Loading...
HomeMy WebLinkAboutCONSULTANT SERVICES AGREEMENT_ ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL, AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS_MATRIX ENGINEERING GROUP, INC. i; E {) It ( I I A ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS TABLE OF CONTENTS: REQUEST FOR PROPOSALS(RFP) SCOPE OF WORK AGREEMENT CONSULTANT'S PROPOSAL CONSULTANT'S FEE PROPOSAL GENERAL CONDITIONS SPECIAL PROVISIONS/TIA PROVISIONS ADDITIONAL PROVISIONS ATTACHMENT A STANDARD SPECIFICATIONS ATTACHMENT D On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations REQUEST FOR PROPOSALS (RFP) Request for Proposal Request for Proposals will be received at this office until Friday,March 22,2019 @ 11:00 a.m.for furnishing: RFP Item#19-179 On-Call Construction Material Inspection and Testing,Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations for the Augusta, GA-Engineering Department RFPs 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 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA 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 Friday, March 8, 2019 @ 5:00 P.M. No RFP will be accepted by fax,all must be received by mail or hand delivered. No RFP may be withdrawn for a period of ninety(90)days after bids have been opened, pending the execution of contract with the successful bidder(s). Request for proposals(RFP)and specifications.An RFP 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 proposal 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 RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base their 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 February 14,21,28,March 7,2019 Metro Courier February 14,2019 cc: Jarvis Sims Deputy Administrator Hameed Malik Engineering Department Revised: 8/11/2016 RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 3 of 29 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations SCOPE OF WORK INSTRUCTION TO SUBMIT Augusta, GA, invites qualified firms to submit a proposal for On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations for the Augusta, GA - Engineering. Your submittal should respond to, and be based on, the information included in this Request for Proposal. Responses will be received in the office of the Director of Procurement at 535 Telfair Street, Suite 605,Augusta, GA 30901 until Friday, March 22, 2019 @ 11:00 a.m. The RFP must be submitted in a sealed package and labeled with firm's name and the name of the project - RFP 19-179 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations for the Augusta,GA-Engineering Department". No RFP 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 RFP. The RFP shall be addressed and delivered accordingly to: Ms. Geri Sams, Director of Procurement Procurement Department 535 Telfair Street, Room 605 Augusta,Georgia 30901 All firms responding are cautioned to read this RFP carefully for understanding and request clarification from Augusta on any questions pertaining to this RFP. 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 Friday, March 8, 2019 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered. Issues and responses addressed in any other manner will not be considered valid or binding in consideration of proposals or any subsequent contract negotiations. Failure to provide all of the requested information may cause the proposal to be rejected as non-responsive. Interested and qualified firm(s) and/or party(ies) are 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. For a proposal to be considered it must remain valid for at least 60 days after bids have been opened, pending the execution of contract with the successful bidder. If an award of contract is awarded as a result of this solicitation, the contract will be made on the basis of the response which best satisfies the intent of this RFP and other factors considered in the best interest of the Owner. Negotiations may be undertaken with the firm whose proposal shows them to be the most qualified, responsible, and capable of performing the work. In addition to cost, the Owner will consider professional qualifications and related experience to determine which proposal would be in Owner's best interest if a contract were made. Additionally, appropriate professional registration and significant prior experience in projects of similar scope are considered minimal qualifications. The Owner reserves the right to consider proposals or modification thereof received at any time before the award is made, if such action is in the interest of the Owner. The Owner reserves the right to reject any or all proposals received as the result of this RFP. The Owner also maintains the right to negotiate with any firm,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 execution of a contract and approval by the Board of Commissioners. RFP 19-179 On-Call Material Testing RFP Due:Friday, March 22,2019 @ 11:00 a.m. Page 10 of 29 I. SCOPE OF SERVICES: The Augusta Engineering Department (AED) is currently requesting professional services from Geotechnical and Material Testing Professional firms for construction materials inspection and testing, construction monitoring and quality assurance / quality control (QA/QC) during various stages of roadway and infrastructure construction, and geotechnical inspections and investigations. AED has infrastructure improvements several projects in design and under construction. This trend will continue for the next several years. Majority of the projects are local funded (SPLOST) and regional funded (TIA). There are a few federal funded projects too. The following projects are currently under construction or will be under construction in Year 2019,Year 2020: 1. James Brown Blvd. (9th Street) Improvements 2. East Augusta Drainage Phase III 3. Berckmans Road Improvements and Realignment Project-Part II 4. Wrightsboro Road(Mark Church Rd.to Augusta West Pkwy) Improvements 5. 15th Street Pedestrian Improvements 6. 13th Street Improvements 7. Telfair Street Improvements 8. Various Bridges Repair and Maintenance Improvements 9. Dirt Roads Paving 10.Various Roads Paving, Resurfacing,and sidewalks The contract will be on an as needed basis for a period of three (3) years with an option to renew for two (2) additional one year terms. It is the intent of the Augusta Engineering Department to select up to three (3) firms for the proposed services. The award may be for more or less than three(3)firms. Prime firm must be a Geotechnical and Material Testing Firm providing similar services as requested under this RFP as one of the primary area of specialization. II. SERVICES TO BE RENDERED: The Engineering Department expects the following services to be rendered, but not limited to the following. 1. Interpret and enforce Augusta, Georgia construction standard & specifications, and Georgia Department of Transportation construction standard &specifications on projects. 2. Monitor and document in detail daily construction activities relevant to construction plans, soil and construction materials,and construction activities QA/QC. 3. Perform field and laboratory testing for soil and construction materials on projects. 4. Perform borrow pit material suitability assessment on projects. 5. Perform geotechnical inspections and investigations on projects. 6. Attend project team meetings on an as needed basis. 7. Measure and estimate material put in place by contractors and verify payment requests. 8. Conduct construction NPDES monitoring,sampling and reporting RFP 19-179 On-Call Material Testing RFP Due:Friday, March 22,2019 @ 11:00 a.m. Page 11 of 29 9. Conduct existing base and subbase material suitability assessment and provide recommendations. 10. Conduct subsurface material suitability assessment and provide recommendations. 11. Provide Geotechnical Services on as needed basis. III. GENERAL REQUIREMENTS : 1. The Prime Consultant shall be practicing Geotechnical Engineering and Construction Material Inspection&Testing as one of the primary areas of its specialty services. 2. The Consultant agrees to provide all necessary personnel, as required by AED with transportation and all the required instruments, and equipment. The primary task of the Consultant will be to provide construction monitoring and quality control. Testing and Inspection of soil, materials, asphalt and concrete work described in project plans and specifications. Test reports will be transmitted electronically daily to AED Construction Engineer in a format acceptable to AED Construction Engineer. 3. Nothing in the contract shall be construed as establishing a minimum number of hours of work to be performed under the contract. The amount of work required is solely at the discretion of the AED. Work will be performed under Task Orders and AED will notify the Consultant 48 hours in advance of the requirement for a crew and the work assignment. 4. The personnel provided by the Consultant shall be qualified for and accomplished in soil, materials, asphalt and concrete testing and inspection, infrastructure construction activities monitoring. 5. Testing personnel shall possess the following skills: i. Project Engineer/Project Manager — Graduate engineer experienced in soil, material, asphalt and concrete quality control,testing and inspections. ii. Senior Geotechnical Engineer—Registered graduate civil engineer experienced in soil, materials, asphalt and concrete quality control,testing and inspections. iii. Lab Manager—Certified engineering technician knowledge of FAA specifications and supervision of required field and lab work, iv. Soil Technician—Experienced in completing in-place soil or stone density tests, moisture tests, Proctor tests and assist in solving testing problems with the contractor and resident engineer. v. Asphalt Technician (field)—Certified in use of Nuclear Density device and experienced in performing asphalt testing, and assist in solving testing problems. vi. Asphalt Technician (Batch Plant)—Experienced in performing lab and batch plant asphalt tests, including Marshall Stability,flow,gradation and other basic tests. Knowledge of batch plant operations and reporting any out of specification conditions to the batch plant manager and resident engineer. RFP 19-179 On-Call Material Testing RFP Due:Friday, March 22,2019 @ 11:00 a.m. Page 12 of 29 6. AED shall have the authority to suspend work by the Consultant. If the work is suspension for the convenience of the AED,the Consultant will be paid for a minimum of four(4) hours on the day work is suspended. Cancellation by either party because of inclement weather will not be considered "for convenience of the AED." 7. For Geotechnical Investigations and studies, Consultant shall coordinate with 811 for utility marking, and provide all traffic control and maintenance required to perform the field work. Traffic Control shall be performed in accordance with Federal Highway Administration's Manual of Uniform Traffic Control Devices (MUTCD), latest edition, the state of Georgia, Department of Transportation Standard Specifications for the Construction of Roads and Bridges, latest edition and its Supplemental specifications, latest edition. 8. Work to be performed will be authorized by work Task Order issued by the AED specific to the applicable project, and shall be invoiced accordingly, such that it can be tied to a specific AED project.The contract will not grantee the amount of work, if any, available under the contract. 9. Reference and Specifications: I. ASTM D4318-10(2010 or latest) II. ASTM D1140-00(2006 or latest) III. ASTM D422-63 (2007 or latest) IV. ASTM D2216-10(2010 or latest) V. ASTM D1883-07E2 (2007 or latest) VI. ASTM D2435/2435M (2011 or latest) VII. EPA Method 624/8620 VIII. EPA Method 1664/9071 IX. 40 CFR, part 136,Appendix B X. American Concrete Institute (ACI) Xl. Manual of Uniform Traffic Control Devices (MUTCD) XII. Georgia Department of Transportation Standard Specifications for Construction of Transportation Systems XIII. Georgia Department of Transportation TIA Manual XIV. Other applicable Industry accepted standards IV. SPECIAL 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,arising out of or resulting from the performance of its Work. RFP 19-179 On-Call Material Testing RFP Due:Friday, March 22,2019 @ 11:00 a.m. Page 13 of 29 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 it 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. 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 § 1-10-129(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. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 14 of 29 V. ADDITIONAL SPECIAL PROVISIONS : Projects Funded 100% with Special District Transportation Sales and Use Tax Proceeds Collected Pursuant to the Transportation Investment Act(TIA)of 2010 1. To terminate this contract without further obligation of the City to the extent that the obligations exceed the availability of such the Special District Transportation Sale and Use Tax proceeds for the project as designated by the City or the City may determine in its sole discretion that a suspension period should be instituted as set forth in specification "Temporary Suspension of Work". The City's certification as to the availability of the Special District Transportation Sale and Use Tax proceeds as designated by the City shall be conclusive. 2. Any payments shall be made to the Contractor after receipt of such transportation sales and use tax proceeds from GSFIC/GDOT by the City. The parties agree that the provisions of the Georgia Prompt Pay Act,O.C.G.A. § 13-11-1 et seq., do not control and that the Consultant/Contractor waives any and all rights it may have under said Act. 3. All provisions of this Specification shall be incorporated by and into any subcontracts entered into by the Contractor with its subcontractors. 4. DBE, SMALL BUSINESS AND VETERAN OWNED BUSINESS - On May 17, 2012, the GDOT, acting by and through its Board, passed a resolution in which it: (1) reaffirmed its commitment to Title VI of the 1964 Civil Rights Act of nondiscrimination in the delivery and management of Transportation Investment Act funded projects; and (2) encouraged the use of Disadvantaged Business Enterprises (DBE) (including minority and woman owned businesses),small businesses, and veteran owned businesses in any project that is funded in whole or in part by Transportation Investment Act funds, and encouraged wherever practical and feasible,the local government or governments that manage Transportation Investment Act funded projects to include the same in its delivery and management of a project. Reference to this resolution shall be included in all subcontracts entered in by the Contractor related to this Project. While there is no DBE, small businesses or veteran owned businesses goal required, the Contractor is required to provide the following information monthly on GDOT specified form to the GDOT/AED regarding whether it utilized any DBE (as defined in forth in 49 CFR Part 26),small business(as defined in 13,CRR Part 121)or veteran owned,along with the following information: 1) The names and addresses of DBE firms, small businesses or veteran owned businesses committed to participate in the Contract; 2) A description of the work each DBE firm, small business or veteran owned business will perform;and 3) The dollar amount of the participation of each DBE firm, small business or veteran owned business participating. 4) All provisions of this Specification shall be incorporated by and into any subcontracts entered into by the Contractor with its subcontractors. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 15 of 29 5. Temporary Suspension of Work-The City has the authority to suspend The Work wholly or in part,for as long as the City may deem necessary, because of unsuitable weather, lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project, or other conditions considered unfavorable for continuing The Work, or for as long as he may deem necessary by reason of failure of the Contractor to carry out orders given, or to comply with any provisions of the Contract. No additional compensation will be paid the Consultant/Contractor because of suspension except as specifically set forth below. The Work shall be resumed when conditions are favorable or when corrective measures satisfactory to the City have been applied; when, and as ordered by the City in writing.The Consultant shall not stop The Work without authority. If The Work is stopped by the lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project or any temporary or permanent injunction, court restraining order, process or judgment of any kind, directed to either of the parties hereto, then such period or delay will not be charged against the Contract Time nor shall the City be liable to the Consultant/Contractor on account of such delay or termination of work. SUSPENSION PERIOD FOR LACK OF SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS: If The Work is stopped and suspension period instituted by the City in writing as a result of the lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project,such suspension shall last for a maximum of ninety(90)days. This Contract does not obligate the City to make any payment to the Consultant/Contractor for said Extra Work from any funds other than from available special district transportation sales and use tax proceeds as designated by the Department for the Project. After this ninety (90) day period, if special district transportation sales and use tax proceeds as designated by the City for the Project are available or anticipated to be available as determined in the sole discretion of the City, the Consultant/Contractor will be directed by the City to either (1) continue The Work under the Contract or(2)agree to a new suspension period as determined by the City. After this ninety (90) day period, if special district transportation sales and use tax proceeds as designated by the Department for the Project are not available or anticipated to be not available as determined in the sole discretion of the City, this Contract shall be terminated upon notification by the City to the Consultant/Contractor. To the extent practically possible, the City will provide written notification to the Consultant/Contractor that The Work is going to be stopped either permanently or during a suspension period as the result of the lack of special district transportation sales and use tax proceeds three(3) months prior to the date of The Work stoppage. The City's certification as to the availability of the special district transportation sales and use tax proceeds as designated by the City for the Project shall be conclusive. The contract time will be extended to reflect the length of the suspension period and any resulting delays. No damages for delay or consequential damages will be recoverable as a result of any suspension period. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 16 of 29 VI RESPONSE CONTENT: To provide a degree of consistency in review of the written proposals,companies are requested to prepare their proposals in the standard format specified below.The overall submittal shall not surpass thirty-five(35)pages 1.Title Page: Proposer should identify the RFP subject, name,and title of contact person, address,telephone number, fax number,email address,and date of submission. 2.Transmittal Letter: The transmittal letter should be not more than two (2) pages long and should include as a minimum the following: a.A brief statement of the Proposer's understanding of the services to be performed. b. The names of persons authorized to represent the Proposer, their title, address and telephone number(if different from the individual who signs the transmittal letter). 3.Table of Contents: The table of contents should include a clear and complete identification by section and page number of the materials submitted. 4. Firm Qualifications: Describe firm experience, capabilities and other qualifications for this project. Described how the project will be organized and managed. Include the anticipated use of subcontractors or vendors. Describe the resources necessary to accomplish the purpose of the project. a. Background of the firm.This should include a brief history of the firm and types of services the firm is qualified to perform. b. Qualifications of the firm in performing this type of work. This should include examples of related experience and references for similar studies and projects. 5.Team Member Qualifications: Project team and the team member's individual qualifications. Identify individuals and subconsultants who will complete this work, their experience, and their individual qualifications. Pertinent resumes of assigned personnel should be included. 6.Current Work Load: Current work load and staffing availability to perform Augusta Engineering Department work. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 17 of 29 7. Subconsultants/subcontractor(s) Submit all required information for any subconsultants/subcontractor(s) that will be used to perform any part of the requested services. Subconsultants/Subcontractors will also be evaluated using the above listed criteria in that order of importance. 8. Fee Proposal: Awarded unit fee will be"Median Unit Fee"of fee submitted by the selected firms. Cost of Services: In addition to cost for listed services, also attached "Standard Charges Sheet" for other relevant professional and field staff. The fee proposal must include the following: I. Must be provided on attached Fee Form II. Include hourly cost per job classification such as Project Geotechincal Engineer, Lab. Manager, Engineering Technician,Soil Technician III. Include direct expense cost (such as vehicle, phones, per diem„ lodging,etc.) in hourly cost;there will not be a separate pay items for these and other incidental items IV. Assigned work will be performed per issued Task Order. Each Task order will be contracted based on specific scope of services for a respective project V. Registration/Certification required for onsite staff and Project Engineer/Manager; such as Georgia Professional Engineer,ACI certification, GSWCC, GDOT. See"Itemized Unit Price Sheet". Fee Proposal must be sealed separately and labeled on the outside of the package to clearly Indicate that it is in response to RFP#19-179 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 18 of 29 VII. RESPONSE REQUIREMENTS: An official authorized to bind the offeror must sign all statements. Any document received after this time and date will not be considered and will be returned unopened to the firm. Responses should be submitted in the format outlined in this section. Augusta reserves the right to eliminate from further consideration any response that is deemed substantially or materially unresponsive to the requests for information contained in this section. All proposals should be complete and carefully worded and must convey all information requested by Augusta. The overall submittal shall not surpass thirty-five (35) pages. Submittal should be organized and tabbed (Cover letter,tabs and other required forms are not a part of the thirty-five (35) page limit). 1. The vendors are required to submit one (1) marked unbound original and seven (7) copies of their RFP. Original is to be unbound. Copies may be bound Stapled, ring bound or spiral bound 2. Proposals should be prepared simply and economically, providing a straightforward, concise description of offeror's capabilities to satisfy the requirements of the RFP. 3. Each copy of the proposal should be bound in a single volume, including any documentation. 4. If the proposal includes any information in addition to the specific information requested in the RFP, it should be included as an appendix to the proposal. 5. Fee Proposal must be sealed separately and labeled on the outside of the package to clearly Indicate that it is in response to RFP #19-179 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 19 of 29 O E-O R O I A CRITERIA FOR EVALUATION RFP—Evaluation/Scoring Guidelines Evaluation Process All proposals will be evaluated by an Augusta,Georgia Selection Committee(Committee). The Committee may be composed of Augusta, Georgia staff and other parties that may have expertise or experience in the services described herein. The Committee will review the submittals and will rank the proposers. The evaluation of the proposals shall be within the sole judgment and discretion of the Committee. All contacts during the evaluation phase shall be through the Augusta, Georgia Procurement Office only. Proposers shall neither contact nor lobby evaluators during the evaluation process. Attempts by Proposer to contact members of the Committee may jeopardize the integrity of the evaluation and selection process and risk possible disqualification of Proposer. The Committee will evaluate each proposal meeting the qualification requirements set forth in this RFP. Proposers should bear in mind that any proposal that is unrealistic in terms of the technical or schedule commitments may be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of Augusta,Georgia's requirements as set forth in this RFP. If needed, the selection process will include oral interviews. The consultant will be notified of the time and place of oral interviews and if any additional information that may be required to be submitted. Cumulative Scores will include the total from Phase 1 and Phase 2. It is the intent of the Owner to conduct a fair and comprehensive evaluation of all proposals received. The contract for this project/service will be awarded to the proposer who submitted a proposal that is most advantageous to the Owner. Evaluation Criteria Proposals will be evaluated according to each Evaluation Criteria,and scored on a zero to five point rating. The scores for all the Evaluation Criteria will then be multiplied according to their assigned weight to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project/service is five hundred(500)points. Rating Scale Not Non-responsive, fails to meet RFP specifications.The approach has no probability of 0 Acceptable success. For mandatory requirement this score will result in disqualification of proposal. Below average, falls short of expectations, is substandard to that which is the 1 Poor average or expected norm, has a low probability of success in achieving project/service objectives per RFP. 2 Fair Has a reasonable probability of success, however, some objectives may not be met. Acceptable, achieves all objectives in a reasonable fashion per RFP specification. 3 Average This will be the baseline score for each item with adjustments based on interpretation of proposal by Evaluation Committee members. 4 Above Very good probability of success, better than that which is average or expected as Average/Good the norm.Achieves all objectives per RFP requirements and expectations. Excellent/ Exceeds expectations, very innovative, clearly superior to that which is average or 5 Exceptional expected as the norm. Excellent probability of success and in achieving all objectives and meeting RFP specification. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 20 of 29 The Evaluation Criteria Summary and their respective weights are as follows: 1. Completeness of Response(Pass/Fail) a. Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent addenda and do not address each of the items listed below will be considered incomplete, be rated a Fail in the Evaluation Criteria and will receive no further consideration. Responses that are rated a Fail and are not considered may be picked up at the delivery location or returned to the vendor(at vendor's expense). Please provide shipping instructions and/or fees upon the completion of the competitive process. Conflict of Interest Statement(Pass/Fail) b. Discloses any financial, business or other relationship with the Augusta, Georgia that may have an impact upon the outcome of the contract or the construction project/service. c. Lists current clients who may have a financial interest in the outcome of this contract or the construction project/service that will follow. d. Discloses any financial interest or relationship with any construction company that might submit a bid on the construction project/service. 2. Qualifications&Experience(10 points) a. Relevant experience, specific qualifications, and technical expertise of the firm and sub- consultants/proposers to conduct the required services as listed in this RFP and adhering to all required license requirement for federal,state and local services. 3. Organization&Approach(10 points) a. Describes familiarity of project/service and demonstrates understanding of work completed to date and project/service objectives moving forward b. Roles and Organization of Proposed Team i. Proposes adequate and appropriate disciplines of project/service team. ii. Some or all of team members have previously worked together on similar project/service(s). iii. Overall organization of the team is relevant to Augusta,Georgia needs. c. Project and Management Approach i. Team is managed by an individual with appropriate experience in similar project/services. This person's time is appropriately committed to the project/service. ii. Team successfully addresses all requirements of this RFP. iii. The team and management approach responds to project/service issues. Team structure provides adequate capability to perform both volume and quality of needed work within project/service schedule milestones. d. Roles of Key Individuals on the Team i. Proposed team members, as demonstrated by enclosed resumes, have relevant experience for their role in the project/service. ii. Key positions required to execute the project/service team's responsibilities are appropriately staffed. e. Working Relationship with Augusta,Georgia i. Team and its leaders have experience working in the public sector and knowledge of public sector procurement process. ii. Team leadership understands the nature of public sector work and its decision-making process. iii. Proposal responds to need to assist Augusta,Georgia during the/service. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 21 of 29 4. Scope of Services to be Provided(30 points) 1. Qualifications of key Professionals that will be assigned to inspection and testing and other listed tasks 2. Specific relevant experience of your company (specific to soil and material testing to local & state entities) • 5. Schedule of Work(5 points) a. Schedule shows completion of the work within or preferably prior to the Augusta, Georgia overall time limits as specified in the RFQ. b. The schedule serves as a project/service timeline, stating all major milestones and required submittals for project/service management and applicable law compliance. c. The schedule addresses all knowledgeable phases of the project/service, in accordance with the general requirements of this RFQ. d. Provide a Time-Logic Scale Critical Path Method(CPM)schedule with start and finish dates. 6. References(10 points) a. Provide as reference the name of at least three (3) agencies you currently or have previously consulted for in the past three(3)years. b. Include specific individuals with addresses and telephone numbers. 7. Proximity to Area(10 points) a. Within Richmond County 10 points b. Within CSRA 6 points c. Within Georgia 4 points d. Within SE United States(includes AL,TN,NC,SC,FL) 2 points e. All Others 1 points 8. Presentation by Team(10 points)(Optional) • Team presentation conveying project/service understanding,communication skills, innovative ideas,critical issues and solutions. 9. Q&A Response to Panel Questions(5 points)(Optional) Proposer provides responses to various interview panel questions. 10. Cost/Fee Proposal(10 points) Enclosed in a separate sealed envelope. a. Lowest Fee 10 b. Second 6 c. Third 4 d. Fourth 2 e. Fifth 1 RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 22 of 29 Weighted scores for each Proposal will be assigned utilizing the table below: Phase 1 No. Evaluation Criteria Rating Weight (Ra ing* (0-5) g Weight) Completeness of Response • Package submitted by the deadline 1 • Package is complete(includes requested information as required N/A Pass/Fail Pass/Fail per this solicitation) • Attachment B is complete,signed and notarized 2 Qualifications&Experience 10 3 Organization&Approach 10 Scope of Services 1. Qualifications of key Professionals that will be assigned to inspection and 4 testing and other listed tasks 30 2. Specific relevant experience of your company(specific to soil and material testing to local&state entities) 5 Schedule of Work 5 6 References (include specific individuals with addresses and telephone numbers). 10 Proximity to Area Within Richmond County 10 points Within CSRA 6 points 7 Within Georgia 4 points 10 Within SE United States(includes AL,TN, NC,SC, FL) 2 points All Others 1 points Phase 2(Optional—Numbers 8 and 9)Any Vendors that Receive Less Than a Rating Score 3 Ranking in Any Category will not be considered for Phase II) (0-5) Weight (Rating* Weight) 8 Presentation by Team 10 9 Q&A Response to Panel Questions 5 Cost/Fee Proposal Consideration Lowest Fee 10 10 e. Second 6 f. Third 4 10 g. Fourth 2 f. Fifth 1 Total: 100 Proposals will be evaluated according to each Evaluation Criteria,and scored on a zero to five point rating. The scores for all the Evaluation Criteria will then be multiplied according to their assigned weight to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project/service is five hundred(500)points. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 23 of 29 Local Small Business Goal The Local Small Business Opportunity Program provides for Local Small Business goals to be set on all applicable Augusta, Georgia procurements over $100,000 in value. The Local Small Business goal for this procurement is: 0 % As a result of the Local Small Business Goal on this procurement being ZERO, no LSBOP documents are required as a part of the procurement process. However, even when a soliciataion does not contain a Local Small Business goal (or the goal is set at zero), each Bidder must negotiate in good faith with each local small business that responds to the Bidder's solicitation and each local small business that contacts the Bidder on its own accord. All successful bidders are required to collect and maintain all records necessary for Augusta to evaluate the effectiveness of its LSBOP. