1 // .0 ""+,, t. too ., Attest - 1t. fF - /C . # e. �� X00 Secretary � Ilk �. g A Pfd/ EEOROmoi t;,44 ,1/ t w►�►�.�0+ Witness S`s c�@ �0 4+H ALFRE► BE H&COMPAN {� ,,�.�>.,,� °°r i - 0 . yam Ski t C F. By: SEAL o ' (Name&Title) Willis .Toole, PE Vice resident/GA Division Manager 14 4" °.,. Attest ,fdl En am and , Senior Proi-ct Manger Address: 1005 Broad Street,Suite 200,Augusta,GA 30901 l 1 Secretary FAIT,-, " N. ttness der lgreecmenL j5 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 AUGUSTA RICHMOND COUNTY Engineering Services for Drainage Study, Stormwater Assessment and Drainage Improvement Projects REQ 19-148 February 21, 2019 G "0 itGIA 0 to, _ ALFRED BENESCH &COMPANY Rick bole, PE,ACCP Vice President 1005 Broad Street,Suite 200 Augusta,GA 30901 706-722-4114 be n esch rtoole@benesch.com �•�" L= -d2 C; (s 0 It G I A Attachment B You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta,Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street,Suite 605 Augusta,Georgia 30901 Alfred Benesch&Company Name of Proponent: Street Address: 1005 Broad Street,Suite 200 City,State,Zip Code: Augusta,GA 30901 Phone: 706-722-4114 Fax: 706-722-6219 Email; Boole@benesch.com Do You Have A Business License? Yes: X No: Augusta,GA Business License#for your Company(Must Provide): LCB20180002349 and/or Your State/Local Business License#for your Company(Must Provide): GA#PEF001191 Utility Contractors License#(Must Provide if applicable): MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License#(Must Provide if applicable): n/a Additional Specialty License#(Must Provide if applicable): n/a 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 slate above (Procurement will verify), your company will be required to obtain a Richmond County business license if awarded a RFQ. For further information regarding Augusta,GA license requirements,please contact the License and Inspection Department @ 706 312-5050. List the State,City&County that issued your license: Georgia,Augusta,Richmond Acknowledgement of Addenda:(#1)X:(#2):(#3)_(#4) :(#5) : (#6) :(#7) :(#8) NOTE: CHECK APPROPRIATE BOXES)-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 at 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 nondiscrimination as made and set forth herein shat 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 breath 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 Slate of Georgia Attorney General and the United Slates 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 penally 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 1988 CIRCA),P.L. 99-603),in accordance with the applicability provisions and deadlines established in 0.C.G.A§13-10.91. The undersigned further agrees that,should it employ or contract with any subcontractor(s)in connection with the physical performance of services pursuant to this contract with Augusta,Georgia Board of Commissioners, contractor will secure from such subcontractor(s)similar verification of compliance with 0.C.G.A§13-10-91 on the Subcontractor Affidavit provided in Rule 300.10-01-.08 or a substantially simllar 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 1.0.)on or after July 1, 2009. For additional information or to enroll your company,visit the State of Georgia website: https://e-verify,uscis.eov/enrol& and/or http'//www.dol.state.pa,usfodrfruies/300 10 Lodi **E-Verify*User Identification Number(Company I.D.) 307873 I 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 arty 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. Alfred B esch&Cori)pan __ e ,_c___________ Name 7,,7//// BY: Authorized 0 ' er or Agent (Contractor ignature) Vice President, Georgia Division Manager Title of Authorized Officer or Agent of Contractor William R. Toole Printed Name of Authorized Officer or Agent ',`\\\\��µiA ilsc/./4 6. N Pet) Q)�:.'\5Sio�••c1/2....,,,;., SUBSCRIBED��)AN�(D SWORN BEFORE ME ON THIS THE I DAY OF ,br (c�` 7AR yy(11('' L �r 1 f 40414-f—' _ w N1TY•StM1L Nota ublic _ OUBLtG m: 4 0 1,'Q My Commission Expires: 1. 13• a0 e1 �y��G ..-13-2.0.r/�4O..� You Must Complete and Return the 2 pages of Attachment B with Your Submittal runcument Must Be 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 ---• -- -1-4-- . .---t-t---j---Ze-Cit- C E 0 It C I A You Must Complete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements(SAVE)Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate,Alcohol License,Taxi Permit,Contract or other public benefit as reference in O.C.G.A.Section 50-364,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 Assessment, Drainage Improvements [RFQ Project Number and Project Name] William R. Toole (Print/Type:Name of natural person applying on behalf of Individual,business,corporation,partnership,or other private entity] Alfred Benesch&Company [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 representa n in an affidavit shall be guilty of a violation of Code Section 26-20-20 of t e Clffi i Code ofi eor a,7 ignature of Applic t William R. Toole Printed Name *Alien Registration Number for Non-Citizens \\1lnuuull,,rr� SUBSCRIBED ANDSWORNSWOR fN BEFORE ME ON, THIS THE 1941DAY 0 . A rr� 1+ cc�taJuV/(.SL-r 4.b....' issloo . No4. Public ta `Fi w::}o 007ARY O V3 E. c,..a pUBo a:a= My Commission Expires: I I. 13.AD oat ;O ,NOTARY�SEA1$ -; G,1..,7:13,201;.•40 s• Note: THIS FORM MUST BE COMPLETED AND RETURNED wan YOUR SI181 'Willi � N'n'G0\��` REV.7/12/2015 /1711 1111111\\\\ RFO 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 8 of 19 Alfred Benesch&Company 4 bene$c h 1005 Broad Street,Suite 200 Augusta,GA 30901 www.benesch.com P 706-722-4114 r 706-722-6219 February 21,2019 Procurement Department 535 Telfair St. Suite 605 Augusta,GA 30901 RE: RFQ 19-148—Engineering Services for Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Dear Selection Committee: As long-standing members of this community and supporters of growing downtown,Alfred Benesch&Company (Benesch) is thrilled with the opportunity to present you with this qualifications package.We bring intimate knowledge of Richmond County and a proven track record in drainage studies and stormwater assessment.We are excited for the opportunity to work alongside your staff once again. In addition,our team brings you the following benefits: 4 On-Call Drainage Experts:We've assembled a team of drainage experts who are well-versed in any challenge that this project may encounter.We bring you the same team who has successfully delivered drainage projects for not only Richmond County,but surrounding municipalities such as Augusta,North Augusta, Aiken,Columbia County and Athens,to name a few.From permitting and stormwater assessment to public involvement and agency coordination,we know how to efficiently complete all tasks that may be involved on this contract.With a long track record of success on similar projects,we can hit the ground running on any drainage assignment. a Proven Project Manager:Proposed Project Manager,Erik Hammarlund,PE,is a go-to resource for alinvestigating local drainage issues and developing economical solutions in Augusta. He has served in this same role for Benesch's local on-call drainage assignments,bringing the ability to allocate the necessary resources to get your project completed on time and within budget. Erik has served your community for over 26 years—he knows your staff and what it takes to efficiently complete a project to your standards. His close proximity ensures fast response time to any need or project as part of this on-call contract. CI) long Standing Success with Community Projects:From our award-winning work with the Augusta Canal Trail to working extensively with our local Augusta University,we've proven our dedication to delivering projects that enhance and positively impact the region.As locals,we understand what's important to the community and we are committed to keeping those needs a top priority. The enclosed information details additional qualifications of our team.Thank you for your consideration for this transformative project for the City.We look forward to working alongside your staff once again. Sincerely, a,,,, r 7;:e._____ Rick Toole,PE,AICP Vice President Georgia Division Manager B. COMPANY QUALIFICATION Project Understanding Approach to Scope of Work Alfred Benesch&Company(Benesch)understands that Our approach