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 29 of 29 lro enumt G Wane G L C) R ti I A p MAILED/E-MAILED �Jfla� dlcar TO: All Vendors Nancy Williams,Quality Assurance Analyst Hameed Malik, En:ineerjng Department FROM: Geri Sams Procurement Dir..st DATE: March 18, 2019 SUBJ: New RFP Opening Date, Responses to Vendor's Questions and Change of RFP Date RFP ITEM: RFP Item #19-179 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations for Augusta,GA—Engineering Department NEW RFP OPENING DATE: Friday, March 29, @ 11:00 a.m. ADDENDUM NO. 1 Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the above- named Bid Package. The changes and clarifications shall supplement the contract documents for the above referenced project. Changes shown in this document shall supersede previously dated contract documents. Acknowledge receipt of all Addendums on Attachment B within the specifications package. The Bid Opening Date for Bid Item#19-179 On-Call Construction Material Inspection and Testing,Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations for Augusta, GA-Engineering Department has been changed: From: Friday, March 22, 2019 @ 11:00 a.m. To: Friday, March 29, 2019 @ 11:00 a.m. Responses to Vendor's Questions: 1. Question: On page 11 of 29,which projects listed have already had Geotechnical Explorations Performed for them? Response: Construction of listed projects is phased continued construction and task is released on as needed basis. 2. Question: On page 26 of 29,is item No. 10: Field CBR Test:Is this item intended to be a Laboratory CBR test,or a Field CBR test? Response: Assume that it is a Lab CBR. Room 605- 535 Telfair Street,Augusta Georgia 30901 (706)821-2422-Fax(706)821-281 I EY.�'_ 0 Scan this OR code with your o = smartphone or camera equipped Register at www.demandstar.com/supplier for automatic bid notification o e t tablet to visit the Augusta,Georgia Addendum 1 RFP19-179 On-Call Construction Material Inspection and Testing Paoe 1 of 3 3. Question: On Page 27 of 29, Item No 2: Jet Boring for rock profile: This type of boring is typically associated with the oil and gas industry. Is this item anticipated or needed? Response: Assume yes,it is needed. 4. Question: On page 27 of 29,Item No. 3: Boring for Seismic rock profile@ 100 ft. intervals: Is this intended to request soil test borings to provide data for calculation of the Seismic Site Classification? Response: It can be for other purposes too(including seismic site classification). 5. Question: On page 27 of 29,Item No.3: Boring for Seismic rock profile @ 100 ft. intervals: does interval imply that you are requesting pricing for these borings at a spacing of 100 feet? Response: Assume yes. 6. Question: On Page 27 of 29, Item No.3:Boring for Seismic rock profile @ 100 ft. intervals: Is this requesting a boring depth of 100 feet as is typical for providing data for Seismic Site Classification. Response: It can be for other purposes too(including seismic site classification) 7. Question: On Page 27 of 29, Item No.3: Boring for Seismic rock profile @ 100 ft. intervals: Is this item to include Standard Penetration Test(split barrel samples)? Response: Assume yes. 8. Question: On Page 27 of 29,Item No.'s 1, 2,&3: Borings:The descriptions for these 3 implies that the per foot rate is to include traffic control. Including the cost of traffic control in the footage rate will cause borings drilled where traffic control is not needed to be much more expensive than necessary. Would it be acceptable to propose a separate line item for traffic control services on a daily rate? Response: No. 9. Question: Will all questions and responses be posted on the Augusta Georgia web site under the Procurement Department ARC bid site? If so, by when? Response: Yes.When the Addendum is issued. 10. Question: By what date and Time will the last Addendum be posted? Response: The Addendum will be issued at least five(5)days prior to the opening of the RFP. 11. Question: Since some of the funding for these projects will be DOT funds and the work may be designed by DOT,will the proposing firms need to be pre-qualified by DOT for certain categories? Response: Assume no. (Prime Firm needs to demonstrate significant experience in requested services including similar past services) 12. Question: Since some of the funding for these projects will be DOT funds and the work may be designed by DOT,will the technicians working on the contract need to have DOT will the technicians working on the contract need to have DOT certifications such as RTT, QCT,and WEC? Response: Assume no.(Assigned Inspector shall have significant experience providing requested services) Addendum 1 RFP19-179 On-Call Construction Material Inspection and Testing Paae 2 of 3 13. Question: A statement on page 3 of the RFP is as follows:"No RFP may be withdrawn for a period (90) days after bids have been opened, pending the execution of contract with the successful bidder(s)." This statement is on page 10: "For a proposal to be considered it must remain valid for at least 60 days after bids have been opened, pending the execution of contract with the successful bidder." Please clarify if the proposal needs to remain valid for 60 or 90 days. Response: The proposal needs to remain valid for 90 days. 14. Question: On page 9,Sec. 1-10-129, Item(6) references three documents: (i)Non-Discrimination Statement: (ii) Proposed Local Small Business Subcontractor/Supplier Utilization Plan; and (iii) Documentation of Good Faith Efforts to use local small businesses. Directly below this list is the following statement: "Failure to submit the above documentation shall result in the bid or proposal being declared non-responsive." However,this statement is on page 29: "As a result of the Local Small Business Goal on this procurement being ZERO, no LSBOP documents are required as a part of the procurement process." Please confirm that we do not have to submit LSBOP documentation including the above-referenced forms numbered (i), (ii),and (iii). Response: No,you do not have to submit. 15. Question: In reference to page 26 of 29 under the material testing items,item 9 states "Marshall Asphalt Mix Design." Does this item mean that we will be reviewing a Marshall mix design or does it indicate that we will be developing and providing a new mix design? Response: It can be either way or both.Assume both. Please acknowledge addendum in your submittal END OF ADDENDUM Addendum 1 RFP19-179 On-Call Construction Material Inspection and Testing Pace 3 of 3 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations CONSULTANT'S PROPOSAL G EOR G I , Request for __Qualifications Number 19-179 On-Call Construction Material Inspection & Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations For:Augusta Engineering Department Submitted by: Matrix Engineering Group, Inc on 3/29/19 3459 Wrightsboro Road, Suite B,Augusta, GA 30909 Contact Person: Amin Tomeh, PE, PMP, D.GE Email:Amin@matrixEngineeringGroup.com Phone: 770-448-3124 r--ivA Matrix Engineering J Group, inc. engineers I special inspectors I construction consultants (IVOMatrix Engineering March 29th, 2019 Group, Inc. engineers j special inspectors;construction consultants Augusta Procurement Department Attn: Geri Sams, Director of Procurement 535 Telfair Street, Room 605 Augusta, Georgia 30901 Re: Request for Proposal#19-179 for Augusta Engineering Department On-Call Construction Material Inspection, QA/QC, and Geotechnical Inspections Matrix Engineering Group, Inc. (Matrix) is pleased to submit its Qualifications for the On-Call Construction Material Inspection and Testing - Request for Proposal by the Augusta Engineering Department 419-179 that was issued on February 14, 2019 along with Addendum#1 that was issued on March 18, 2019. Matrix has successfully completed thousands of construction projects in the Atlanta and Augusta area. Our special inspectors and professional engineers have gained significant experience in managing various types of construction projects from small to large scale geotechnical explorations, materials testing and special inspections services. Our effective tools that were developed in-house allow us to be very competitive while maintaining a high level of customer service and satisfaction. We hope that the City of Augusta Engineering Department will look favorably on our Statement of Qualifications. We look forward to highlighting our in-house capabilities and systems which we believe will allow the construction and design team to effectively manage the quality control program. This will undoubtedly translate to tangible savings to the City of Augusta. Very truly yours, MATRIX ENGINEERING GROUP,INC. 1 "gem Amin Tomeh,PE, PMP, D.GE Sam Alyateem, P.E Principal Principal M:13.Statement of Qualifications&PreQualiftcafioa Package\Cily of Augusta\20191TR4NSMITTAL LETTER.doc 3459 Wrightsboro Road, Suite B Augusta,GA.30909 t:770.448.3124 f:770.448 5324 TABLE OF CONTENTS G E - U R GI A SECTION 1 - FIRM QUALIFICATIONS... 1 - 11 SECTION II - TEAM QUALIFICATIONS... ... ... 12-25 SECTION 111 - CURRENT WORKLOAD... ... ... 26 SECTION IV - SUB-CONSULTANTS... ... ... ... 27-32 SECTION V -APPENDIX... ... ...33-35 Matrix Engineering Group, Inc. engineers I special inspectors I construction consultants FIRM QUALIFICATIONS The City of Augusta Engineering Department annual contract for On-Call Testing services will be managed and coordinated by Mr.Amin Tomeh, PE, PMP,D.GE,one of the principals and founders of Matrix Engineering Group, Inc. Mr. Tomeh will be available for correspondence,communications,and consultations during business hours as well as on a 24 hours/7days a week for emergencies. The following is the contact information: Amin Tomeh,PE,PMP, D.GE 3459 Wrightsboro Road, Suite B Augusta,Georgia 30909 Email address is:aminwnmatrixengineeringgroup.com Office Telephone No. 770-448-3124 ext.25 Fax No. 770-448-5324 Mobile Telephone No. 770-652-5235. Mr.Tomeh with over 27 years of field experience in Geotechnical,Geophysical, Environmental, Engineering Consulting,and Construction Materials Testing,has acquired the necessary technical experience and management skills to handle the diversified fields that the City of Augusta has solicited in this Request for Proposal. Mr.Tomeh has supervised and successfully managed in his field of expertise a wide range of small and large scale projects including, but not limited to, infrastructure projects,watershed projects,and transportation projects. Mr. Tomeh is currently the Project Manager and Senior Engineer for the current City of Augusta annual contract is committed to serving the needs of the City of Augusta and its citizens. Matrix Engineering Group, Inc.has been in the Atlanta area since 1994 and the Augusta office was established in late 2015.The project management services and laboratory testing will be based out of our Atlanta office while the staffing for projects will be conducted from our Augusta office. If rushed laboratory services are needed,we will rely on a local laboratory in Augusta for short-turn around requests. Our Augusta office will ultimately be responsible for providing professional services for the On-Call projects with additional support from our Atlanta office,as needed. Matrix has over 20 staff members, 17 of whom are professional engineers,degreed civil engineers,certified inspectors and field technicians holding ACI, NICET, ICC (soil, reinforced concrete, reinforced masonry.structural steel including welding&bolting, fireproofing),CWI, MAG,GSWCC NPDES certifications, in addition to experienced accounting and administrative support and clerical staff Matrix has professional qualifications by GDOT under area classes 6.01a,6.01b, 6.04a,and 6.04b. A copy of our GDOT Notice of Professional Consultant Qualification is included with the Laboratory Certifications. MATRIX ENGINEERING GROUP, INC. w'%w.MatrixEngineeringGroup.com 1 Firm Experience with Geotechnical Services The following Team will manage the Geotechnical and Geo-Environmental Engineering Services. Management guidelines and methodology for executing the project assignment follows. Senior Engineers: Overall Management, Geotechnical and Environmental Engineering Consultations, Engineering Recommendations, and Consulting with the County Engineers and Project Managers: Mr.Amin Tomeh,PE,PMP,D.GE Mr.Sam Alvateem,PE Project Engineers: Coordinate field activities (i.e. boring layout, utility clearance, sampling. supervision of drilling crew,and traffic control, if necessary). Mr. Eric Taylor, Master ICC Inspector and Certified Hazardous Materials Assessor Mr.Jean Claude Toriz, Staff Engineer Mr.Sulemana Al-Hasan, Staff Engineer Mr.Ashraf Abukhalaf, Staff Engineer Matrix Laboratory Facilities: Geotechnical and Environmental Laboratory Testing MANAGEMENT APPROACH Once a Geotechnical project is assigned to Matrix, the following protocol is typically followed: Review of relevant drawings, maps, and information available at the City of Augusta to make a preliminary assessment of the scope of work. ➢ Once the project scope is defined, a budget will be developed and discussed with the City of Augusta Engineering Department project manager. Alternatives will be discussed with the City of Augusta Engineering Department project managers and the designer to ensure that economical options are evaluated prior to finalizing the budget. Once the required Purchase Order is approved,one of the senior engineers will take charge on the execution of the work. The Senior Engineer will determine the resources required to complete the work. Matrix and its team members have adequate staff and equipment to perform the sampling and field sampling and laboratory testing service solicited in this proposal. The senior engineer will assign a staff engineer to coordinate all of the activities to complete the field work.A meeting will be held with the staff engineer(s) in order to prepare an overall plan to meet the project objectives. MATRIX ENGINEERING GROUP, INC. wA%w.MatrixLnaineeringGroup.com 2 Available as-built or existing drawing will be reviewed to better evaluate the field conditions. Prior to performing the field work, the necessary access and or permits will be obtained to ensure a safe operation. y If work will be conducted at an existing structure,coordination with the maintenance staff and/or facilities' manager is made to determine an acceptable work schedule based on the City of Augusta operation, activities and programs. If the site is wooded,the engineer would establish a plan of clearing paths for access by the drilling equipment.Clearing of trees, if necessary,will be limited to small caliber trees upon verification with the City of Augusta Engineering Department representatives. Field data will be gathered in accordance with the applicable standards and requirements (ASTM, EPA/EPD, FAA, DOT, NESHAP, and ACI, as warranted). Matrix. has a list of drilling subcontractors (i.e. Kilman Brothers Drilling & Geo-Lab Drilling). The selection of the drilling company would be based on the type of work performed(i.e. geotechnical or geo- environmental)and ability to respond to the project demands. Once samples are obtained, the necessary field documentation and/or chain of custody records will be generated and the samples transported to the appropriate laboratory for processing and designated laboratory testing. r The Senior Engineer will review the field data, laboratory test results, and perform the necessary engineering evaluation to determine the geotechnical or environmental parameters and make recommendations for the design and construction of the project. If unfavorable site conditions prevail that could impact the proposed construction, the designer and owner representatives will be contacted for preliminary discussions of the site conditions and allow the designer to determine if other alternatives that would be most economical for the site. A preliminary report of the findings can be transmitted upon the request of the Architect/Engineer/Owner. Otherwise, a final report will be completed, signed, stamped by a Registered Engineer in the State of Georgia, and transmitted to the City/Designer, as directed by the City Project Manager. Matrix engineering professionals will be available at the request of the owner to discuss the findings and recommendations as well as for consultations. Matrix engineering staff have extensive experience and adequate resources in the City of Augusta and is committed to dedicate its staff to fulfill its obligations. We believe that the City of Augusta will find Matrix an important member of the desi gn and construction team that is able to solve challenging field conditions with innovative solutions during the design and construction phases. MATRIX ENGINEERING GROUP, INC. www.MatrixEngineeringGroup.com 3 Firm Experience with Construction Materials Testing& Special Inspections The following Team members and personnel will manage the Construction Materials Testing and Special Inspections. Management guidelines and methodology for executing the project assignment follows. Senior Engineer: Overall Management, Engineering Recommendations, and Consultation with the City Managers and Project Designer. Mr.Amin Tomeh,PE,PMP,D.GE Mr.Sam Alyateem,PE Mr.Abie Ladson,PE,CPESC Project Engineers: For Engineering Inspections, such as foundations bearing capacity, subgrade evaluation,and field supervision as warranted by the project requirements. Mr.Eric Taylor,Master ICC Inspector Mr.Amro AI-Bayati,Staff Engineer Mr.Ashraf Abukhalaf,Staff Engineer Mr.Sulemana Al-Hasan,Staff Engineer Technicians: Ms. Qinhe Lou, ICC,GSWCC Level 1B Mr.Elvis Mixon,ICC,ACI,GSWCC Level 1B Mr.Teddy Newego,ACI, GSWCC Level 1B Mr.Jean Claude Toriz,GSWCC Level 1B.GCPA Masonry Inspector Mr. Robin Thomas,ACI Mr.Nate Armour MATRIX Laboratory: Soil,Concrete,Asphalt Laboratory Testing—Mr. LeKendrick King MANAGEMENT APPROACH Once a project is assigned to Matrix Engineering Group,a principal professional engineer will take responsible charge of the project,review the project scope,obtain plans and specifications from the designer,set up the appropriate communication protocols and prepare a report transmittal list as instructed by the project manager.A project staffing plan will be prepared that is most suitable for the project. Based on the project scope, each technician will be provided by the necessary equipment and tools that Matrix maintains in its facilities. Each technician is typically equipment with the most frequent MATRIX ENGINEERING GROUP, INC. www.MatrixEngineeringGroup.com 4 tests,such as the field soil testing equipment, hand auger and dynamic cone penetrometer for foundation bearing capacity determination,concrete testing equipment to sample and test fresh concrete,a nuclear gauge for asphalt testing when scheduled. The team will consist of the following individuals: ➢ Principal Professional Engineer(PE): Supervise the overall project and provide consultation as requested by the Owner/Engineer or Contractor. Project Coordinator/Scheduler: The scheduling of daily tasks will be assigned by the coordinator who is in constant communications with the contractor and/or owner representative as directed by the project manager. Staff/Project Engineers and Technicians: Full time and part time technicians as requested by the City project managers will be assigned for the project.On-call inspections will be handled by the project coordinator to assign the appropriate personnel for the requested task.Certified Soil,Concrete,Asphalt, Masonry,Fire Proofing, Steel Reinforcement, Structural Steel,roofing,and other requested inspections will be dispatched to the site to perform the necessary testing to ensure that the project specifications are followed. Matrix Engineering Group, Inc. uses a dynamic fully-automated reporting and document management system.Matrix partnered in 2011 with HBNext,an innovative and global leader in the field of internet-based services,invested over$25,000 and jointly developed a unique on- demand records management system to streamline its Construction Materials Testing, Laboratory, and Special inspections services.This system enables Matrix field personnel to upload their findings in real-time to an accessible online server thus eliminating secretarial and clerical input. This in turn eliminates any administrative fees which substantially reduces clerical errors, enhances the review process,and allows a quick transmittal of reports to the Owner and the project design and construction teams. This system also maintains all project documents in a project file that is accessible with the use of a PC or Mobile Smart phone by the client from any locations at any time including a list of deficient/failed tests or inspections. Based on our experience with large projects that were completed in the past several years,the feedback of our clients,and the positive comments Matrix receives on the quality and usefulness of its reports, we feel that Matrix is most qualified to assist the City of Augusta achieving a high level of confidence in the quality of its projects ensuring that these components exceed the intended design life at the lowest maintenance cost. MATRIX ENGINEERING GROUP, INC. w��w.MatrixEngineed ngCroup.com 5 D 7 4 t pro t z, n r ,a d 000 I• _ E cm ' Q I Z N N o • o Zw ;D M O Q1 ani 0) c o m w S ca l0 N Z O a. d ` '" aci �' o C.) z E •� t ° C I t U g vi E 0 ii y w ca 1- LL Z y 0 c f. o Vm v f. 0 DCO 8 _ .co €c t Q W Iw 13 oQ � o fxaL O aeric dd a 8 _ ._ R. �o i. 1.1 o y E e i` W L. m d a: o mi. �C a) N ,d 6 w ti iz; c.j i 3 o c N o z fl fr t.3 < 111 F.� � O 8� c 04 V = oc n a� � oO 03 2 o c gii) cOO aav CAW , � 0ca , ' o � �t ''. I ‘-- - a g in Q 10 � N I— cc v 41 Matrix Engineering Group, Inc. Tucker, Georgia Show This Entry Only View Accreditation Certificate Amin Tomeh 4358 Chamblee Tucker Road Suite 3 Tucker, Georgia 30084 Phone:(770)448-3124 Fax: Amin@matrixengineeringgroup.com http://vvww.matrixengineeringgroup.com Quality Management System-accredited since 5/4/2010 R18,C1077(Aggregate),C1077(Concrete), D3666(Aggregate),D3666(Asphalt Mixture), D3740(Soil), E329 (Aggregate), E329(Asphalt Mixture), E329(Concrete), E329(Soil), E329(Sprayed Fire-Resistive Material) Asphalt Mixture-accredited since 1/20/2016 T275(Cores), D1188(Cores), D2726(Cores), D2950 Soil-accredited since 5/4/2010 D421, D698, D1140, D1557, D2216,D2487,D2488, D4318 Aggregate-accredited since 5/4/2010 C117,C127,C128,C136 Sprayed Fire-Resistive Material-accredited since 5/4/2010 E605, E736 Concrete-accredited since 2/7/2012 C31 (Cylinders),C39,C138, C143, C172, C173, C231,C511, C1064,C1231 (7000 psi and below) Please note that our accreditations do not include an expiration date.An accreditation only expires when the laboratory fails to comply with our accreditation requirements. *This information is only valid as of 2/25/2019. Please visit http://www.aashtoresource.org for current accreditation status. 7 STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION NOTICE OF PROFESSIONAL CONSULTANT QUALIFICATION You are qualified to provide Consulting Services to the Department of Transportation for the area-classes of work checked below. Notice of qualification Is nota notice of selection. NAME AND ADDRESS ISSUE DATE DATE OF EXPIRATION Matrix Engineering Group,Inc. 7/22/16 7/31/19 4358 Chamblee Tucker Road,Suite 3 Tucker,GA 30084 SIGNATUREI � 1. Transponadon Planning 3. Highway Design Roadway(Continued) - 1.01 State Wide Systems Planning Traffic Control Systems Analysis,Design and Urban Area and Regional Transportation 3.09 implementation ............. 1.02 Planning 3.10 Utility Coordination 1.03 Aviation Systems Planning 3.11 Architecture �� -1.04 Mass and Rapid Transportation Planting 3.12 Hydraulic and Hydrobglcal Studies(Roadway) _ 1.05 Alternate System and Corridor Location Planning 3.13 Facilities for Bicycles and Pedestrians 1.06 Unknown 3.14 Historic Rehabilitation T 1.06a NEPA Documentation 3.15 Highway Lighting 1.08b History 3.16 Value Engineering 1.06c Ar Studies Fealties Design of Toil infrastructure 1.O8d Noise Studios 1.O6e fogy 4. Highway Structures `_ 1.081 Archaeology __ 4.O1a Minor Bridges Design 1.06g Freshwater Aquatic Surveys 4.01b Minor Bridge DesignCONDITIONAL 1.06h Bat Surveys __ 4.02 MajorBridges Design 1.07 Attitude,Opinion and Community Value Studies 4.03 Complex Bridge _ 1.08 Airport Master Planning ___._ 4.04 HydratsiC and Hydrological Studies(Bridges) 1.09 Location Studies ___ 4.05 Bridge inspection 1.10 Traffic Studies 1.11 Traffic and Toil Revenue Studies 8. Topography .__.. 5.01 Lind Surveykmg ____ 1.12 Major trmvestrrhent Studies 5.02 Engineering Surveying 1.13 Non-Motorized Transportation Planning -- - 5.03 Geodetic Surveying 2. Mass Transit Operations i__ 6.04 Aerial Photography __-_ 2.01 Mass Transit Program(Systems)Management _ 5.05 Aerial Photogrammetry 2.02 Mass Transit Forabtity and Technical Studies ._._. 5.08 Topographic Remote Sensing 2.03 Mass Transit Vehicle and Propulsion System _____ 6.07 Cartography Mass Transit Controls,Communications and 5.08 Subsurface Utility Engineering - 2.04 Infomwdpn Systems 2.05 Mass Transit Architectural Engineerrp 8. Soils,Foundation S Materials Testing 2.06 Mess Transit unique Structures X 6.01a Sol Surveys 2.07 Mass Transit Electrical and Mechanical Systems X 8.01b Geological and Geophysical Studies Mess Transit Operations Management and _ 6.02 Bridge Foundation Studies ___ 2.08 Support Services Hydraulic and and HydrologicalStudies(Soils and _ 2.09 Aviation _ 8.03 Foundation) 2.10 Mass Transit Program(Systems)Marketing X 6.04e Laboratory Materiels Tenting - X 6.04b Field Testing of Roadway Construction Materials 3. Highway Design Roadway _ 8.05 Hazard Waste Site Assessment Studies Two-Lane or Multi-Lane _. Rural Generally Free _ 3.01 Access Highway Design Two-Lane or Mull-Lane with Curb and Gutter 8. Construction Generally Free Access Highways Design _ 8.01 Construction Supervision 3.02 Including Storm Sewers Two-Lane or Multi-Lane Widening and 9. Erosion end Sedimentation Control Reconstruction,with Curb and Gutter and Storm Erosion,Sedimentation,and Pollution Control and Sewers In Heavily Developed Commercial, 9.01 Comprehensive Monitoring Program 3.03 Industrial and Residential Urban Areas 9.02 Rainfall and Runoff Reporting Multi-Lane,Limited Access Expressway Type Field Inspections for Compliance of Erosion and 3.04 Highway Design 9.03 Sedimentation Control Devices installations 3.05 Design of Urban Expressway and Interstate 3.08 Traffic Operations Studies 3.07 Traffic Operations Design 3.08 Landscape Architecture • 8 ,..,,, . ,, , . . Projects : - " . - x ., r ms's ... „,,,, ,,, ._,..,..........___ . 0. 1 1 th Street Bridge , 1 it Iy 15th Street Bridge a z Scotts Way Bridge Patterson Bridge rtOld Waynesboro ,...... "''''' 1 ” ', , *., ,.40,4 itAliit ' ,.. *' ' ,- tilt. 441k irit*- , .' « err M Augusta, GA m e. CLIENT: City of Augusta Engineering Department Start & Finish Date: Early 2016- Mid 2018 TASKS: Construction Oversight, Project Management and Construction Engineering Inspections Project Manager: SCOPE OF WORK: Arvin Totmmeh, PE, PMP, DGE Matrix performed the Construction Oversight and Lead Inspector: Construction Engineering Inspection (CEI) Services for Amro Al Bayati the 5 bridge projects for City of Augusta. Matrix has been documenting construction tracking activities, verifying pay requests, and performing engineering inspections as requested by the contractor. )I V Matrix Engineering Group, Inc. 9 Project : Berckman's Road Widening, Realignment & Bridge ye * : over Rae's Creek - Au usta GA Augusta, CLIENT: City of Augusta Engineering Department Start & Finish Date: TASKS: Construction Oversight, Project Management and Mid 2015-Early 2017 Construction Engineering Inspections CONTRACTOR: ER Snell Project Manager: SCOPE OF WORK: Amiri Tomeh, PE, PMP, DGE Matrix performed the Construction Oversight and Lead Inspector: Construction Engineering Inspection (CEI) Services for Arriro A) Boyali the road widening, realignment and bridge over Rae's Creek. Matrix was tasked to document construction tracking activities, verify pay requests, and to perform engineering inspections as requested by the contractor. 11 1 Matrix Engineering Group, Inc.Vi 10 NO bpr r' r` r s. rit t• 1`.:= 01 I , ' i , 4, ; I I i a? i i e :4 ` ;. 7 e /. ii ;IN z ' 4 1 r 4 i t r t I !0 O t' a‘27.7-t.' C aw., EON L 2 7 w'O w eo o y co c N 8 w v c c c 0 w w , c o Y v O V .+ m v L N m O X m w m C u. M m m O vio • ODN N O ° F d EO E w o w ,." ONi ""i N '...= C v .- o m w g M16 E L aw ".N m +N, - ,J E w ..2 Ems- 4� o T a m . x ^ w N c m ° c o n y y m C V c w e w o E v a w v •for o..4 , a c w Z m e o B G V 2 m ' MEW � m `w E E 2 o v o E c 8 2 � 'i E C .� y .- 5, v >,<m y°„ O V M w V O A N vYi L m >.y m 'O �i` (�, ... cm w w f0 L C N C d 7 .w+w E E d C « w j !-,� c a b0 7 v i y a c v w a o 1. N N w w C V ,V o d E u a ° E " o 0 0 0 t c 2 N o o EOEcb > m Eu�`c E c v N i+ w v V W w w OOf U c - ro ,, >.7!' ` VO.O WI VI✓ O m w Eo H 4 O .c 7 ' w m N C G oo D m m C Y �I y W N- E C „, ..417, 0 - 1.1 C O' ' C m"N .O .+ pV v C Eio L E W ° Eo w V' ao2 � � w co ° > �.c voc . a .s C . cam {n € Z 0 2 w v Eo „ m e w.D m y > v o w Eo! t; ,10.1, ,.,,..,,, , -0 W t _ d n c € w a t ° o c c D ; v a d v c V O .wvM coo 0 . - E .% = . ,.., .... . . rw. c ° vv . c E. rn. z z o c 2 o • N n `t i o d m N o N aiE w o z LU E'^oD °w °! c n ° vai, '^ E -_1/40 ... — 9.,N_ac c ; c d - `-- w E L` g N a o O O 0.. .6 r W x 2 E_E d C-mo o Y- E x 'Ciw, o Vr w A 0 m V ate+V '° v v C. W -i0 > y 9C0'-.. J,, D W io '> = E c I cr > `t .t- > •� c w > w w .` m a o , w w 'y' c a v b a a W 2w rw- 130.° o a i° a o �v g E. it c_a', ac c a s CI' 1%..,'11 w 2 cam[ v W m um c Onc Lu « mc mc° V O W r c °°� 1)-:;_ g .° c.2m -2 . c °m .E o Eo c m Eg r Z V V E, 3 0- c o oas a,. mm o a,6 c,tee u o o dy •n-y W 'w,) €i n i`g o d.tic 6 n-!o o . A w np ,� g o �d� m,� n Vs 7.> Z' w r- /�/ �✓;ini 0 v mt O U i c r E V t V y t O A O L ; A `..C. u v_ C t0"g `N A Z D Le Fi C w H L.. - C c c N 2 O N - C 7 c q . a - +'r ."C. C C `¢ I V" .r. c yam V V W Wi N'"W V V Z 3 N w i V 3 Q N W u V CC V N G VO H �i V Q W Q Ct. 0.j . . . . . . . . . . . . . . . 00 . . . . . . . . . . la G -_----- —H - , cc ir r c C c C k yi._0 0 0 0 SE E E c co)! » N — N tv N >•' O L 07 W O irisd "P 5 m qCF u � y ,°r - q%a- c ac ° Eo an d 0 v a w .w, � E N H as 'w iv t o a „ � �c o EI a. c 1O o m = . 1§— ,.., w coo L� w moo o -� 'c z m a s cO m °A N O O > �� , > L O o� A' v w d .p v: d Y f 41,7224,•-•w o a+ o eco Q g c v r • J C a� o V V. Cf O 8 M Q! mQ < N N LQ 04T < 16 d;' v^ .. 3 m i w G Ili v >. ro N ; . mO o:W IA t 4) 7wM a VM Duo m w Q .cl w m � u � v a+ =Iu � ti .+ 0.. O � 03y H 4.0 aypmAoVyw - . v _ 0. y o LL ro To LL &, N w V A M H / O O 0' ay+i 2i M M (y W TEAM MEMBER QUALIFICATIONS Amin Tomeh,PE,PMP, D.GE—Mr. Tomeh is a founding principal of Matrix Engineering Group with over 27 years of experience in the areas of geotechnical engineering,geophysics and construction materials testing and consulting. In 2015.he was certified as a Diplomate,Geotechnical Engineering by the Academy of Geo-professionals. He is a registered professional engineer in the states of Georgia and North Carolina. He also holds a Professional Project Management Certification. Sam Alyateem,PE—Mr.Alyateem is a registered civil engineer and a founding member of Matrix Engineering Group. He has over 37 years of experience in the Geotechnical and Construction Materials fields. Mr. Alyateem worked on several large projects in the Southeast. Serviced as a geotechnical and Construction Materials engineer on numerous large projects in the Atlanta Area from 1991 to 2018 including supervising engineering staff for geotechnical exploration and field inspections. Eric Taylor,Master ICC Special Inspector—Mr. Taylor has over 18 years of experience in the fields of construction materials testing,geotechnical explorations,and environmental studies. In addition to being NICET,AWS&ACI certified,he is a Master ICC Special Inspector. Abie Ladson,PE,CPESC—Mr. Ladson is the owner of Infrastructure Systems Management(ISM) with over 25 years of experience in planning,designing,construction and maintain civil infrastructure systems. He has performed both program and project management services in the Augusta area on over 300 projects. Field Technicians—Matrix's core strength comes from our field personnel who are highly trained and experienced in their respective fields.Adherence to technical standards while ensuring the implementation of project specifications features prominently in Matrix's services. Matrix Laboratory—Matrix Laboratory is AASHTO(RI8),ASTM E329(aggregate,concrete,soil& SFRM), ASTM D3740(soil),ASTM C 1077(aggregate&concrete)certified and is pre-qualified by the Georgia Department of Transportation as well as other County Engineering Departments for Geotechnical Engineering& Construction Materials Testing Services.Our in-house materials testing laboratory facility has been certified as meeting ASTM C1077 by the Concrete Advisory Board of Georgia. The following team members will perform the testing on this contract: MATRIX ENGINEERING GROUP, INC 12 www.M atrixEngi neeringGroup.com Amin Tomeh,PE,PMP,D.GE-(POINT OF CONTACT)-Certifications: Principal Engineer for engineering evaluations and recommendations, meetings,and consulting - Registered Professional Engineer in Georgia&North Carolina - Diplomate,Geotechnical Engineering - Project Management Professional Sam Alvateem,PE-Certifications: Senior Project Engineer available for site inspections and engineering consultation - Registered Professional Engineer in Georgia,North Carolina,Alabama and Mississippi - Level II GSWCC Certified Inspector - ICC Residential Building Inspector Abie Labson,PE,CPESC-Professional Engineer-Certifications: - Registered Professional Engineer in Georgia,North Carolina, South Carolina& Iowa - GSWCC Level 2: Design Professional Certification - GDOT Worksite Erosion Control Supervisor Eric Taylor,Master ICC Special Inspector-Certifications: Manage daily activities, scheduling,coordination