to addressing scope elements can be Augusta-Richmond County seeks to retain a professional found in Section D,Technical Approach. engineering consultant to assist in upgrading the stormwater infrastructure system throughout the County. Timeline and Deliverables Schedule The contract will aim to mitigate the existing localized Due to the on-call nature of this contract, Benesch will flooding through a variety of drainage improvement prepare a schedule for each task as they are awarded by projects.Through this Task Order contract,Benesch Augusta Richmond County. will be responsible for delivering all required services to analyze and document existing flooding problems and provide potential solutions to address drainage Why Choose Benesch? problems. Benesch brings you the right combination Summary of Team Organization 4:1111' Benesch proven staff with local experience and Benesch has assembled a team to meet the specialized expertise in addressing the drainage needs of any task order on this contract.Shown below is i, challenges that may be faced.We bring a summary of firm information and nationwide resources • the resources,availability and coordination available to support our local team.Please see Section Cc), experience necessary to complete your task for our organization chart and team resumes. ' orders on time and within budget. Full Name and Address of Organization Alfred Benesch&Company Firm Resources Corporate Headquarters 35 W Wacker Drive,Suite 3300 600+employees 34 offices 16 states 1 team Chicago,IL 60601 P. (312)565-0450 O 2 Georgia Locations r (312)565-2497 Augusta 16 Local Professionals ims Atlanta Branch Offices to Provide the Services Benesch will perform 100%of our work from our local Q Augusta office: 9 9V V 9 99 l 9 Benesch Augusta Office • ,'.�'�,9i ` 1005 Broad Street,Suite 200 Augsuta,GA 30901 ,% i' (706)722-4114 (706)722-6219 We will be supported by following subconsultant offices: Nutter&Associates Infrastructure Systems 360 Hawthorne Lane Management lIC Service Areas Athens GA 30601 1557 Broad St • Aviation • Railroad 706-354-7925 Augusta,GA 30904 • Bridges • Transit 706-691-8611 • Built Environment • Roadway Toole Surveying Co.,Inc. • Construction Engineering • Water 308 4th St &Inspection • Planning Augusta,GA 30901 • Environmental • Value Methodology 706-722-4115 benesch i2 C.TEAM QUALIFICATIONS Organizational Chart SUBCONSULTANT LEGEND ISM Infrastructure Systems Management LLC ,� TS Toole Surveying . 7.. cif 1 x ` NA Nutter&Associates co R c r A Project Manager Erik Hammarlund,PE Project Principal QA/QC Rick Toole,PE,AICP Vic Conover,PE,CFM I I I Drainage Engineer Survey Environmental Public Outreach Oliver Weston,EIT Barry Toole,PLS(TS) David Huff PG, Abie Ladson,PE, Trevlonta Peeples CPSS,SPAg,PWS CPESC(ISM) (NA) PROVEN PROJECT MANAGER 1 Erik Hammarlund, PE /Augusta Richmond County's go-to drainage engineer for over two decades ✓Extensive training and experience in drainage and stormwater management t ✓Proven project management skills including cost and schedule management ', ✓Local Augusta resident ✓Located within walking distance to your office 101- benesch 3 East Augusta Roadway & Drainage Ridge Crossing Drainage Improvements Improvements Augusta-Richmond Co. Columbia County Board of Commissioners .Y r ' al' w ,...,,5,,,,.. ..,,,,:-,-)::,,..,;.' " y�' jai 14 ti \` ,yam ` i- r Zss,;.,--.7,.,.„-- ------.7.--,--,.--4- -,0- -:::,e, r' —+`xi `s',' *�.+,f I ,•�" i�rg - ',ea-.r". -, S {¢.i T -�� II �.. f _ `. 'till' csp, if ' ' tf',,,,'IC''''' '' location.Augusta,GA Location:Columbia County,GA Client Contact: Hameed Malik,PE,PhD, 706-796-5068, Client Contact:Mr.Mike Zahner, Stormwater Operations hmalik@augustaga.gov Manager,706-868-4243 Date Completed:On-going Date Completed:2012 Contract Value:51,000,000 Contract Value:$200,000 An expansive stormwater management project for a The Ridge Crossing Drainage Improvement Project one-square mile flood prone densely developed urban provided extensive erosion and drainage improvements area. Engineering services included the coordination for commercially and residentially developed areas of an aerial survey with extensive ground-run in Columbia County,Georgia.The project consists of enhancements to produce a project basemap.Due to approximately 4,200-linear feet of closed pipe and extremely limited topographic relief,field investigation open channel drainage improvements along the upper and historical research was required to identify existing reaches of an urban stream.The project also consists system connectivity and preliminary infrastructure of improvements for multiple stormwater detention deficiencies.A baseline hydrologic and hydraulic model facilities and roadway culvert crossings. Erosion control of the existing conditions was created and used to and velocity dissipation are major design considerations confirm known problematic areas and as a foundation due to the urban location and proximity of residential for the development of comprehensive infrastructure development to the project area.Environmental and improvements. wetland impacts were mitigated and properly permitted through the United States Army COE. Proposed infrastructure improvement projects were identified and prioritized based on engineering evaluation, The project received partial funding through a Federal severity of flooding conditions,a per capita cost-benefit Emergency Management Agency(FEMA)grant due analysis,and logical construction sequencing.Eight to chronic flooding and property damage in the area. phases of construction were identified and programmed Additional funding is provided through the Columbia in a Project Prioritization Schedule(PPS).These projects County Stormwater Utility Department. ranged in anticipated cost from 5100,000 to over$4 million.Benesch led multiple public information meetings with East Augusta residents and City of Augusta Officials. Construction plans for all eight phases have been completed in accordance with the PPS and construction has been completed on the first two phases. benesch i4 Greenway Culvert Replacement Mullins Pond/Dam Improvements City of North Augusta Columbia County Board of Commissioners :10i,r ( +,'4` *fix '''-'1., ,,„„__.--Yak ...- ' I11.. a �►11 +` 4' olio Location:North Augusta,SC Location:Columbia County,GA Client Contact Tom Zeaser,PE,Director of Engineering& Client Contact:Mr.Mike Zahner, Stormwater Operations Public Works,803-279-2951,TZeaser@northaugusta.net Manager,706-868-4243 Date Completed:2015 Date Completed: 2008 Contract Value:$75,000 Contract Value: $80,000 Background:The North Augusta Greenway is a significant The Reed Creek Basin in Columbia County experienced recreational trail that stands as a center piece of the City's rapid urbanization in the 1980's and 1990's without efforts to establish a highly regarded community quality adequate infrastructure improvement.The result was of life environment.The trail primarily follows a late 19th localized flooding,severe erosion and sedimentation, Century railroad bed,elevated to accommodate the stream degradation,and extensive property damage. steep terrain.Heavy rainfall, localized slope failure and A significant farm pond was located along the creek in erosion jeopardized the integrity of the embankment a strategic location;However,the pond dam was in a forcing the City to close the trail for emergency repairs. high state of disrepair with structural issues indicating Due to existing side slopes of 1.5:1 (H:V),alternative potential catastrophic failure. reconstruction methods were explored. Benesch was contracted to evaluate the basin and Scope:Benesch was contracted to provide civil design pond as a potential regional detention facility with services for the reconstruction of the failed Greenway water quality elements,erosion protection and dam culvert and embankment.Design services included rehabilitation.Benesch provided the hydrology/ hydrologic and hydraulic analysis of the contributing hydraulic model and analysis,identified limiting design drainage basin tributary to the Greenway crossing. criteria,addressed environmental concerns, identified Specific design elements unique to the project included alternative solutions,and prepared long-term operation foundation design of an 84-inch diameter concrete and maintenance requirements. Benesch provided culvert,piping failure analysis,embankment and slope engineering design services for reconstruction/ reinforcement specifications,and surface reinforcement rehabilitation of the existing dam and pond.Special for mitigation of erosion along slopes steeper than 2:1 designs were considered due to the large peak flows of (horizontal and vertical). Benesch led environmental stormwater. coordination efforts with the U.S. Fish&Wildlife Department to address impacts to endangered species HEC RAS/HMS, Regression Analysis, Pond Pac and HY8 including the Relict Trillium, software were used to accomplish this project. benesch - 5 Lumpkin & Milledge Drainage Crystal Lake Basin Drainage Study Athens Clarke County C=ity of North Augusta t M.v . r .14'4 r` 14 i " ' ,xr " r m "' PAv i ,: .� � . 4 - s: - . =- 1 ': . 's. : STM•- _ "{ffj, Location:Athens,GA location:North Augusta,SC Client Contact:David Clark, PE,Director,404-612-7400, Client Contact:Tom Zeaser,PE,Director of Engineering& david.clark@fultoncountyga.gov Public Works,803-279-2951,TZeaser@northaugusta.net Date Completed: 2011 Date Completed:2015 Contract Value:$140,000 Contract Value:$25,000 The objective of this project was to mitigate localized An open channel,which acts as the outfall for the 285-acre flooding in the"5-Points"area of Athens,GA.The areas Crystal Lake Basin,experienced severe flooding and highly along Lumpkin Street south of Milledge Avenue,Milledge erosive flows during frequent to moderate storm events. Circle,Cherokee Avenue,and Catawba Avenue were Flooding and erosion within the channel was cause for experiencing localized flooding problems due to several concern because the channel passes directly under an aerial factors including inadequate or non-existent storm sewer sewer crossing and runs adjacent to the lake.Further erosion systems.Proposed improvements included improved of the stream could jeopardize the structural integrity of the collection(additional catch basins),improved conveyance aerial sewer crossing and cause a breach to the pond.North (larger storm sewers),and an improved outfall Augusta requested a study of the Crystal Lake Drainage (streambank stabilization).The project required extensive Basin to identify infrastructure improvements that mitigate public outreach consisting of multiple public meetings the flooding and erosive conditions. with business owners and individual meetings with residential home owners.The public meetings resulted Benesch completed an H&H engineering study and in detailed construction phasing and staging to allow identified localized sub-basin outfalls within the overall for maintenance of both vehicular and pedestrian traffic drainage basin and developed concept alternatives to in this"high-profile"residential/shopping/dining district. reduce their stormwater discharges.Peak flows were Maintaining access to all of these properties during calculated using the SCS Hydrologic Method,while the construction was identified as a priority.Stormwater existing drainage infrastructure and proposed detention quality components were also implemented through facilities were modeled using PondPack.Benesch was the use of on-line vortex type storm chambers and the also responsible for cost estimation and prioritizing outfall was stabilized with'green"gabions to promote infrastructure projects.Five alternatives were developed, vegetation. including new detention pond(s),upgraded open channels with green gabions,and closed pipe systems.Utimately, peak flow attenuation during frequent storm events at the Crystal Lake open channel could be reduced by up to 25% depending on the implemented alternatives. iiii benesch 6 Subconsultant Experience IsM P Gateway Blvd.Extension Project,Columbia County,GA This project extends from its existing dead end to Wrightsboro Rd., and its scope includes street, side- walks, „,: drainage, and selected traffic improvements. 31 ; t �” This project is currently in the design phase and Good- wyn, Mills & Cawood (GMC) is the prime consultant. .,a ISM, was a subconsultant that was responsible for QA/ , QC on this project. Estimated Construction Cost: $6,000,000 Sanitary SewerlWater Line Construction Management and Inspection Services for Augusta Utility Department(AUD)at Ft.Gordon ISM has a five (5) years contract with Augusta Utility Department (AUD) as a prime consultant to perform various on-call design and construction activities at Ft. ,tenet oirkik Gordon as it relates sanitary sewer and water lines. t*:, FORT GORDON ISM first service work order is to conduct construction M'"' G"° management and inspection services for Ft. Gordon Sanitary Sewer Extension,and Gate 6 Extension. Estimated Construction Cost: $6,000,000 Augusta Stormwater Watershed Assessment Pilot Study ISM has a one(1)year contract with Constantine Engi- neering as a subconsultant to complete inventorying s existing stormwater facilities, and assessing the an ex- . fisting watershed water quantity and quality through {..` field observations and hydrological/hydraulic modeling. � BMP recommendation will also be made to Augusta Engineering Department(AED). Estimated Construction Cost: NIA See Section D for Subconsultant References. benesch 7 � � Nutter & Associates Subconsultant Experience e n r i r o n m e n t a l c e n e u l!ant s PROJECT LOCATION SIZE LEVEL III J IV ECOREGION DESCRIPTION Hydrologic and vegetative restoration of several FL Wetland restoration and imperiled(52)community types,including hydric habitat enhancement, Escambia County, "1,200 Southern Coastal pine savannah,wet prairie,and seepage bogs. International Paper Florida acres Plain(75a) Included intensive hydrologic monitoring and land management prescriptions in efforts to restore the target ecosystems and associated rare species "2 acre site/ Delineated wetlands and waters of the U.S.for a Pond Dam Replacement Fulton County, 0.5 acre dam replacement project. Completed delineation Project Georgia pond/200 Piedmont(45a) report and PCN for U.S.Army Corps of Engineers linear feet (USACE)submittal&obtained a Ga EPD Stream Buffer Variance. Conducted delineation of aquatic resources associated with a stream with severely unstable and rapidly eroding banks. The erosion was threatening municipal utility infrastructure and ^'10 acre residential properties. Prepared a PCN for stream Stream Bank Stabilization Columbia County, Southeastern Project Georgia site/1,500 Plains(65p) bank stabilization using vegetated gabions linear feet combined with elements of natural channel design. The report&PCN submittal demonstrated the work would provide an overall improvement to stream hydrodynamics and water quality such that no mitigation was required. Spirit Creek Mitigation Bank, Columbia County, 293 acres/ y 18,860 Southeastern Freshwater wetland and stream restoration International Paper Georgia Plains(65p) linear feet Chatham County, Southern Coastal Vallambrosa Mitigation Bank 1,495 acres Freshwater tidal wetland restoration Georgia Plain(75j) Gum LogMitigation Bank Jackson County, g Georgia 75 acres Piedmont(45b) Freshwater wetland and stream restoration Clydesdale Mitigation Bank Beaufort County, 480 acres Southeastern South Carolina Plains(75j) Saltwater tidal wetland restoration Pavo Pond Wetland Freshwater wetland restoration associated with Restoration,U.S.EPA Thomas County, Southeastern Geor is 65 acres the unauthorized construction of a recreational Enforcement Action g Plains(65h) pond The Grove Wetland and Stream Restoration,U.S. Harris County, 5 acres/240 Freshwater wetland and stream restoration Army Corps of Engineers Georgia linear feet Piedmont(45b) associated with the unauthorized construction of a Enforcement Action recreational pond Hog Creek Mitigation Bank Wayne County, 500 acres Southern Coastal Freshwater wetland restoration is Plain(75h) Phinizy Swamp Mitigation Columbia County, Southeastern Bank Georgia 321 Plains(65p) Freshwater wetland restoration Etowah River Road Dawson County, 175 acres J Mitigation Bank Georgia 7,896 linear Piedmont(45a) Freshwater wetland and stream restoration feet See Section D for Subconsultant References. benesch 8 D.TEAM EXPERIENCE Erik Hammarlund, PE Project Manager Mr.Hammarlund brings over 26 years of experience as well as senior-level project Education management