with owner and contractor and also will provide Steel Reinforcement, Structural Steel Inspections,Masonry Inspections and NPDES Inspections. - ICC Certified as a Master Special Inspector - ICC Certified as a Reinforced Concrete and Masonry Special Inspector - ICC Certified as a Structural Steel Bolting and Welding Inspector - NICET Certified—Level 11(Asphalt)&Level IV(Soil,Concrete) - AWS Associates Certified - Asbestos Management Planner - ACI Concrete—Level 1 Amro Al-Bavati,Senior Staff Engineer-Certifications: - Headquartered in Augusta—leading testing and project management services on the on current annual contract - Degreed Civil Engineer - ACI Concrete Level I - GSWCC Level 1B NPDES Inspector MATRIX ENGINEERING GROUP , INC 13 www.MatrixEneineeringGroup.com Jean Claude Toriz,Senior Staff Engineer-Certifications: - Degreed Civil Engineer - GC&PA Masonry Special Inspector - GSWCC Level 1B NPDES Inspector Ashraf Abukhalaf,Senior Staff Engineer-Certifications: - Degreed Civil Engineer - ACI Concrete—Level 1 - GC&PA Masonry Special Inspector - ElT Certification Teddy Newego,Senior Engineering Technician-Certifications: - Degreed Civil Engineer - ACI Concrete—Level I - GSWCC Level IB NPDES Inspector - GC&PA Masonry Special Inspector Oinghe Lou,Senior Engineering Technician-Certifications: - Degreed Civil Engineer - ICC Certified in Soils - GSWCC Level 1B NPDES Inspector Ahmad Shahem,Senior Engineering Technician-Certifications: - Degreed Civil Engineer - ICC Certified in Soils - ACI Concrete—Level 1 Elvis Mixon,Senior Staff Engineer-Certifications: - ACI Concrete—Level 1 - ICC Certified in Soils - GSWCC Level 1B NPDES Inspector - GC&PA Masonry Special Inspector Matrix Engineering Group has extensive experience with On-Call contracts. Below are examples of current on-call annual contracts. Current Annual Contracts County& Municipal School Systems o DeKalb County Atlanta Public Schools o Gwinnett County Cobb County Schools o Rockdale County DeKalb County Schools o City of Augusta Engineering Department Gwinnett County Schools o City of Brookhaven Paulding County Schools MATRIX ENGINEERING GROUP , INC 14 www.MatrixEngineeringGroup.com Matrix believes that its success stems from its ability to focus on client needs, ability to anticipate potential costly challenges,and a proven record of saving clients substantial amounts of funds as a result of its technical input and foresight. Our project approach is based on the requirements of this project and our current and recent extensive experience with similar projects. Indeed,we have gained significant experience from similar projects that the four key aspects of our services cannot be compromised.These aspects are: ■ Experience with similar projects Quality of Service • Technical Competence Responsiveness We leverage Matrix(Sequence, a proprietary,cloud-based reporting and document management system to connect the construction team to the Special Inspections details of the project. This robust tool enables Matrix field personnel to upload their inspections/findings in the field in addition to having direct access to project relevant data in real time.Sequence uniquely synchronizes the entire construction team on our findings including a dynamic open items(Discrepancy Tracking)record that gives a barometer of the status of the various inspections at any time. Matrix keeps the construction team updated with succinct monthly Special Inspections Reports that enable team members who may not be involved on a daily basis to get a snapshot of the progress and to detect lingering items that require attention and/or remediation. See below: SPECIAL INSPECTION INTERIM REPORT I " PISS , am_ ar ... I sequence vowel etp)kt 4 3w • l0 ee 14835 334 011/10 ,... _.. fE IMat ,f glne:c Gr-, , 0 (4 4 4.1•Open itOtos Log R 14304 335 W4/20 Ic4 , ploy! Y tea..784•08y , I IA_ _ rpwF Or) 'PL..W4k'3.a 34303 336 014/0 .0 _.. Ca neo t' ♦Ii[l:ti Rl¢.piq 0404117& RN 680 ntMM 4D:yM CrrarLe..a ,.'i ,numg 102 14977 337 425/30 I„y, 1301001. 17!13,11 Sosolosta,Misted 7 SS WINS I7t.4 9•1992 iKMaes $1430.i,u,,U ikMl'..n 1733 120133034 123011.1 1-4P*S.Ole bars..enaMrleine Meb.a slap. Cairn.Di.0374.4 A«n Tbwlk 34943 338 .,__ I 4P .....,«., .+..u» w3w,MM.16.4 .tarw.1969*yM)a.SOU b nal st. rseyrs.r.ss (f:. TOM NSMCip* 4 IU NSO4 14471 339 6/10)3(6/10)3( 1 /10)3( 3,7.>, --1! 0.11 1 1 Sequence- (. 11,.31 ♦., 13051 140 WMX I ,....0.34,1' 3 1 11171 341 ova I ly6e, I/daVtx EJ;gOtt tfi 1y Group Int On D,,Ir,and.Corrected IBNR Log ,7M, c93.*,011n4,C.1Mw 14.4991$80 t4 44.+44!• 1 Ply/1W 10 TI 15196 342 6/12/23=3Ai , TO 3M3 43 I ,7936 15205 343 6/23/11 112352 11722005 32!52401 7Te Me00tl F131t4Y,OpoatkaY93tege4 R.tMylla.tap06/In $13312035 i3leanpOGannY" :3]1!3 I MnG la t.11n4le�„lt•t 3,193310D,0, 41.MFM )Ipt t011a1.,n is 489.513 "3 Fqq. 7 13676 3,0"055 33616-61 SFR,,Thane!!965,49 Fay Seam 643,2035,5 )tan Cleat i.nY 13295 144 6/N/71 ,,,, (14133 4952075 14733-A7 Th09561Fater 54,0395 Ow". 6'230015 J.0$C•904 tent 15757 543 Wli/K l &MAI JW1-I/ 10733 4,5!075 4.333-67 Rw,a,.Dns.lMpinAM is WOved RDp30tian314 Y0 $032035 44.CL ee7sy ,1044. 1 Dc4emMLsl at lSryee Foy 73159 346 672W2t ceJ41k1U1i) 394_4 347 6116/'5 •,: .. . .,,.z �:,,w, .,, sisAlD fapWdw _ MATRIX ENGINEERING GROUP , INC 15 www.MatrixEngineeringGroup.com Matrix .r . Engineering } Group, lnc. engineers ( special inspectors I construction consultants eq +` NOTABLE EXPERIENCE JQhn Lewis Elementary School Replacement.Chamblee.Georgia AMI N TO M E H PE, Project Manager for the Geotechnical and Construction Materials Testing & /± Special Inspection Services including foundations,retaining walls.sub-grades. PMPD steel reinforcement,concrete.masonry.fire-proofing,structural steel,metal r .V E decking and fire-proofing. Principal The Living Building-Georgia Institute of Technology.Atlanta.Georgia Project Manager for the Geotechnical and Construction Materials Testing & PROFILE Special Inspection Services including foundations,retaining walls,sub-grades. steel reinforcement,wood framing.concrete,masonry and structural steel. Mr Tomeh is a founding principal of Matrix Engineering Group with over 25 years of Juniper and Fj_R_hApartments.Atlanta.Georgia Project Manager responsible for managing the Special Inspections and experience in the areas of geotechnical Materials Testing Services for the five-story condo building on the 1.8 acre site. engineering. construction materials The debut of the project is slated for the end of 2019. testing. construction consulting. and geophysics He is a registered professional engineer in the states of Georgia and North PROFESSSIONAL DEVELOPMENT Carolina He is also a certified Project Management Professional and was • Diptomate. Geotechnical Engineering (D.GE) by the Academy of Geo- Professionats(http.//www.geoprofessionats.org/certification). recently admitted into the Academy of Geo- Granted in March 2015. Professionals as a Diplomate,Geotechnical • Registered Professional Engineer in the States of Georgia and North Engineering(0 GE) During his tenure. Carolina since 1998 • Certified Project Management Professional(PMP)since 2014 EDUCATION • Levet II Certified Design Profession Georgia Institute of Technology Master of Science-Civil Engineering (Geotechnical)(1992) University of Pittsburgh Bachelor of Science-Civil Engineering PUBLICATIONS (1990) _,. • Practical Site Engineering:Science and Techniques. Lead Instructor of Live Lecture Seminar (7.0 PDH's). Halfmoon Education. Inc. Presented in Atlanta. Georgia on March 2015. • Use of MASW to Improve the Geotechnical Site Characterization of the Brainerd Levee"- Presented at the 2014 Deep Foundations Institute(OF/)Middle East Conference 2014 at the American University in Dubai.April 2014 4358 Chamblee Tucker Rd-Suite 3 • Modeling Hydraulically Significant Subsurface Features Utilizing MASW for Tucker.GA 30084 Environmental Application SAGEEP-Tucson.Arizona.March 2012. Office 770-448-3124 ext 25 • Applications of Surface Waves to Enhance Subsurface Boring Exploration into Fax'770-448-5324 the Delineation of Undocumented Landfill Cells"SAGEEP -Tucson,Arizona. March 2012. Amin@MatrixEngineeringGroup.com 16 x �.e , s Matrix u Engineering ��IN IT/ Group, inc. f engineers I special inspectors I construction consultants ,__ _ . NOTABLE EXPERIENCE The Atlanta Olympic Venues Projects:Atlanta Olympic Stadium.Archery&_Cycling. S A M A LYATE E M p E. Aquatic Center and Warming Facilities, Atlanta. Georgia Senior Engineer and Consultant for the various Olympic Venues.As the Chief Engineer of R&D Testing Drilling. I supervised the engineering and technical staff for the Quality Vice President Control/Quality Assurance services. including earthwork. deep and shallow foundations.concrete.reinforcing steel.and structural steel. The Olympic Equestrian Venue.Conyers.Georgia Project Manager. Served as the Chief Project Manager for the construction team quality control/quality assurance PROFILE concerns. Developed the first quality control/quality assurance program that complied with ACOG's project requirements and was later used as a sample program Mr Alyateem is a registered civil engineer for the other Olympic venues. and a founding member of Matrix Engineering Group.He has over 33 years of experience in Engineering and Construction Materials fields.Mr.Alyateem worked on several large projects in the Southeast including airports. water PROFESSSIONAL DEVELOPMENT treatment plantsland developments. • Registered Professional Engineer in the States of Georgia.North Carolina. tunnels and aerial structures Alabama.and Mississippi • 2012 SEAOG/ACEC Special Inspections Committee Commissioned to Review EDUCATION and Update of Georgia 2012 Amendments to the International Building Code University of North Carolina at Charlotte • SBCCI Building Inspector Certification Master of Science-Civil Engineering(1987) • ICC Residential Building Inspector Certification Bachelor of Science - Civil Engineering (1984) PUBLICATIONS • Modeling Hydraulically Significant Subsurface Features Utilizing MASW for Environmental Application-SAGEEP-Tuscon.Arizona,March 2012. • Constitutive Modeling of Soils Under Earthquake Loading. University of North Carolina-May 1987 • Applications ofSurface Waves to Enhance Subsurface Boring Exploration into the Delineation of Undocumented Landfill Cells'SAGEEP-Tuscon.Arizona, 4358 Chamblee Tucker Rd-Suite 3 March 2012. Tucker.GA 30084 • The Use ofMASW to Improve the Geotechnical Site Characterization of the 18.5 Office 770-448-3124 ext 22 km(11.5Miles)long Augusta Levee-Preliminary Findings" GeoFlorida Fax 770-448-5324 Conference 2010-ASCE,February 2010. Sam©MatrixEngineeringGroup.com 17 filVA Matrix Engineering ET. F Group, inc. engineers I special inspectors I construction consultants NOTABLE EXPERIENCE Northcutt Stadium improvements.Marietta HS.Georgia ERICTAYLOR Special Inspector responsibilities entail inspections of reinforced concrete. CMU Wall inspections. and Structural Steel inspections. Also assisted with the Master ICC Inspector determination of soil suitability and delineation of unsuitable materials New Chamblee High School Replacement. DeKalb County. Georgia ICC Special PROFILE Inspector responsible for inspections of reinforced concrete,CMU Wall inspections, and Structural Steel inspections. Mr Taylor has been with Matrix Engineering Oglethorpe University-Emerson Student Center.DeKalb County.Georgia Group since 1997 with experience in the fields of ICC Special Inspector responsible for inspections of reinforced concrete.CMU Walt construction materials testing and special inspections.and Structural Steel inspections. inspections. geotechnical explorations, and environmental studies. In addition to holding certifications with NICET, AWS&ACI. He is a Master ICC Special Inspector (holding 5 ICC certifications). as well as being an accredited CERTIFICATIONS Inspector/Assessor and Management Planner • Accredited Inspector/Management Planner meeting all criteria required for for Asbestos in Buildings (meeting EPA/AHERA/ASHARA EPA/AHERA/ASHARA TSCA Title II and • (TSCA Title II)and NESHAP regulations Training.Certificate No.3158 NESHAP regulations). • ICC certified as a Structural Welding Special Inspector • ICC certified as a Reinforced Concrete Special Inspector He has performed several Environmental Site • ICC certified as a Structural Masonry Special Inspector Assessments geotechnical explorations. and • ICC certified as a Structural Steel&Bolting Special Inspector special inspections. including inspections of • ICC certified as a Spray-Applied Fire Resistive Materials Special Inspector structural steel bolting welding and application • American Concrete Institute(ACI):Certified member-Levet I(Field) • American Concrete Institute(ACI):Certified member-Level I(Laboratory) of joint details.structural masonry.reinforced • NPDES:Level 18 Certified Inspector-GSWCC concrete. and Spray-Applied Fire Resistive • NICET Certification-Level II(Asphalt).Level IV(Soil) Material(SFRM) SKILLS EDUCATION Southern Polytechnic State University Bachelor of Science-Civil Engineering Technology r Reinforcing Steel Fireproofing , �' '� Post Tension Inspection Nit Masonry Inspection s Structural Steel 4358 Chamblee Tucker Rd-Suite 3 Tucker,GA 30084 Office:770-448-3124 ext.23 Fax:770-448-5324 ETaylor©MatrixEngineeringGroup.com 18 Matrix Engineering A.A. } Group, Inc. engineers I special inspectors I construction consultants NOTABLE EXPERIENCE AM R 0 A L-BAYATI • Various DeKalb County Wide Infrastructure Projects,DeKalb County,Georgia: Senior Engineer Inspector Field Engineering Inspector responsible for monitoring the earthwork operations and conducting in-place density testing on the compacted fill. Additional duties included bearing capacity testing of excavated footings and field concrete testing. • Various Augusta Engineering Department Infrastructure. Roads, and constructing&restoration for Bridges Projects,Richmond county,Georgia: PROFILE Field Engineering Inspector responsible for monitoring&documenting the daily Mr. Al-Bayati is a degreed civil engineer with field activities, performing special inspections for compliance with GDOT over 10 years of experience serving as standard specifications,reviewing and verifying the Contractor's monthly pay application.coordinating between the client.contractor.and the design team. Construction Manager. Project Engineer. Also responsible for preparing a punch-list containing all the pending items and Assistant Resident Engineer and Engineering work not conforming to the project's specifications for the following projects: Inspector on a variety of projects including New Berckman Road Widening-included constructing a 2-mile multi- Single and Multilane Roadways. Airport lane road with 3 underpasses connecting Berckman Road to the Terminals, High Rise Residential Towers and Augusta National Golf Club} Scotts Way Bridge-included the removal of the existing bridge and commercial developments. replacing it with a new abutments and precast prestressed concrete box beams deck). EDUCATION Patterson Road Culvert Replacement-included the replacing the old pipe culvert with 2 new 5x10 box culverts Al-Nahrain University-Baghdad.Iraq . Bridge Replacement for Old Waynesboro Road over Spirit Creek- Bachelor of Science-Civil Engineering included replacing the old bridge with a new multilane composite bridge Restoration of Archibald Butt Memorial Bridge-repairing the abutments,restoring the historic light fixtures and monuments.and constructing a new bridge's deck SKILLS a Purl • ? I ournrfic,i,stti“,)ii t 4358 Chamblee Tucker Rd-Suite3 , 1 stir"`' Tucker.GA 30084 Office:770-448-3124 "t,f l> n ii 10( Fax:770-448-5324 19 Matrix Orli Engineering A.A. Group, inc. engineers special inspectors I construction consultants NOTABLE EXPERIENCE City of Brookhaven Pavement Evaluation.Brookhaven.Georgia ASH RAF ABU KHALAF Engineer responsible for documenting and performing field and laboratory testing E/ T and analysis to determine repairs and recommendations for existing roadways. Cross Keys High School Atlanta.Georgia Engineer is responsible for executed an environmental study to determine presence PROFILE of contaminationat the site.Mr.Abukhalaf performed soil and groundwater sampling and provided an environmental analysis for the site. Mr.Abukhalaf has over two years of experience in the capacity of Construction Materials Testing Juniper and 5th.Atlanta.Georgia and Engineering Consulting. He is a degreed Mr Abukhalaf monitored the installation of Vibro Piers.and documented the testing of sacrificial Vibro Piers, Civil Engineer from Arizona State University and has achieved his Engineer-in-Training (EIT) in Multiplex.Snellville.Georgia the states of Texas and Georgia. Ashraf is on Mr.Abukhalaf monitored the installation of augured piles,ensured that the required track to becoming a Professional Engineer in the drilling depth has been achieved to ensure the design bearing capacity, and state of Georgia documented all construction activities and deviancies. CERTIFICATIONS EDUCATION • American Concrete Institute (ACI): Certification ID #01105138- Level I Arizona State University (Field Technician) Bachelor of Science-Civil Engineering • G.O.O.T.Material Testing(ACI)Certification#ACIC493437 • Masonry Testing and Structural Masonry Inspector#MCI2018-10-076 • E.I.T.