skills rooted in his diverse design background,with an emphasiss on thtt t:=:r,, roadway and hydraulics and hydrology design.His H&H analysis has included existing and proposed storm sewer systems,regional detention facilities,and general drainage basin improvements.Erik frequently provides quantitative and qualitative analysis and Years of Experience. design of facilities based on detailed modeling techniques utilizing HEC-HMS,HEC-RAS, Registrations and Certifications TR-55,TR-20,Pond Pac,Rational Method and Regression Analysis.Typical services include j f,,,i;i. ,- analysis and evaluation of existing conditions versus proposed improvements utilizing „r,,i. various methods for calculating peak storm flows and hydrograph routing.In addition to the select project experience below,he has been the primary point of contact and project Professional Affiliations manager for the past 10 years for work completed in Athens-Clarke County under an"On Call"Work Order Contract. """ WHY WORK WITH ERIK ON THIS PROJECT? iF Erik has served as Augusta Richmond County's go-to drainage engineer for over two decades.He was involved with the stormwater inventory projects "``i'" `""`' throughout the County and is familiar with the County's MS4 requirements. t' He has also served on countless Richmond County infrastructure projects. „i, He currently serves as Project Manager on the IDIQ Augusta Utilities water and sewer projects at Fort Gordon.His extensive training and experience in drainage and stormwater management,combined with his local Augusta knowledge perfectly position him to efficiently lead this project. East Augusta Road&Drainage Improvements,Richmond County,GA ADDITIONAL DRAINAGE Project Manager:This expansive infrastructure improvement project is located in a one- EXPERIENCE square-mile flood prone,densely developed urban area.Benesch prepared an extensive • City of North Augusta hydrologic and hydraulic analysis of the area,followed by the identification of multiple phased projects.The projects were presented through public outreach and prioritized for Replacement Culvert construction.Mr.Hammarlund provided senior engineering leadership and oversight for • Auplusemect the analysis and design of H&H studies and construction plan preparation. Augusta Richmond County -Forest Hills • ta- Ridge Crossing Drainage Improvements,Columbia County Board of Commissioners City alLakeof Basin rai ProjectManager:This project provided extensive erosion and drainage improvements for Study Crystal Lake Drainage 4,200-linear feet of closed pipe and open channel drainage improvements located within • Augusta developed areas.The project also consists of improvements for multiple stormwater eUniversityod detention facilities and roadway culvert crossings as well as USACE coordination.Mr. Perimeter Road Hammarlund provided senior engineering leadership and oversight for the analysis and • Athens-Clarke County Lampkin&Milledge Drainage design of H&H studies and construction plan preparation. Mullins Pond/Dam Improvements,Columbia County Board of Commissioners Project Manager:Benesch was contracted to evaluate the Reed Creek Basin and pond as Q AUGUSTA,GA a potential regional detention facility with water quality elements,erosion protection and dam rehabilitation.Benesch provided the H&H model and analysis,identified alternative Erik is located just a few blocks solutions,prepared construction plans for a regional detention pond/dam and prepared from City Hall on Broad St.and can long-term operation and maintenance requirements.Mr.Hammarlund provided senior be available on a moment's notice engineering leadership and oversight for the analysis and design of H&H studies and to attend coordination meetings construction plan preparation. or respond to various needs. via benesch 9 Rick ToolePE AICP Victor Conover, PE, CFM C)AUGUSTA, '. OAUGUSTA,GA Project Principal QA/QC Rick Toole has 38 years of extensive experience in all Mr.Conover is responsible for all phases of planning, aspects of planning, municipal infrastructure,transportation design,and project management of infrastructure projects. design,water resources,and construction management. His expertise includes hydrologic and hydraulic analysis, He is responsible for infrastructure improvement watershed and basin modeling,design and evaluation of design,stormwater management systems,and contract alternative solutions,preparing benefit/cost ratio analysis, administration.Mr.Toole's project experience has included preparing public presentation material and maps,soil and assessment of existing conditions,capacity needs,alternative erosion control,and NPDES/SWPPP permitting. solutions,system design,and environmental permitting. East Augusta Road&Drainage Improvements, Augusta University Stormwater Campus Improvements Richmond County,GA QA/QC:Augusta University identified major stormwater Project Manager/Lead Engineer:This expansive roadway and infrastructure deficiencies at the Summerville infrastructure improvement project is'coated in a one- Campus.Due to the magnitude of the issue and state funding square-mile flood prone,densely developed urban area. challenges,a multi-year program consisting of three major Benesch led the coordination of an aerial survey with projects and several smaller projects was developed.Each extensive ground-run enhancements to produce a project project included identification of facilities contributing to basemap.Due to extremely limited topographic relief, stormwater infrastructure failures,construction impacts on field investigation and historical research were required the campus roads,evaluation of alternative solutions for to identify existing system connectivity and preliminary efficiency and cost effective stewardship,facility design, infrastructure deficiencies.Mr.Conover developed a agency permitting,and contract administration and hydrologic and hydraulic model of the existing conditions construction inspection.As the Program Manager,Benesch was completed to confirm known problematic areas and assessed the existing infrastructure,developed a model for as a foundation for the development of comprehensive analysis of alternative solutions,established an assessment infrastructure improvements.Multiple methodologies were tool for selecting appropriate alternatives,provided used to calculate existing and proposed condition flows engineering design,managed environmental permitting, including the Rational Method,SCS methods,as well as conducted pre-bid,bid and pre-construction services,and the use of HEC-RAS and Storm CAD to model existing and provided contract administration and CEI for the projects. proposed storm sewer systems and drainage channels. Augusta Canal Trail System,Augusta,GA North Oconee Water Reclamation Facility Access Road, Principal in Charge:Benesch designed multi-use trails linking Athens-Clarke County,GA specific tourism spots,linear greenways and pedestrian access Lead Engineer:Benesch provided design services for a traversing multi-use areas and parks,and recreational biking new road and bridge to access a treatment plant.As the facilities for active and passive recreation for linear walkways, prime consultant,we provided project management and and canoeing/kayaking facilities.Benesch provided project general civil engineering services.We also managed a management,engineering,and surveying services including multi-disciplinary team of professionals providing land preparation of overall project maps and minor and major surveying,geotechnical investigations,traffic engineering, bridge structures design.Benesch also stayed in compliance environmental permitting,and structural design of a new with the National Historic Preservation Act,and provided bridge.Services included coordination with utilities,the wetlands evaluation,preparation of construction plans and community,and the University of Georgia.Project elements contract/technical specification documents in accordance included a new three-lane road section,a new 300-foot with GDOI Standards and Specifications. bridge,new traffic signal,and new pedestrian/bicycle Education Registrations and facilities.Mr.Conover was responsible for geometric design, ', , ,, i Certifications storm drainage,water utilities,and erosion control, +.3t' ,.. 1,,i„h ti , Education i,,f,ss;, ,i! n - ..