#EIT027768 • OSHA 10-Hour Safety Training Certification SKILLS Masonry Inspection Post Tension Inspection Engineering Consulting ,!tom* ; Concrete Testing Co Pebar Inspections A 444:114" r Pavement rvelauoliorr and Design 4358 Chamblee Tucker Rd-Suite 3x a .,�� Pier arc, Piro Installation Tucker.GA 30084 20 Matrix • Engineering Group, lnc. engineers ( special inspectors I construction consultants NOTABLE EXPERIENCE Camp Twin Lakes Program Building.Winder.Georgia Field Engineering inspector responsible for earthwork monitoring and testing. TEWD R OS NE G EWO foundations&rebar inspections and concrete sampling/testing. E.1. T AmberbrookDrainage Improvements.Conyers,Georgia Field Engineering inspector responsible for soil backfill compaction testing, foundations and rebar inspections and concrete sampling. Honey.Creek Pump S_tationn.,OeKalb County.Georgia PROFILE Field Engineering inspector responsible for soil compaction testing, foundations bearing capacity testing and concrete testing. Mr.Negewo has over five years of experience SojMtn tJohns_Creek Futtotl_CountyG_e_orgia in the capacity of Field Engineering Technician. Field Inspector responsible for earthwork monitoring and testing.foundations His experience primarily is in construction inspections,rebar inspections and concrete&masonry testing materials testing. He is a degreed civil engineer from Ethiopia and Mr. Negewo completed his Engineer-in-Training certification from California in 2015. EDUCATION CERTIFICATIONS AddisAbaba InstituteofTachnoiogy. • American Concrete Institute(ACI):Certification ID#01387479-Level I Ethiopia (Field Technician) Bachelor of Science-Civil Engineering • Masonry Construction Special Inspector:#2018-10-075 (2010) • G.D.O.T.Material Testing(ACI)Certification#ACIC658576 • Portable Nuclear Gauge Safety&US D.O.T.Hazmat Certification SKILLS ti l�nilr�.,>ii Inspection tot,isc)r pry II pec I on t'f-1>k:u b 0,1>F ction 4358 Chamblee Tucker Rd-Suite 3 Li'W 1 Tucker,GA 30084 nc it it Iestirg Office:770-448-3124 Fax:770-448-5324 Teddy@MatrixEngineeringStaff.com 21 Mx Engineatriering Q. L. ) Group, inc. engineers I special inspectors I construction consultants NOTABLE EXPERIENCE Georgia Tech Living Building.Atlanta.Georgia Q I N G H E LOU Field Engineering Inspector responsible for monitoring the earthwork operations and conducting in-place density testing on the compacted fill.Additional duties /CC included bearing capacity testing of excavated footings and field concrete testing. Walden Athte*io ie ..Atlanta.Georgia Field Engineering Inspector responsible for monitoring the earthwork operations and conducting in-place density testing on the compacted fill as well as weekly/storm NPDES inspections. PROFILE Regents Court&Saddle Crossing.Roswell Georgia Ms Lou has over four years of experience in Field Engineering inspector responsible for earthwork monitoring and testing, the capacity of Environmental Engineering foundations inspections,and weekly/storm NPDES inspections. and her experience primarily is in construction materials testing. She is a degreed environmental engineer from Georgia Institute of Technology and has achieved ICC Certification as a Soils Inspector CERTIFICATIONS She has recently completed her Phase 1 • ICC Certified Soil Inspector:Certification#8882941 Environmental Assessment Certification • Certification of Completion-Portable Nuclear Density/Moisture Gauge and is obtaining her Lead Paint Certification. p Y 9 and Safety Training • Certification of Completion - Hazardous Material D.D.T. Training - EDUCATION Portable Nuclear Gauge Georgia Institute of Technology • GSWCC Level lB Inspector:Certification#0000084130 Master of Science-Environmental • Phase 1 Environmental Assessment Certificate#1369 Engineering(2017) • Asbestos in Buildings:Inspection&Assessment#5154 Bachelor of Science-Environmental • OSHA 10-Hour Safety Training Certification:OEC-16398489 Engineering(2015) SKILLS Farthwofk Inspection N Inns 4358 Chamblee Tucker Rd-Suite 3 [rwironrne ntai Tucker,GA 30084 Consulting Office:770-448-3124 Fax:770-448-5324 Oinghef MatrixEngineeringStaff.com 22 Matrix Engineering E M It J Group, inc. engineers I special inspectors I construction consultants NOTABLE EXPERIENCE Coweta County Schools-New Bus Facility.Newnan.Georgia Field Engineering inspector responsible for soil compaction testing.concrete ELVISM IX0 N sampling and testing.and foundations bearing capacity testing rolls. ICC Special Inspector Hearthside Lafayette-Senior Apartments.Fayetteville.Georgia Field Engineering Inspector responsible for monitoring the earthwork operations and conducting in-place density testing on the compacted fill. Ellenwood Library.Ettenwood.Georgia PROFILEField Inspector responsible for earthwork monitoring and conducting in-place density testing on the compacted fill as well as performing Weekly/Storm NPDES Mr.Mixon has over fifteen years of experience in Inspections. J the capacity of Field Engineering Technician.His experience primarily is in construction materials Rockbridge Elementary School Replacement Facility.Norcross.Georgia Field Inspector responsible for earthwork monitoring and testing. foundations testing.He has a proven record of thoroughness. inspections,concrete sampling and testing promptness and ability to perform most of the services that are usually required in the course of a construction project.He has been with Matrix CERTIFICATIONS Engineering Group since 2011. • ICC Certified Soil Inspector:Certification#8787927 • GSWCC Level lB Inspector:Certification#000083246 • Masonry Construction Special Inspector:MCI 2018-05-070 • American Concrete Institute(ACI):Level I(Field Technician) • GDOT:ACI Concrete Field Technician#ACIC628687 • Certification of Completion-Portable Nuclear Density/Moisture Gauge and Safety Training • Certification of Completion-Hazardous Material D.O.T.Training-Portable Nuclear Gauge SKILLS "1 .' Intl(n lva l l UN), iif t1F1)1 ti f lc hist o ticm i i i y!IN a-i 4358 Chamblee Tucker Rd-Suite3 e t , i, f«-.1, ,,f111!1 Tucker.GA 30084 Office:770-448-3124 Fax:770-448-5324 Elvis@MatrixEngineeringGroup.com 23 M En ineeratrixin g g A.S. Group, lnc. engineers I special inspectors I construction consultants NOTABLE EXPERIENCE Juniper&5'"_Stree!Aparttnents.Georgia Field Engineering inspector responsible for earthwork monitoring and testing, AH M AD SHAH E M foundations inspections,reinforcing steel.Post-Tension stab inspections in addition to concrete sampling and testing. Senior Engineering Technician Georgia Tech Living Building.Atlanta.Georgia Field Engineering Inspector responsible for monitoring the earthwork operations PROFILE and conducting in-place density testing on the compacted fill. Additional duties included bearing capacity testing of excavated footings and field concrete testing Mr.Shahem has over four years of experience along with reinforcing steel inspections. in the capacity of Field Engineering Technician. City Lights Apartment Complex,Atlanta,Georgia His experience primarily is in construction Field Engineering Inspector responsible for monitoring the earthwork operations materials testing He isadegreedcivilengineer and conducting in-place density testing on the compacted fill as well as concrete from Kabul University and has been performing sampling and testing. Mr. Shahem also performed rebar and Post-Tension slab inspections. testing services in the U.S for over 5 years. EDUCATION Kabul University CERTIFICATIONS Bachelor of Science-Civil Engineering (1998) • American Concrete Institute (ACI): Certification Level I (Field Technician)Certification# • GDOTConcrete-Materials and Testing(ACI)Certificate#ACIC666401 • Certification of Completion-Portable Nuclear Density/Moisture Gauge and Safety Training • Certification of Completion - Hazardous Material D.O.T. Training - Portable Nuclear Gauge • OSHA 10-Hour Safety Training Certification:OEC-16398751 SKILLS Concrete Testing Reinforcing Steel 4358 Chamblee Tucker Rd-Suite 3 Earthwork Inspections Tucker.GA 30084 e Past Tension Inpections Office:770-448-3124 Fax 770-448-5324 Ahmad©MatrixEngineeringStaff corn 24 Matrix Engineering . K. Group, inc. engineers I special inspectors I construction consultants NOTABLE EXPERIENCE Laboratory Manager responsible for the following: L E K E N D R I C K KING • Concrete cylinder compressive strength testing LABORATORY TECHNICIAN • Masonry Grout compressive strength testing • Soil Moisture/Density Relationship testing(Standard Proctor) • GAB Moisture/Density Relationship testing(Modified Proctor) • Asphalt(Bituminous)Specific Gravity testing PROFILE • Organizing and maintaining laboratory procedures Mr.King has 2 years of experience in the capacity of Field Engineering/Laboratory Technician. His experience primarily is in construction materials testing. He holds certifications from ACI and NICET. He has been with Matrix Engineering Group since 2017. CERTIFICATIONS • ACI Concrete Strength Testing Technician • NICET Level 1:Soils • OSHA 10-hour Safety Course SKILLS i to:°C yhivIf �x P�ns. uiy GIcwt lr-,tun(c 4358 Chamblee Tucker Rd-Suite 3 Sail/i ,A fi Pio( It)Is Tucker,GA 30084 Office:770-448-3124 a A ci)11rill I tilt 1E-st i tt i Fax:770-448-5324 25 N o� V c c c c = v on tip rss Q m u 4+ a- '- •� +, cv C c .� U VI y, V) 0 VI VI VI V) VI 0 V) VI V7 N O t w H u ►� u u H u I- _u to I- _u I-- u Ct Y m y a U m c C •Q) U 45 cu a`, tn stn stn �• „� stn c 1-_- ,(1,4 ` tn ro ++ to +. ut ►+ to — v) a.. V) U a) N N V) C to 20 20 20 20 20 o f00 1 0 �►. a o. O !'1:514.1 c 2 e Z c Z c Z Z c Z c Z w► C a � � 5 o o � -o ca =p ot5 co ?73 oIf 5 oZ 42)1-1,-. _T o2� ° ° ° ° o ° o ° o 0. 0 0 ° b a � a � a � 0 a� Va ,. 0. 7.7. C T T y T y > T oo �, u >, u C v y y CU, C▪ y w a C y 7.c a • U F- _L c C C C ` C o -- '- 4, N V1 U r0 U :ii, U !o v •r6 U r0 a U f0 U r0 W N U U U C7 tJ 1:-, V � a in VI ya 0a 04, x x x cg 'c'' ++ to Vi V) X N .x V) x X VI x V) co ra L L L L L 'L •L — V) r+o CO" co} m o m 1.0 (C . 22 Sc 2 2 2 2 2 2 z 0 v) o oo0 t C t_ c E E a) 73E m CO TS 3 E X E J X Y j„ +�+ CO Y N O O 0: 0 Z i- .e.e Fo- a, )o .e >. co to z 2 a .c C7 Q C G >- c v_) c m u < u d a ~CO cd Q -c oo LIJ Q I- vs v) a Q v) cc _ ca CL a-+ W Q W c Z o >_?� to . 0 0 0 0 0 0 0 0 LI 0 Y C O V) N )t1 00 LI O t11 Z Cn CC d 11T 4/? 1.4 N 4h 4/? 4J? W Q fia X h NC ++ cc h O w a� C _ ++ aT+ C C > cl,�, s; CO es "ezt E E o 0 0 0 4G�, c < c 0 c .0 vi C v a, u 0 0 Q u p p p p U O O v z C a IC o of 4-, Cp :. Y C ioC • .�., � a-, m rI w aro. _ t pvE 4► V 47 O 0) O C ,) 'o NCACE to rp U � = C1 vs c wO to3 c '� a o� O 0 of CU pi °' a S.O Z00 0L toJofVf \ C e-I t ' jNQ N�+ Q U O y 4 4_a N W ` cu Ou1 N ++ OtloOp �W v- SI = N • Cs 5 up of p E 1 N m \ C>• C L. EL N " O N CO v 0 in r0 ..r vt .�. O da-+ C o 't' t t G1 -iCuJ a. N OUU `t •o a s n. o L `/) •+c-, = o ufi Q = Q = O -§ Oy C.) Q Vt UO Company Profile& Characteristics ISM Infrastructure System Management, LLC (ISM) is a new small Augusta, Georgia civil and construction engineering company. We specialize in heavy-civil infrastructure life-cycles. Our expertise include planning, design, construction, and maintenance services for municipalities, Department of Transportations (DOTs), and privately-owned companies (i.e., transportation and water sectors,developers,etc.). The company's profile is presented below: Contact: Abie L. Ladson, PE, CPESC Name: Infrastructure Systems Management, LLC(ISM) Address: 1557 Broad Street,Augusta, Georgia 30904 Website: www.ismllc-engr.com Telephone: (706)691-8611 No.of Employees: One(1)permanent,three(3)contract and other professionals DBE Status: SCDOT and GDOT DBE Certified(Engineering Services) Years in Business: 2 Characteristics that set ISM apart from other firms: • Key personnel are the individuals that will manage and design proposed projects. • Key personnel have proven to deliver projects on-time and within budget, and can assist in obtaining ad- ditional project funding through other sources(i.e.,federal,state). • Proven project and program management delivery and success in the Central Savannah River Area (CSRA). • Individual attention to projects based on our small,dedicated staff. • Extensive design and construction experience. • ISM is an the On-Call consultant for South Carolina Department of Transportation (SCDOT) Small Pur- chase Program. ISM is qualified by SCDOT in Hydrology/Hydraulic, Road Design, and Value Engineer- ing through the Small Purchase Program. • ISM is GDOT prequalified in Location Planning, Public Involvement, Location Studies, Highway Design, Utility Coordination, Hydraulic and Hydrological Studies, Construction Engineering and Inspection, Ero- sion and Seidiment Control Design, Water Quality Sampling and Analysis, and Soil and Erosion Control Field BMP Inspection. 27 LA Key Personnel ISM IAble L.Ladson,PE,CPESC Owner and Lead Professional Engineer Mr. Ladson is an owner of Infrastructure Systems Management, LLC (ISM). He will be responsible for overall day-to-day operation, QAIQC, and management of Aiken County Government projects. Able has over 25 years of experience in planning,designing,con- structing, and maintaining civil infrastructure systems. He has also performed both pro- gram and project management services for various private engineering companies and municipalities,and has successfully designed and constructed over 300 projects through- out his career at Augusta, GA. Those projects had a combined value of over$600 mil- lion. Projects consist of bridges, dams, levee systems, roads/streets, storm drainage systems,sanitary sewer systems,street lighting,traffic signals,and airports. Education PhD Student,Systems Related Project Experience Engineering(Concentration: Marvin Griffin Road and Drainage Improvements,Augusta,GA Infrastructure Engineering& Management),Colorado State Director of Engineering/Proiect Manager: University,Fort Collins,CO, This project extends from Mike Padgett(SR 56)to Doug Barnard Blvd. (SR 56 Spur)and 201447 is approximately 1.5 miles long. It widens an existing 2-lane roadway to a 4-lane road- way with a median. Improvements includes an enclose storm drainage system, curb and MS,Civil Engineering gutter,sanitary sewer system,sidewalks, and water system. This project also consist of (Concent>atio"' Construction planning, coordinating, and relocating power poles and lines, TV cable lines, telephone &Structural Engineering),lova lines, underground gas lines,and ROW negotiations. Construction costs for this project Slate University of Science was$10,000,000. and Technology,Ames,IA, 1995 Morgan Road and Drainage Improvements,Augusta,GA Director of Engineering/Project Manager: BS,Civil Engineering Technology,South Carina This project extends from Tobacco Road to Deans Bridge Road (S.R. 1), and was ap- State University,Orangeburg, proximately 1.8 miles long. It widened an existing 2-lane roadway to a 3-lane roadway SC, 1992. with a two-way left turn lane. Improvements included an enclosed storm drainage sys- tem,curb and gutter,sanitary sewer system,sidewalks, water system,and a single span Professional Registration bridge structure. This project also consist of planning,coordinating,and relocating power and Certifications poles and lines, TV cable lines,telephone lines, underground gas lines, and ROW nego- tiations. Construction costs for this project were$6,000,000. Professional Engineer. South Carolina,No.24932 Village West Drainage Improvements,Augusta,GA Georgia,No.29804 Director of Engineerinq/Proiect Manager/Design Engineer: North Carolina,No.44773 Iowa,No. 16699 This project consist of planning, designing, and retrofitting an existing storm drainage system, with 1,000 feet of reinforced concrete pipe (RCP) underground, and adding an underground detention facility behind a strip mall to prevent neighborhood erosion and flooding.Construction costs for this project were$600,000. 28 Key Personnel ISM fAbie L.Ladson,PE,CPESC Related Project Experience Continued Professional Registration and Certifications Continued Pyes Court(Dirt Road),Augusta,GA Certified Professional in Director of Engineering/Project Manager/Design Engineer: Erosion&Sediment Control (CPESC),No.4752 This project consisted of designing and constructing an existing dirt road to GDOT rural road and FHWA standards. Typical section consisted of a paved 2-10 feet lanes,4 feet Level 11: Design shoulders,and ditches. This project was 0.75 miles in length. The construction cost was Professional Certification approx.