„ l li`• f. .l� )t .�. ,• ''t t l' 'r lil; , fi+1,1,r e 'rL J 11 „�J, f .':.1 I,':r,or�ri.t i,,' u){td Ir ,L�,!,, ,r,.W1 ,11l„ [ E., `ti(I': 4� 7,,urr;1 ,011L&,1 i I:uxi:';Idn , ,,,,r, Years of Experience; i-, Years of Experience' ''.)1',; v'l II ,nt,i NHrt"l , II, ,,rtii.;r; �<u7Fi ,( <,rnlas Registrations and ,Cht)p .'•x-'1 1 +611!1' t7 , Certifications benesch Oliver WestonEIT Barry Took, PLS ()AUGUSTA,GA ()AUGUSTA,GA Drainage Design Survey Mr.Weston is a designer providing municipal infrastructure Coordination of surveying activities to insure reliable and support.Oliver's expertise includes construction accurate data collection and conversion to mapping.Project administration,stormwater management,hydrologic responsibilities including right-of-way surveys,route surveys, and hydraulic analysis and design,computer modeling, as built and ALTA surveys,GIS control,aerial photo control, environmental planning,roadway design and improvements and quality control review,GPS control and monumentation, and sanitary sewer system design. topographic surveys,monumentation certification,and FCC/FAA certifications.Typical clients include City of Lewiston Road,Drainage Design,Augusta,GA North Augusta,Augusta-Richmond County Public Works, Design Engineer:Benesch provided engineering design Augusta-Richmond County Parks&Recreation,Augusta- services for this TIA project to widen Lewiston Road(SR 388) Richmond County Utilities Department,State of Georgia, from a two-lane rural to a four-lane urban road with raised State of South Carolina,Aiken County,Columbia County median,turn lanes,and bicycle and pedestrian facilities.The Engineering Department,Baldwin County,Georgia,the City project also includes conversion of existing 1-20 diamond of Sylvania,Georgia,Federal Veterans Administration,and interchange to a diverging diamond.Mr.Weston was U.S_Department of Energy. responsible for the hydrologic and hydraulic analysis of the project corridor.He assisted in the stormwater management Surveying responsibilities for numerous rural and urban and Municipal Separate Storm Sewer System(MS4)design highway improvement projects have included right- according to GDOT standards and guidelines. of-way location,right-of-way acquisition mapping and staking,above ground improvement location,location of University Parkway Road Widening,Aiken,SC underground utilities,and digital base map preparation. Project Manager:Benesch is currently providing engineering Samples of projects include: design services for the City of Aiken to widen the University Parkway corridor from Richland Avenue to Medical Park Drive • Jackson Road Widening Project-Richmond County, from three to five-lanes with turn lanes,curb and gutter, Georgia closed storm sewer network,and bicycle and pedestrian • Reynolds Street Road Widening Project-Richmond facilities.Mr.Weston is responsible for overall project delivery County,Georgia in accordance with SCDOT standards and specifications • Benesch/City of Aiken-University Parkway Widening and coordinating with sub-consultants to maintain project project schedules.The project,funded by the South Carolina State • Georgia State Route 21 Road Widening Project-Screven Infrastructure Bank(SIB),is currently in preliminary design. County,GA • GDOT-Torras Causeway Safety Work Order(PI#0008940) Inverness Way Stormwater Inlet Improvements, -Glynn County,Georgia Columbia County,GA • GDOT-US 84/SR 38 Road Widening(P1#422120& Design Engineer:Mr.Weston was the lead designer for #422125)-Clinch/Ware Counties,GA Benesch's work assisting the West Lake Property Owner's • GDOT-Safety Work Order(statewide)(STP-0001-00(853) Association(WLPOA)addressing stormwater flooding within • GDOT-East Thomson Bypass(PI#262400)-McDuffie the subdivision.This project focused on flooding within County,GA a property immediately downstream of a storm sewer • GDOT-Altamaha Road/Bridge Improvements(P1 inlet that intercepted an existing stream.Mr.Weston was #522220&#0001216)-Appling/Toombs Counties,GA responsible for coordination with the environmental sub- • GDOT-Swainsboro Bypass(EDS-545(7))-Emanuel consultant to acquire the necessary permits from the US County,GA Army Corps of Engineers,the development of construction documents,overseeing the bidding process and general construction administration. Education Years of Experience: ;rii . , Education Registrations and Certifications -'r`I'`"` Ir "r`,`h "''"" r;., ,. , i: inti .,r, r,r,I, pf:rat,t `r "t> Registrations and i `r`I rr`I" 'I` '' ``, Certifications ,, ,r J I` I ,ar:!ri;r F r Ini,f-r Ir frIu„I1ci , ',i,11,� r r>r1, F,�cgiii i,. , Bo( ,e!or .4r!*, ::?tilts(:, ,i`,in,:_yzor • rPCv ata Years of Experience: `- 211=! I•'vr I II-01/1,9;' .-fff I`,I ;1 nr•r',.. ,rry, . benesch -- 11 Abie ladsun PE CPESC David Huff, PG, CP55, CPAg, PWS O AUGUSTA,GA ()AUGUSTA,GA Public Outreach Environmental Mr.Ladson is an owner of Infrastructure Systems David Huff of Nutter&Associates has over 23 years of Management,LLC(ISM).Abie has over 25 years of experience experience in conducting and managing geologic and in planning,designing,constructing,and maintaining hydrogeologic investigations and assessments as well as civil infrastructure systems.He has also performed both soil and agronomic investigations related to land and water program and project management services for various resources. private engineering companies and municipalities,and has successfully designed and constructed over 300 projects Hydrogeologic Assessment&Detail Soil Investigation through-out his career at Augusta,GA.Those projects had and Concept Design for a Land Application System(LAS), a combined value of over$600 million.Projects consist of Bryan County,GA bridges,dams,levee systems,roads/streets,storm drainage Project Manager for a hydrogeologic assessment and systems,sanitary sewer systems,street lighting,traffic detailed soil investigation,including the design of nutrient signals,and airports. and hydraulic loading parameters,for 128-acre forested municipal LAS.The site was located in a'Most Significant Marvin Griffin Road and Drainage Improvements, Recharge Area"necessitating greater hydrogeologic Augusta.GA evaluation which included installation of monitoring wells, Director of Engineering/Project Manager:This project geophysical surveying using electrical resistivity equipment, extends from Mike Padgett(SR 56)to Doug Barnard Blvd. and groundwater modeling using MODFLOW to predict (SR 56 Spur)and is approximately 1.5 miles long.It widens groundwater mounding response to hydrologic inputs of an existing 2-lane roadway to a 4-lane roadway with a wastewater applications. median.Improvements includes an enclose storm drainage system,curb and gutter,sanitary sewer system,sidewalks, Jurisdictional Wetland Delineation, Section 404 and water system.This project also consist of planning, Permitting,Level III&Level IV Soil Surveying for a coordinating,and relocating power poles and lines,TV cable Subdivision Development,Columbia County,GA lines,telephone lines,underground gas lines,and ROW Project Manager 30-lot subdivision on a 50-acre land tract negotiations. that had difficult soils and numerous streams and wetlands. Conducted Level III Soil Survey of the site and follow-up Morgan Road and Drainage Improvements,Augusta,GA Level IV Soil Studies on out-lots.Facilitated permitting of Director of Engineering/Project Manager:This project onsite wastewater system permits and the US Army Corps of extends from Tobacco Road to Deans Bridge Road(S.R. 1), Engineers 404 permit for the subdivision development. and was approximately 1.8 miles long.It widened an existing 2-lane roadway to a 3-lane roadway with a two-way left turn Hydrogeologic Characterization and Groundwater lane.Improvements included an enclosed storm drainage Monitoring Plan, International Paper Combined sys-tem,curb and gutter,sanitary sewer system,sidewalks, Effluent Distribution System,International Paper water system,and a single span bridge structure.This project Pensacola, FL also consist of planning,coordinating,and relocating power Project Scientist responsible for the hydrogeologic poles and lines,TV cable lines,telephone lines,underground characterization of the site and preparation of the gas lines,and ROW negotiations. Groundwater Monitor Plan for the approximate 2,600-acre project site.The site investigation included installation of unconfined water table wells and flowing Education artesian wells.Obtained approval of the monitoring plan Years of Experience: from the Florida Department of Environmental Protection. Registrations and Certifications Education Registrations and I'ir.It„ I,ur.:if-`0{1,=eH`, ( 1 r ly,i r ,�nr,r,a. Certifications ',,,ti!1 lr,,n, N. +(cr; I ,Vlt; nrnv [ , e,-Cl f,r,N<•,:.ji,-rt, (�.ri:?I�,)rt .. t.. �,, An . I'. ,tutu . H . , i nJr ,;r i-. '.v+:11�n�., la;v,, i',(, I[,:7% ii .,�,rrgli Ir,,11!;11:'�,F ;i,nt;, of,r, ttri,t a E d, ,, ri H r f,ty,rt;=I;,iI ,rri,int r't Years of Experience./ anti ui benesch 12 E. TECHNICAL APPROACH Alfred Benesch&Company(formerly W.R.Toole culvert or adding catch basins.But not always so evident Engineers, Inc.) is perfectly suited to deliver drainage are the consequences those improvements might have improvements projects for the Augusta Engineering upstream or downstream on the overall stormwater Department.Our team of professionals have been management system.Benesch takes a global approach delivering similar projects within the County for over to stormwater management to identify how the entire 30 years.More specifically,the Project Manager,Erik system is operating and how proposed improvements Hammarlund, has been living in Richmond County interact with each other. It is this approach that allows and working on drainage projects within the County us to identify solutions,determine benefit versus cost for for over 26 years. His wide range of stormwater work individual projects,prioritize the need for those projects, throughout his career includes projects in Downtown and then implement/construct the solutions. Augusta,projects throughout the Forest Hills Area, extensive work on both campuses for Augusta University, Meet the Schedule and projects in South Augusta.His dedication is proven Benesch understands that AED staff are under pressure and it is not uncommon to find him on-site,performing to meet schedules to satisfy the community,stakeholders reconnaissance on a known flooding issue in the middle and elected officials.As such,we take the time to of the night,on a weekend,or whenever there is a understand deadlines,tailor project schedules and significant rain event. allocate resources as necessary to allow AED to move projects into construction. Project Approach Our technical approach to these types of projects is Be Diverse and Flexible based on years of similar work experience.Generally, Benesch is an infrastructure engineering firm specializing our project development process includes the following in design of stormwater and transportation projects. tasks: We understand the needs of the County can be quite diverse and sometimes a different project approach is 1.Problem Identification&Project Scoping required.Whether the project is a traditional Design- 2.Concept Development including Initial Hydrologic Bid-Build or an alternative project delivery method such and Hydraulic Modeling as Design-Build,we commit to helping AED deliver the 3.Identify Public Involvement Strategy stormwater program.We routinely team with specialized 4.Database Gathering including Surveying and Mapping sub-consultants or contractors to supplement our in- 5.Identification of Environmental Resources house services.In the past we have teamed with firms 6.Development of Preliminary Construction Plans and for environmental,structural,geotechnical,surveying, Permitting Strategies mapping,SUE and landscape architecture.We have also 7.Development of Final Construction Plans and partnered with contractors to work hand-in-hand and Environmental Permitting deliver a completed constructed project. Ultimately,as S.Advertising, Bidding,and Construction the on-call prime consultant,we understand it is our job to overcome obstacles and deliver the project.Our varied project experience is proof of our flexibility and ability to Knowledge and Specific Experience in Drainage Studies We have developed a number of recommendations that deliver a diverse skill set to meet any challenge. we would like to share as lessons learned which can directly benefit AED.These guiding principles help define Be Responsive our technical project approach and represent how we Benesch takes great pride in communication with quick responses to telephone calls and emails.Specifically,we have been able to successfully deliver drainage projects for over 30 years. will take the extra efforts to meet face-to-face.We feel the exchange of information in a face-to-face meeting A Watershed Approach with Focused Local Solutions is more accurate and,when combined with meeting Benesch understands that localized flooding issues minutes,ultimately mitigates project issues.Our Georgia are often the result of larger watershed implications. headquarters located on Broad Street in Downtown Sometimes the solution at first appears to be a simple Augusta not only allows us quick response times but infrastructure improvement such as installing a larger shows our commitment to the Augusta Community. benesch 13 E.TECHNICAL APPROACH Budget Strategies Thank you! Benesch understands that AED staff must deliver projects within budget and we are committed to maintaining '. Benesch appreciates the opportunity to those budgets.Throughout the design process we submit our qualifications on this exciting remain mindful of budget constraints and will identify project to Augusta Richmond County.We alternatives that may provide cost savings. Benesch have enjoyed working alongside your staff prepares accurate construction costs estimates at each on similar projects and would appreciate the project milestone and we include recommendations for opportunity to continue doing so for this On- contingencies and unforeseen conditions.We will review Call project. project scopes and budgets at milestones with AED and determine if project scope adjustments are necessary to — meet budget limitations. Approach to Public Outreach and Public Relations Public input is an essential component of a drainage improvement project.The project team will work the city to facilitate public input sessions to address concerns and define expectation of the project.Specifically,in an urban watershed,goals and objectives may have to be modified as there are often constrains identified that could potential risk of failure.Managing the expectations of all the stakeholders involved will result in a successful project for the community. Permitting and Environmental Analysis Throughout the design process,Nutter&Associates will lead the permitting and review process.The design team with provide support as they work with all affected regulatory agencies including FEMA,the Army Corps of Engineers and EPD.Involving these agencies early in the design process helps to ensure that all parties are satisfied with the final product and will aid in keeping the project on schedule. benesch 14 F. REFERENCES The Benesch Team is proud to proven proven success providing similar services for clients just like Augusta Richmond County.For more information on the services provided to these clients,please see our project experience section. City of Aiken Subconsultant References: Stuart Bedenbaugh Nutter & Associates Inc. City Manager 703-642-7610 University of Georgia sbedenbaugh@cityofaikensc.gov Tom Breedlove Office of University Architects Athens-Clarke County 706-542-3605 Drew Raessler trb@uga.edu Public Works Director 706-613-3057 drew.raessler@accgov.com International Paper Jerry Teel Construction Manager Fulton County 850-937-4886 David Clark jerry.teel@ipaper.com Public Works Director 404-612-7400 david.clark@fultoncountyga.gov Infrastructure Systems Management, LIC Augusta Richmond County Hameed Maleek Assistant Director Engineering Augusta Engineering Department 706-796-5068 hmalik@augustaga.gov Oscar Flite Stormwater Services Manager 706-821-1893 oflite@augustaga.gov John Ussery,PE Assistant Director-TE 706-821-1850 jussery@augustaga.gov benesch '15 C ;g'. O R C I A You Must Complete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements(SAVE)Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate,Alcohol License,Taxi Permit,Contract or other public benefit as reference in O.C.G.A.Section 50-36-1,I am stating the following with respect to my proposal for an Augusta,Georgia contract for RFQ 19-148, Eno.Svcs for Drainage Study, Stormwater Assessment, Drainage Improvements /RFQ Project Number and Project Name) William R.Toole (Print/Type:Name of natural person applying on behalf of Individual,business,corporation,partnership,or other private entity) Alfred Benesch&Company (Prins 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 represents n In on affidavit shall be guilty of a violation of Code Section 16-10-20 oft e Q/fi •(Code oieorWa - ignature of Appli t William R.Toole Printed Name *Alien Registration Number for Non-Citizens �1111IrI1Ur//���� r SUBSCRIBED AND SWORN BEFORE ME ON' THIS THE (�4/ DAY OF .14:.S.C'`LOAf�� Jt�QZ��L7711�+ P� s5ip'(0%. " Public• 41Lt i = o vo .rY�'Im?p My Commission Expires: (I• 13.?D '011 D Pu 9 RY w•c� � •,. /NOTARY,SEA ,4 ti '••........ G ``. Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR S? At "..\ `\ R€v.7/12/2015 RFO 19-148 Eng.Svcs.for Drainage Study,Stormwater System Assessment and Drainage Improvement Prolects Due:Thursday,February 21,2019 @ 11:00 a.m. Page 8 of 19 1 o of CI fr O R 0 1 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 Alfred Benesch&Company 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. Z• • a►. =r Identifl son Nu .•s • ' sA.4.-,i7 �. -.4-1Z-0_ v 0 .: �"S: Ak1kIJ/tk-6TcA.A,.c�u LLQ.... Co ;.. / 1 AVIIIIT ii '' B 'uthorized Officer or Agent (Contracbr Signature) dfvF;v-_. Ov1 21.cc Title of Author' ed Officer or Agent of Contractor Georgia Law requires your company to have an E Verify`User Identification Number on or after July k- ,- ,_._. L . f1..S© t•3 1,2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia http:f/www_dol.state.ga,us/Ddf/rules/300 1Q 1 odf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https://e-verifv.uscis.gov/enroll/ DAY OF r1 ✓, , 2020( _doth TO(SOL Nota rr ubiic r PCC TARY My Commission Ex ares: // PUBLIC I d747-,2�— ''c> 1epCyQ Note: The successful vendor will submit the above forms to . ent Department no later than five(5)days after receiving the`Letter of Recommendation"(Vendor's letter will denote the date forms ate to be received). sev.7/22/2011 BM Item 1111148 Eng.Svc.For Drainage Study,Stormrater System Amassment and Drainage Improvement Projects Page 2 of 3 7,17-i„t_ir R 0 I A In accondance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR I, V-z•VS-- \r.... , I_ 1..3t -_-....t... certifythat 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,43.A.Section 36-9 -2 (d)and(e), T1.1Wit..Aruc:camir S ta--X�••.= p.tok• t, by itself or with others, directly or indirectly, prevented or attempted to prevent competfti 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 f.., the work. , , 1 ` L`p j,�.-Q p' Affiant fur -r states the se': offer of lL�1 �acrM is bona fie, and that no one has go /urnished any su•• ' a • - 4 ,mpted to get such person or company to furnish the materials to the bidder only, • `any .,. bidder,that the material shall be at a higher price. Signature of Aut orized o pany Representative i Title / Sworn to and subscribeq,• . r - ism 'r `day of tf y iak''�� , 20J --,•,s r ____-� Notary ; re R°PNI TO440 Notary Public: 41,7,�� —7:z. .o_ (Print Name) NOTARY County: Z Q/u,-./%!r —* PUBLIC Commission Expires: ,-----)/y---7 I j�� NOTARY SEAL sxp 06 27-�� ��C + . �Ho C 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 Men#191128 Eng.Svc.For Drainage Study,Stonnwater System Assessment and Drainage Improvement Projects Page 3 of 3 O E-` O 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 Alfred Benesch&Company 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 0. C. G.A 13-10-91. 336606 E-Verify*User Identification Number WAG('cc ; t\ssroy .s -Soc. Copany Name /;1, ,._ BY: Authoriz ffl Agent (Contractor Signature) icer or Agent of Contractor Georgia Law requires your company to have an ,8 � E- 0f User Identification Number on or after July uciec9. Printed Name Autho Officer or Agent For additional information: State of Georgia http:t/www.dot.state.ga_usipdfdrules/300 10 1.ed( SUBSCRIBED AND SWORN BEFORE ME ON THIS THE httpsJ/e-verify.uscis.pov/enroll/ ZQs-�!t �\‘‘‘ ?‘ER CE/riot/i/ D Y O M-�r�. , 20 �.. �P , ..... p �. ti cc Q:.Z � SARY . Nvtdry Public ~ - v - ate•! w Q'c My Commission Expires: ! - c?▪\• PUB,` 'L'::'o� l Z/E-1 NOT4WfdAL:::„1" c.,- 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). Rcv.7/22/2011 Bid Mem 819.148 Eng.Svc.For Drainage Study,Storm nater System Assessment and Drainage Improvement Projects Page 2 of 3 .,____ ..z _ .........„..- .7 G r: 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 I, 2,1200.-. f 44".V3'ti'r-r. 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), N truer ; ASSO G c S 'mac. has not, by itself or with others, directly or indirectly, prevented or attemOed 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 Nutter :I t cat .. is bona fide, and that no one has gone to any supplier and attempted to get such person or compaarr y"Znc.to furnish the materials to the bidder only,or if furnished to any other bidder, that the material shall be at a higher price. 4144— . Signature of Authoriz d mrripanysentative l'Acumeittome o4 VkvCAv►c.— Title Sworn to�aan-dsu ribed before me this 25SIZI day of Ms.-rcOn 2011 Notary Signature ����0. 9..1.E..R..0..e T 1i�' ``�y,��:4;assion' ...j�`4 Notary Public: l/iPi5E'^4 Gttt. low. I.v1 (Print Name) '_:C., ,,%0cARytm.$ v yes m?c3�= County: iA.k Commission Expires: /2r2( NOTARY SEAL "i,,-f��COiiiioUN-rt„\`` 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/119-148 Eng.Svc.For Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Page 3 of 3 arc_ CAL (1 IL' OR 0 1 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 Alfred Benesch&Company 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. 528605 E-Verify'User Identification Number Toole Surveying Co. , Inc. Companny,,Name La BY: Author' Officer or Agent _. (Contractor Signature) 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 Barry Toole 1,Y009, Printed Name of Authorized Officer or Agent For additional information: State of Georgia SUBSCRIBED AND SWORN BEFORE ME ON THIS THE 27th DAY OF March 2019 : f` ..'h}-���t Pzr '" ' //^ °a '` � ° dried Notary Public f._. ° �.� i My Commission Expires: �%�; '�(!B1-�v a o cr /1/4 Z 9' 2 ° 2 2 NOTARY SEAL �mit. 1;:% 2r tt%®ND COkr .. -Awe:Ave.`' e .,�: a vs f4 r�t.k ir_ . a�-�<0-& . � .'�;� 41� + , Rev.7122/2011 Bid Item#19-148 Eng.Svc.For Drainage Study,Stormwater System Assessment and Drainage Improvement Projects Page 2 of 3 tde- G E70 ROIA In accordance with the Laws of Georgia,the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Barry Toole 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), Toole Surveying Co. , 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 N/A (RFQ 19-148) 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 ' r, that the material shall be at a higher price. Signature of Authdrized Company Representative President Title Sworn to and subscribed before me this 27th day of March , 2019 Notary Signature f a ;ifp Notary Public: (/V /•t' f/1 S J r (Print Name) Count .`cM o� h y Commission Expires: /�ti '2,0Z 2 NOTARY SEAL.O $ � `J or,..-)'le a, r f 5 ol C9� I 29 t�� t® C0‘37, "' r M ,_;:. watt sutwr=it the at-6w..at-6w.. Pimps `. tb ¢,livAr t,0"k ,arg a""%Agar x q fives(5)gays afterr the vt&Wei c15,a,Cz :bt "gyel. dos s, Y hitt dolible the date kkriss are te he received). Rev.7/22/2011 Bid Item 011148 Eng.Svc.For Drainage Study,Stomarater System Assessment and Drainage Improvement Projects Page 3 of 3 s-VeriFy Company ID Number: 307873 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security(DHS)and the Alfred Benesch &Co. (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 4 011111 Company ID Number: 307873 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. DHS 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. 307873 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 Employer's 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(I))that the employee is not work authorized. The Employer understands that an initial inability of the SSA or OHS 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 E-VeriIy Company ID Number: 307873 (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-VerifvAdhs.gov. 