$800,000. (Erosion&Sediment Control Lamar Road (Dirt Road) (Hwy. 88 to Railroad Track), Hephzibah, Georgia Design),No.0000010880 (Richmond County) Georgia Department of Director of Engineerinq/Proiect Manager/Design Engineer: Transportation(G©On This project consisted of designing and constructing an existing dirt road to GDOT rural Worksite Erosion Control and FHWA standards. Typical section consisted of a paved 2-10 feet lanes,4 feet shoul- Supervisor(WESC), ders, and ditches on both sides of the road. This project was 0.19 miles in length. The No.652328 construction cost was approx. $200,000. Youngblood Lane (Dirt Road) (Youngblood Drive to Terminating Cul-De Sac), Au- gusta,GA Director of Engineerinq/Proiect Manager/Design Engineer: This project consisted of designing and constructing an existing dirt road to GDOT rural and FHWA standards. Typical section consisted of 2-10 feet lanes,4 feet shoulders,and ditches. This project was 0.52 miles in length. The construction cost was$700,000. I-520/Lover's Lane Evacuation Route,Augusta,GA Director of Engineerinq/Proiect Manager/Design Engineer: This project consisted of constructing an emergency road between Columbia Nitrogen Road and 1-520 in Augusta, Georgia. Columbia Nitrogen is adjacent to several large industry plants that has extremely dangerous chemicals. This road was constructed to redirect traffic on to 1-520 in the most efficient way in case of a chemical disaster. Typical section included a 2-lane roadway (24 feet) with 6 feet shoulders. Several options/ alternates were studied and priced. The construction cost was approx. $1,000,000, and the length was approx.600 feet. -001 29 AkCompany Related Projects ISM James Brown Blvd.(9th Street)Improvements(GDOT TIA Project) This project is Downtown Augusta project that extends • It' from Reynolds Street to Laney Walker Blvd., and its r scope includes street, sidewalks, drainage, and select- il x ( , ed traffic improvements. This project is currently in the Ifdesign phase and Cranston Engineering is the prime - ,— r consultant. ISM is a subconsultant that is responsible `` 6 k for project management, design QAIQC, utility coordi t, nation, and public involvement. Estimated Construction Cost: $5,000,000 Augusta Regional Airport Drainage aster Plan r ISM has five (5) years contract with Mead & Hunt as a subconal:ultant to perform various on-call design and Y construction activities at Augusta Regional Airport. '' ' ‘1:1"' . ISM first service work order is to conduct hydrology/ , W hydraulic analysis for various alternatives using Civil 11\ 3D/Hydroflow. Services also include cost estimates �° " and design recommendations. �; `: Estimated Construction Cost: N/A Daniel Field Airport On-Call -� ISM has a five(5)years contract with Goodwyn, Mills& ,- Cawood (GMC) as a subconsultant to perform various 7. ;; , �` ...> -,-...`ion-call design and construction activities at Daniel Field }/ ill ` : f Airport. Those services consist of program and project ` management, and hydrologylhydraulicanatysis. .r Estimated Construction Cost: NIA 3 ,, r ` Qfn 30 Company Related Projects ISM 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. , This project is currently in the design phase and Good- wyn, Mills & Cawood (GMC) is the prime consultant. ISM, was a subconsultant that was responsible for QA/ QC on this project. Estimated Construction Cost: $6,000,000 Sanitary Sewer/Water 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. ua Sures Arwr Gordon as it relates sanitary sewer and water lines. ;, FORT GORDON ISM first service work order is to conduct construction ma,cute management and inspection services for Ft. Gordon • ,. H Sanitary Sewer Extension,and Gate 6 Extension. Estimated Construction Cost: $6,000,000 Greene Street Improvement Project(GDOT TIA Project) •' This project is Downtown Augusta project that extends", 1 pa from East Boundary to 13th Street, and its scope in- ` " cludes street, sidewalks, drainage, and selected traffic improvements and street lights. ISM is the prime con- , '�' ' sultant for this project and it is currently in the design #nphase. ISM is responsible for project management, , =t ; 1 design (traffic, drainage, street/roadway, landscape), QA/QC, utility coordination,and public involvement. Ts ` Estimated Construction Cost: $16,000,000 31 pi TR ' Russell R.McMurry,P.E.,Commissioner ft *AM& t GEORGIA DEPARTMENT OF TRANSPORTATION 111 ,: l[L�1'_ One Georgia Center,600 West Peachtree Street NW * ,r��i! * Atlanta,Geo►yta 30308 w Telephone:(404)831.1990 4'Or ea�0 December 13,2017 AMENDED Able L.Ladson II,Owner Infrastructure Systems Management,LLC P.O.Box 3783 Augusta,GA 30904 ANNIVERSARY DATE:Annually on December 8 Abie L.Ladson II: Congratulations!The Georgia Department of Transportation has reviewed your Georgia Uniform Certification Disadvantaged Business Enterprise(DBE)application. Our evaluation of the information submitted with your request for certification indicates that your firm has met the criteria outlined in Federal Regulations 49 CPR,Part 23 and 26. DBE Certification will be continuous;however; it is contingent upon the firm maintaining its eligibility annually through this office. You will receive an Annual Affidavit for Continuing Eligibility(AACE)and request for Personal Financial Statement(PFS) approximately thirty days prior to your firm's certification anniversary date. The Annual Affidavit for Continuing Eligibility document must be completed, signed and returned to our office before your anniversary date in order to continue your firm's eligibility as a DBE. Your firm will be listed in Georgia's UCP DBE Directory which can be accessed through the Department's website: www.dot.ga.gov. Prime contractors and consultants can verify your firm's DBE certification status and identify the work area(s) for which the firm is DBE eligible through this Directory. Your Vendor ID Code is: 14584 Your firm has been certified to provide the following services as outlined in the North American Industry Classification System NAICS: 541330 Engineering Services It is your obligation to notify GUCP of any changes in ownership and/or control of your company. If at any time during the year there is a change in ownership and/or control of your firm,you are required to notify this office of such change in writing by sworn affidavit and with supporting documents within thirty(30)days. Changes also include but are not limited to officers,directorsmanagement,key personnel,scope of work performed,daily operations,ongoing business relationships with other firms or individuals,or the physical location of your firm. Failure to do so will be deemed a failure, on your part, to cooperate and will result in immediate actions to remove DBE certification in accordance with 49 CFR Part a6,Section 26.83(1)of the Federal DOT Regulation. Questions and concerns should be directed to this office by mail or telephone. Our telephone number is(404)631-1972. Our fax number is(404)631-1943, Since II Kimberly A.King,EEO Director EEO Director KAK:ELD 32 G 1; n N G 1 A Attachment B You Must Complete and Return the 2 pages of Attachment B with Your Submittal, Document Must Be Notarized. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street, Suite 605 Augusta, Georgia 30901 Name of Proponent: Matrix Engineering Group Inc. Street Address: 3459 Wrightsboro Road, Suite B City, State,Zip Code: Augusta, Georgia 30909 Phone: 404-247-3553 Fax: 770-448-5324 Email: Amin@MatrixEngineeringGroup.com Do You Have A Business License? Yes: X No: Augusta,GA Business License#for your Company(Must Provide): LCB20170001054 and/or Your State/Local Business License#for your Company(Must Provide): 002766 Utility Contractors License#(Must Provide if applicable): M;::SI HEI IS It ROtdl 01 E;NVEl OPE General Contractor License#(Must Provide if applicable): Additional Specialty License#(Must Provide if applicable): NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, please state above (Procurement will verify), your company will be required to obtain a Richmond County business license if awarded a RFP. 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: Acknowledgement of Addenda:(#1) X :(#2)_(#3)_(#4) :(#5) : (#6) :(#7) :(#8)_ NOTE: CHECK APPROPRIATE BOX(ES)-ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing business with Augusta,Georgia. The undersigned covenants that we have not discriminated,on the basis of age,race, religion,gender, national origin or ethnicity,with regard to prime contracting,subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the proposal or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption;That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta,Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract,termination of the contract,suspension and debarment from future contracting opportunities,and withholding and or forfeiture of compensation due and owing on a contract. Non-Collusion of Prime Proponent By submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the proposal have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or to any competitor. (c)No attempt has been made,or will be made,by the vendor to induce any other person,partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 6 of 29 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 REP,and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this RFP, 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 RFP. By submission of a proposal,the vendor certifies under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the proposal have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not knowingly been disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or competitor. c)No attempt has been made,or will be made,by the vendor to induce any other person, partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision,the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee,commission,percentage,gift,payment or consideration. Contractor Affidavit and Agreement By executing this affidavit, the undersigned contractor verifies its compliance with O.C,G.A. § 13-10-91, stating affirmatively that the individual,firm,or corporation which is contracting with Augusta,Georgia Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L. 99-6031 in accordance with the applicability provisions and deadlines established In 0.C.G.A§13-10-91. The undersigned further agrees that,should it employ or contract with any subcontractor(s)in connection with the physical performance of services pursuant to this contract with Augusta,Georgia Board of Commissioners,contractor will secure from such subcontractor(s)similar verification of compliance with 0.C.G.A§13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form.Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta,Georgia Board of Commissioners at the time the subcontractor(s)is retained to perform such service. Georgia Law requires your company to have an E-Verify*User Identification Number(Company I.D.)on or after July 1, 2009. For additional information or to enroll your company,visit the State of Georgia website: httos://e-verify.uscis.Qov/enroll/ and/or httD:!/www.dol.statecia.us/Ddf/rules/300 10 1.odf *E-Verify*User Identification Number(Company I.D.) 46339 NOTE, E-VERIFY USER IDENTIFICATION NUMBER(COMPANY I D.)MUST SE PROVIDED: IN ADDITION,THE RECOMMENDED AWARDED VENDOR WILL SE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY S MEMORANDUM OF UNDERSTANDING{MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s)as requested and or required. I further understand that my submittal will be deemed non-compliant if any p= • process is violated. atrix E •ineering Group, Inc. C• •a are l� L �yv^•_ �I411111!P BY: Authorized Officer or t (Contractor Signature) Principal and Vice President Title of Authorized Officer or Agent of Contractor Sam Alyateem, PE Printed Name of Authorized Officer or Agent �.�``NPH 4„ SUBSCRI:ED AND WO N BEFORE ME ON THIS THE 2t,1 DAY OF MC/Itt, • ublic2020 ' ARYSEAL N:*c eta . OC/Z)tr' "My Commsion Expires: /a, 2-020 12 Rco v mini You Must Complete and Return the 2 pages of Attachment Et with Your Submittal. Document Must Be Notarized, REV.2/17/2016 RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 7 of 29 G iv` O R G I A You Must complete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements(SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate,Alcohol License,Taxi Permit,Contract or other public benefit as reference in O.C.G.A.Section 50-36-1, I am stating the following with respect to my proposal for an Augusta,Georgia contract for 19-179 On-Call Construction Material Inspection&Testing, Const. Monitoring QA/QC&Geotechnical Inspections and Investigations [RFP Project Number and Project Name] Sam Alyateem, PE [Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) Matrix Engineering Group, Inc. [Print/Type: Name of business,corporation,partnership,or other private entity) 1.) X I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.)18 years of age or older and lawfully present in the United States. In making the above representation under oath, I ,ers.,nd that any person who knowingly and willfully makes a false,fictitious, or fraudulent tateme or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of ,e O, la/Code of Gear 'a. 4 Signature of Applica t / Sam Alyateem Printed Name *Alien Registration Number for Non-Citizens ��\1wmuiill/r��i ($14S ED AND SW a RN BEFORE ME ON THIS THE ,(On DAY OF 174,44.1,-,47 �.. M F 'y . • �• Q'o°4hA9'� �' — ::„.1- OCT N-. .ta �'ublic i `*; 6 ;*s n( OJrn(� 202 ) 2020 My Commission Expires: = SEA off?. / Note: THIS FORM MUST BE COMPNFt ED AM)Rt FUMED D W1 TN YOUR SUBMI '' Pt IYPI"0 REV.7/12/2015 RFP 19-179 On-Call Material Testing RFP Due:Friday,March 22,2019 @ 11:00 a.m. Page 8 of 29 ACCORD 033120!2019 CERTIFICATE OF LIABILITY INSURANCE DAT /20/2D/YYYY) 11%......"-- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Andrea Vitch NAME: Risk Strategies Company PHONE (678)690-5990 FAX A.M/G No,Ertl: (A/C,No): 1745 N.Brown Road ADDRESS: avitch@risk-strategies.com Suite 250 INSURER(S)AFFORDING COVERAGE NAIC B Lawrenceville GA 30043 INSURER A; The Travelers Indemnity Co 25658 INSURED INSURER B: Travelers Property Casualty Company of America 25674 Matrix Engineering Group,Inc. INSURER c: Continental Casualty Company 20443 4358 Chamblee Tucker Road INSURER D Suite 3 INSURER E: Tucker GA 30084 INSURER F: COVERAGES CERTIFICATE NUMBER: CL1931306258 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. AUULSUbH ILIA TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMMT POLICY EFF (N M.VDDD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE I XI OCCUR DAMAGE-10 RbN IE0 1,000,000 PREMISES(Ea occurrence) $ _ -- MED EXP(Any one person) $ 10,000 A Y 68091-1007645 03/18/2019 03/18/2020 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER' GENERAL AGGREGATES 2,000,000 1 POLICY X JE ri LOC PRODUCTS COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO (Ea accident) BODILY INJURY(Per person) $ A OWNED —SCHEDULED 68094007645 03/18/2019 03/18/2020 BODILY INJURY(Per accidenl( $ 'I AUTOS ONLY AUTOS X HIRED NON-OWNED AUTOS ONLY X AUTOS ONLY PROPERTY DAMAGE $ (Per accident) X( UMBRELLA L1AB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS-MADE CUP58050972 03/18/2019 03/18/2020 AGGREGATE $ 5,000,000 DED I X RETENTION$ 10,000 $ WORKERS COMPENSATION _ AND EMPLOYERS'LIABILITY Y/N X PER EAH ANY PROPRIETOR/PARTNER/EXECUTIVE B OFFICERAAEMBER EXCLUDED? I Y N/A UBOK771288 03/18/2019 03/18/2020 E.L.EAGH ACCIDENT s 1,000,000 (Mandatory to NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 II yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 Professional Liability Each Claim $2,000,000 C MCH591871728 03/18/2019 03/18/2020 Annual Aggregate $2,000,000 DESCRIPTION OF OPERATIONS t LOCATIONS,VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations CONSULTANT'S FEE PROPOSAL G z R O R G I A Request for Proposals RFP Item #19-179 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations For Augusta, Georgia—Augusta Engineering Department RFP Due: Friday, March 22, 2019 @ 11:00 a.m. One Original and Seven (7) Copies of RFP shall be submitted Thanks for doing business with us. . . Geri A. Sams,Procurement Director 535 Te fair Street,Room 605 Augusta, Georgia 30901 Rev.8/11/2016 RFP 19-179 On-Call Material Testing Negotiated Fee Proposal 1 FEE PROPOSAL FORM Awarded unit fee will be"Median Unit Fee"of fee submitted by the selected firms. Cost of Services: In addition to cost for listed services,also attached"Standard Charge Sheet"for other relevant professional and field staff. HOURLY/DAILY PROPOSED FEE Median Unit Rate Item Description Unit Unit No Rate' 1 Project Engineer/Project Manager HR $85 _ 2 Senior Geotechnical Engineer, P.E. HR $115 3 Material Testing Lab Manager HR $75 4 Senior Engineering Technician/Sr.Site Inspector day* $496 5 Material (Soil, Concrete,Asphalt)Testing Technician HR $58 * assume 8 work-hours Total: Note:Cost of Services evaluation ranking will be based on Items 1 through 5 proposed fee i)Hourly rate include direct expense cost(such as vehicle,phone,per diem,lbdging,etc).There will be no separate pay item for these and other incidental items ii) Assigned work will be performed per issued Task Order.Each Task Order will be contracted based on specific scope of services for a respective project ill) Assigned Inspector must possess required GSWCC and other Certifications to perform required functions iv) Assigned staff shall include GA Licensed Professional Engineer We agree to accept the proposed median fees as stated above: COMPANY: MatrixEneering Group, Inc. PRINT NAME: SamxEA ateem,PE SIGNATURE: -AI %4 �,.._� _ DATE: 6/7/2019 RFP 19-179 On-Call Material Testing Negotiated Fee Proposal 2 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations AGREEMENT • CONSULTANT SERVICES AGREEMENT between AUGUSTA, GA ENGINEERING DEPARTMENT and MATRIX ENGINEERING GROUP, INC. for ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS THIS AGREEMENT is made and entered into this_day of 2019 and between AUGUSTA, GEORGIA, hereinafter called the "CITY" and "MATRIX ENGINEERING GROUP, INC., a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to render: On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations 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 requested professional services of the Project (see Scope of Services.) AMOUNT OF CONTRACT It is agreed that the compensation hereinafter specified to perform the services (see Scope of Services) required by this Agreement includes both direct and indirect costs chargeable to the project. The maximum *obligation of the City to the Consultant under the terms of this Agreement will be determined by the total task ordered by Augusta Engineering Department (AED) to include any associated fees. The consultant shall report daily work activities and inspection data electronically to AED. Augusta, GA uses "HB NEXT Sequence" cloud-based reporting and document management system for managing and reporting on field inspections and construction management. The consultant shall submit daily construction activities report either using "Sequence" or similar software as approved by the AED. * Final Contract amount may vary depending on addition to initial scope of work and funds availability, upon execution of assigned task ordered. A g r e e m e n t 1 2 AED—On call Material Testing -RFQ ITEM—19-179 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 .