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 OHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting OHS, SSA,their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 VeriF Z., $a y Company ID Number: 307873 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 documents 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, products,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 EVer iF Company ID Number. 307873 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 Il.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 • • 11111U„." Company ID Number: 307873 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 EVeriIy Company ID Number: 307873 b. Photo verification checks(when available) on employees. 2. OHS 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. OHS 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 OHS, including restrictions on the use of E-Verify. 4. OHS 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), Civil 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. OHS 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 06/01/13 E-VeriFy „,„ Company ID Number. 307873 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 s-VeriFy Company ID Number: 307873 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 OHS 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. OHS 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 OHS 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 DHS 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 Ever_F Y < 01111 4 Company ID Number: 307873 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 DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established 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 DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS 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 EVenly Company ID Number. 307873 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 VeriIy _44 Company ID Number. 307873 Approved by: Employer Alfred Benesch&Co. Name(Please Type or Print) Title Julie Melidis Signature Date Electronically Signed 03/01/2010 Department of Homeland Security—Verification Division Name(Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 03/01/2010 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 s-VeriFyT Company ID Number: 307873 Information Required for the E-Verify Program Information relating to your Company: Alfred Benesch&Co. Company Name 35 W.Wacker Suite 3300 Company Facility Address Chicago,IL 60601 ............. Company Alternate Address County or Parish COOK Employer Identification Number 362407363 North American Industry 541 Classification Systems Code Parent Company Number of Employees 500 to 999 Number of Sites Verified for 34 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 EVenly Company ID Number. 307873 Are you verifying for more than 1 site?If yes, please provide the number of sites verified for in each State: COLORADO 1 site(s) CONNECTICUT 1 site(s) FLORIDA 3 site(s) GEORGIA 2 site(s) ILLINOIS 2 site(s) INDIANA 1 site(s) KANSAS 2 site(s) MASSACHUSETTS 1 site(s) MICHIGAN 4 site(s) MISSOURI 1 site(s) NORTH CAROLINA 3 site(s) NEBRASKA 3 site(s) OHIO 2 site(s) PENNSYLVANIA 4 site(s) TENNESSEE 2 site(s) WISCONSIN 2 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 . . E-VeriFy0, ::ei,A; Company ID Number: 307873 Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Name Julie Melidis Phone Number (312)565-0450 Fax Number (312)819-8299 Email Address jmelidis@benesch.com Name Brittany Willingham Phone Number (312)565-0450 Fax Number (312)819-8299 Email Address bwillingham@benesch.com Name Kaylyn Weng Phone Number (312)565-0450 Fax Number (312)819-8299 Email Address kweng@benesch.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 VeriIMIL y • Company ID Number. 307873 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 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 11 AED—Consultant Engineering Services Agreement DRAINAGE STUDY, STORMWATER SYSTEM ASSESSMENT DRAINAGE IMPROVEMENT PROJECTS SELECTED NEIGHBORHOODS AND OTHER AREAS of CONCERN Deliverable The tracings, data and all other documents prepared under this agreement shall then be submitted to the AED, AED or AUD, whose property they shall remain, without limitation as to their future use. All tracing cloth, Mylar paper, and other materials required for the preparation of the plans, supplemental specifications,special provisions and computation shall be furnished by the Consultant. The Consultant shall submit to the AED, editable electronic copy of all computer files (ACAD, Microsoft version, or other software used in creating data, data file, technical documents, etc.) depicting graphics, database, documentation, details and design for the implementation of stormwater utility, drainage improvements, and road design data, created as a result of this agreement. The Consultant shall include appropriate level schedules, documentation, and assistance to the AED to read, interpret, and effectively utilize the computer files. The Consultant may be required to provide project drawings and files at any time as requested by the AED. The drawings and files (hard or electronic) requested by the AED shall be within the Scope of Work as defined herein. Graphics files shall be provided in AutoCAD, DXF, or Intergraph (IGDS) format. If the project includes AUD work, the Consultant shall provide drawings in accordance with the utilities chapter of Plan Preparation Guidelines. The Consultant shall not be responsible for claims resulting from the misuse of the design documents, nor for their use on project other than that for which they were prepared. Attach A 12 AED—Consultant Engineering Services Agreement AUGUSTA, GA ENGINEERING DEPARTMENT 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 11 AED—Consultant Engineering Services Agreement AUGUSTA, GA ENGINEERING DEPARTMENT TELFAIR STREET IMPROVEMENT PROJECT TIA PROJECT#RC07-000148/ Pl#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 l2 AED—Consultant Engineering Services Agreement AUGUSTA, GA ENGINEERING DEPARTMENT TELFAIR STREET IMPROVEMENT PROJECT TIA PROJECT#RC07-000148/ PI#0011409 TIME AND MATERIALS WORK AUTHORIZATION NO: In accordance with the Agreement for Consulting and Professional Services between [Client's Legal Name) ("Client"), and [insert full legal name of Consultant's entity that will sign/has signed the CSA), a [state of incorporation) corporation, dated [insert effective date of Agreement, not this Work Authorization], this Work Authorization describes the services, schedule, and payment conditions for services to be provided by [insert full name of proper Consultant entity performing the services) ("Consultant") on the Project known as: Client Authorized Representative Address: Telephone No.: Consultant Authorized Representative Address: Telephone No.: SERVICES.The Services shall be described in Attachment to this Work Authorization. [Be sure attachment identifies proper Consultant entity to perform the services]. SCHEDULE. The Estimated Schedule shall be set forth in Attachment to this Work Authorization. Because of the uncertainties inherent in the services, schedules are estimated and are subject to revision unless otherwise specifically described herein. Attach D 13 AED—Consultant Engineering Services Agreement AUGUSTA, GA ENGINEERING DEPARTMENT TELFAIR STREET IMPROVEMENT PROJECT TIA PROJECT#RC07-000148/ PI#0011409 PAYMENT. Payment of is due upon signature of this Work Authorization and will be applied against the final invoice for this Work Authorization. Consultant charges shall be on a "time and materials" basis and shall be in accordance with Consultant's Schedule of Fees and Charges in effect at the time the Services are performed. Payment provisions and the Consultant's current Schedule of Fees and Charges are attached to this Work Authorization as Attachment TERMS AND CONDITIONS. The terms and conditions of the Agreement referenced above shall apply to this Work Authorization, except as expressly modified herein. ACCEPTANCE of the terms of this Work Authorization is acknowledged by the following signatures of the Authorized Representatives: CLIENT CONSULTANT Signature Signature Typed Name/Title Typed Name/Title Date of Signature Date of Signature Attach D 14 AED—Consultant Engineering Services Agreement