--tiG Y: SEAL .+a+$A V �".:.:.k+ H+Matw^Nrt..k.h:MnrnS^.^^+wyt i«•1 wi..-� `:_:R11' Mayor Hardie Davis, r. t ii4/..4 i,.. Ike% ,J Attest ' ;,'qY/P;rp ,; On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations GENERAL CONDITION ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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. GC-1 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable time during the period of the Agreement, and for three years from the date of final payment under the Agreement, for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. 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 GC-2 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS The CONSULTANT agrees that its conclusions and any reports are for the confidential information of the CITY and that it will not disclose its conclusions in whole or in part to any person whatsoever, other than to submit its written documentation to the CITY, and will only discuss the same with it or its authorized representatives. Upon completion of this agreement term, all documents, reports, maps, data and studies prepared by the CONSULTANT pursuant thereto shall become the property of the CITY and be delivered to the Director of Engineering. 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 ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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. CONSULTANT COORDINATION The CONSULTANT shall cooperate fully with the Georgia Department of Transportation, Federal Highway Administration, CONSULTANT on adjacent projects, CONSULTANT 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. GC-4 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS CONTRACT TERMINATION Pursuant to O.C.G.A. 36-60-13, this Agreement shall terminate absolutely and without further obligation on the part of the CITY at the close of the calendar year in which this Agreement is executed and at the close of each succeeding calendar year for which the agreement may be renewed by the parties hereto. This Agreement shall nevertheless automatically be renewed unless the CITY provides written notice to the CONSULTANT of its intention to terminate the Agreement at least thirty days prior to the close of the calendar year for which the Agreement is presently effective between the parties and/or has been renewed by the CITY. This Agreement shall obligate the CITY solely for those sums payable during the initial term of execution or in the event of renewal by the CITY for those sums payable in such individual renewal terms. 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. GC-5 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS Preliminary information, even in rough outline, is sufficient to allow the advisor to determine impact of the proposed project on NGS and USGS control points. Continued coordination with the advisor to relocate and/or preserve affected control points will be maintained throughout the project life. This coordination shall be implemented as soon as possible after receipt of Notice to Proceed by the CITY. COORDINATION WITH UTILITIES Where privately, publicly or cooperatively owned utility companies will require rearrangements in connection with the proposed construction, the CONSULTANT shall furnish prints or reproducible for the utility owners as directed by the CITY and check the utilities' submitted plans for avoidance of conflicts with the road construction details or with the facilities of other utilities. This may require numerous submittals to the utility companies. The CONSULTANT shall also submit a final set of construction plans to all utilities. The CONSULTANT shall make no commitments with the utilities which are binding upon the CITY. If the project includes work for the Augusta Utilities (AUD), the CONSULTANT shall research all Augusta Utilities records and act on behalf of the AUD to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the road construction details or with the existing or proposed facilities of other utilities. COVENANT AGAINST CONTINGENT FEES 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. GC-6 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS DELIVERY OF NOTICES All written notices, demands, and other papers or documents to be delivered to the CITY under this Agreement shall be delivered to the CITY's Engineering Department office, 452 Walker Street, Suite 110, Augusta, Georgia 30901, Attention: Assistant Director Engineering, or at such other place or places as may be subsequently designated by written notice to the CONSULTANT. All written notices, demands, and other papers or documents to be delivered to the CONSULTANT under this Agreement shall be directed to or at such a place or places subsequently to be designated in writing by the CONSULTANT to the CITY. DRUG FREE WORK PLACE CONSULTANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result indiscipline and/or immediate discharge. CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statue conviction for workplace violations. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 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. GC-7 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS INSURANCE The Consultant shall, all time that this agreement is in effect, cause to be maintained in force and effect an insurance policy(s) that ensure and indemnify the City against liability or financial loss resulting from injuries occurring to persons or property or occurring as a result of any negligent error, etc., or omission of the Consultant in performance of the work during the term of this Agreement. The Consultant shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The Consultant shall provide, all times that this Agreement is in effect, Insurance with limits of not less than: A. Workmen's Compensation Insurance in accordance with the laws of the State of Georgia B. Public Liability Insurance in an amount of not less than One Million ($1,000,000.00) Dollars for injuries, including those resulting in death to any one person, and in an amount of not less than One Million ($1,000,000.00) Dollars on account of any one occurrence. C. Property Damage Insurance in an amount of not less than One Million ($1,000,000.00) Dollars from damages on account of any occurrence, with an aggregate limit of One Million ($1,000,000.00) Dollars. D. Valuable Papers Insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the Project. E. Professional Liability Insurance in an amount of not less than One Million ($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000. 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). GC-8 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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-9 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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-10 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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-11 AED—Consultant Engineering Services Agreement On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations TIA SPECIAL PROVISION Engineering Professional Services ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS Special Provisions Projects Funded 100%with Special District Transportation Sales and Use Tax Proceeds Collected Pursuant to the Transportation Investment Act(TIA)of 2010 1. To terminate this contract without further obligation of the City to the extent that the obligations exceed the availability of such the Special District Transportation Sale and Use Tax proceeds for the project as designated by the City or the City may determine in its sole discretion that a suspension period should be instituted as set forth in specification "Temporary Suspension of Work". The City's certification as to the availability of the Special District Transportation Sale and Use Tax proceeds as designated by the City shall be conclusive. 2. Any payments shall be made to the Contractor after receipt of such transportation sales and use tax proceeds from GSFIC/GDOT by the City. The parties agree that the provisions of the Georgia Prompt Pay Act, O.C.G.A. § 13-11-1 et seq., do not control and that the Consultant/Contractor waives any and all rights it may have under said Act. 3. All provisions of this Specification shall be incorporated by and into any subcontracts entered into by the Contractor with its subcontractors. 4. DBE,SMALL BUSINESS AND VETERAN OWNED BUSINESS On May 17, 2012, the GDOT, acting by and through its Board, passed a resolution in which it: (1) reaffirmed its commitment to Title VI of the 1964 Civil Rights Act of nondiscrimination in the delivery and management of Transportation Investment Act funded projects; and (2) encouraged the use of Disadvantaged Business Enterprises (DBE) (including minority and woman owned businesses), small businesses, and veteran owned businesses in any project that is funded in whole or in part by Transportation Investment Act funds, and encouraged wherever practical and feasible, the local government or governments that manage Transportation Investment Act funded projects to include the same in its delivery and management of a project. Reference to this resolution shall be included in all subcontracts entered in by the Contractor related to this Project. While there is no DBE, small businesses or veteran owned businesses goal required, the Contractor is required to provide the following information monthly to the GDOT regarding whether it utilized any DBE (as defined in forth in 49 CFR Part 26), small business (as defined in 13, CRR Part 121) or veteran owned,along with the following information: 1) The names and addresses of DBE firms, small businesses or veteran owned businesses committed to participate in the Contract; 2) A description of the work each DBE firm, small business or veteran owned business will perform;and 3) The dollar amount of the participation of each DBE firm, small business or veteran owned business participating. SP1 AED ENGPROFESSIONAL SERVICES August 2016 All provisions of this Specification shall be incorporated by and into any subcontracts entered into by the Contractor with its subcontractors. SP2 AED ENGPROFESSIONAL SERVICES August 2016 5. Temporary Suspension of Work The City has the authority to suspend The Work wholly or in part, for as long as the City may deem necessary, because of unsuitable weather, lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project, or other conditions considered unfavorable for continuing The Work, or for as long as he may deem necessary by reason of failure of the Contractor to carry out orders given, or to comply with any provisions of the Contract. No additional compensation will be paid the Consultant/Contractor because of suspension except as specifically set forth below. The Work shall be resumed when conditions are favorable or when corrective measures satisfactory to the City have been applied;when, and as ordered by the City in writing.The Consultant shall not stop The Work without authority. If The Work is stopped by the lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project or any temporary or permanent injunction, court restraining order, process or judgment of any kind, directed to either of the parties hereto, then such period or delay will not be charged against the Contract Time nor shall the City be liable to the Consultant/Contractor on account of such delay or termination of work. SUSPENSION PERIOD FOR LACK OF SPECIAL DISTRICT TRANSPORTATION SALES AND USE TAX PROCEEDS: If The Work is stopped and suspension period instituted by the City in writing as a result of the lack of special district transportation sales and use tax proceeds remitted to the City by GSFIC/GDOT and designated by the City for the Project,such suspension shall last for a maximum of ninety(90)days. This Contract does not obligate the City to make any payment to the Consultant/Contractor for said Extra Work from any funds other than from available special district transportation sales and use tax proceeds as designated by the Department for the Project. After this ninety (90) day period, if special district transportation sales and use tax proceeds as designated by the City for the Project are available or anticipated to be available as determined in the sole discretion of the City, the Consultant/Contractor will be directed by the City to either(1) continue The Work under the Contract or(2)agree to a new suspension period as determined by the City. After this ninety (90) day period, if special district transportation sales and use tax proceeds as designated by the Department for the Project are not available or anticipated to be not available as determined in the sole discretion of the City, this Contract shall be terminated upon notification by the City to the Consultant/Contractor. To the extent practically possible,the City will provide written notification to the Consultant/Contractor that The Work is going to be stopped either permanently or during a suspension period as the result of the lack of special district transportation sales and use tax proceeds three (3) months prior to the date of The Work stoppage. The City's certification as to the availability of the special district transportation sales and use tax proceeds as designated by the City for the Project shall be conclusive. The contract time will be extended to reflect the length of the suspension period and any resulting delays. No damages for delay or consequential damages will be recoverable as a result of any suspension period. SP3 AED ENGPROFESSIONAL SERVICES August 2016 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations ADDITIONAL PROVISION Engineering Professional Services ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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 it 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. 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 AP1 AED ENGPROFESSIONAL SERVICES August 2016 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 AED ENGPROFESSIONAL SERVICES August 2016 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations ATTACHMENT A STANDARD SPECIFICATIONS ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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. Deliverable Attach A 11 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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 On-Call Construction Material Inspection and Testing, Construction Monitoring and Quality Assurance/Quality Control and Geotechnical Inspections and Investigations ATTACHMENT D ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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. sure attachment identifies proper consultant entity to perform the services). Attach D I1 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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 ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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 Estate 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 13 AED—Consultant Engineering Services Agreement ON-CALL CONSTRUCTION MATERIAL INSPECTION AND TESTING, CONSTRUCTION MONITORING AND QUALITY ASSURANCE/QUALITY CONTROL AND GEOTECHNICAL INSPECTIONS AND INVESTIGATIONS 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. 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