Loading...
HomeMy WebLinkAboutEMC ENGINEERING ON CALL CONSTRUCTION MANAGEMENT CONSTRUCTION INSPECTION FIELD ENG FOR SPLOST PROJECTS �� /2 1 1 uo MO ,,,, , ..4 1, 1 _ ‘ , ,.. ,., ,,,t,.. - - - CONSULTANT SERVICES AGREEMENT ON CALL CONSTRUCTION MANAGEMENT, CONSTRUCTION INSPECTION, AND FIELD ENGINEERING SERVICES FOR SPLOST PROJECTS PROJECT NUMBER: XXX- XXX -XXXX ,,.;'. DePertment CONSULTANT SERVICES AGREEMENT ON CALL CONSTRUCTION MANAGEMENT, CONSTRUCTION INSPECTION, AND FIELD ENGINEERING SERVICES FOR SPLOST PROJECTS PROJECT NUMBER: XXX -XXX -XXXX TABLE OF CONTENTS SECTION PAGE • REQUEST FOR PROPOSAL p1 - p13 • ADDENDUM > Addendum 1 p1 - 2 > Addendum 2 p3 - 4 • FEE PROPOSAL p1 - • CONSULTANT SERVICE AGREEMENT 1 - 9 • SCOPE OF SERVICES/PROPOSALS 1 - 2 • CONTRACTOR'S DOCUMENTS > Exception Sheet > Statement of Non - Discrimination ➢ Conflict of Interest > RFP Form > Contractor Affidavit and Agreement ➢ Subcontractor Affidavit ➢ Non - Collusion Affidavit of Bidder /Offeror > Non - Collusion Affidavit of Subcontractors > Good Faith Efforts (subcontractor & supplier contact form) > LSB subcontractor /supplier utilization plan > Bid Bonds / Insurance • ATTACHMENT A > Contractor's Supporting Credentials { P 1 , J } Augusta, GA } , REQUEST 1.- , 1 ,/ ,. , po On Call Construction Management, Contru+ti ; k and Field Engineering Services for SP } Project Num er: 4 CITY OF AUGUSTA, GEORGIA OFFICE OF THE PROCUREMENT DIRECTOR 530 GREENE STREET SCITE 605 AUGUSTA, GEORGIA 30901 (706)821 -242_ DATE: May 21, 2009 RFP NO. 09 -121 SUBJECT: Request for Proposal to submit on the following services NAME OF RFP: On Call Construction Management. Construction Inspection and Field Engineering Services This letter extends to your Firm an invitation to submit a proposal to supply the City of Augusta with equipment. supplies, and/or services as indicated above. Sealed proposals for the above will be received at the Office of the City Procurement Director, 530 Greene Street Suite 605, the Municipal Building, Augusta, Georgia, up to 3:00 p.m. on Wednesday, July 1, 2009, at which time, proposals will be opened and publicly read. The Board of Commission reserves the right to reject any and all bids /RFPs and to waive formalities. Instructions for preparation and submission of a proposal are contained in the attached packet. Please note that specific forms for submission of a proposal are required. Proposals must be typed or printed in ink. If you do not submit, return signed RFP invitation sheet and state reason. Also, please clearly mark the outside of your envelope as "No Response." Any changes to the conditions and specifications must be in the form of a written addendum to be valid; therefore, the City will issue a written addendum to document all approved changes. Any RFP submitted which does not acknowledge the receipt of an addendum will not be considered. The City of Augusta seeks to ensure that all segments of the business community have access to supplying the goods and services needed by City programs. Doing business with Augusta has become easier! The new ARCBid link, which is located on the Procurement Department's website at vwn,:v ,&L :, staga_20 >, enables you to view current and past public bid information online. Should you have any questions concerning the bid documents, or need additional information, you may contact a member of the Bid and Contract Team directly @ 706 821 -2422. A request for bid documents must be faxed to 706 821 -2811 A Proposal from your Firm will be appreciated. Sincerely yours, Geri A. Sams Procurement Director RFP 09-121 On Call Construction Management Specs Page 1 of 13 Request for Proposals, Request for Proposals will be received at this office until Wednesday, July 1, 2009 at 3:00 P.M. RFP Item 09-121 On Call Construction Management, Construction inspection and Field Engineering Services for Engineering Department RFPs will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sarns Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 RFP documents may be obtained at the office of Augusta, GA Procurement Department, 530 Greene Street — Room 605, Augusta, GA 30901. All questions must be submitted in writing to the office of the Procurement Department by Monday, June 15, 2009 @ 3:00 p.m. by fax at 706-821-2811 or by mail. No RFP will be accepted by fax, all must be received by mail or hand delivered. The local bidder preference program is applicable to this project. To be approved as a local bidder and receive bid preference on an eligible local project, this certificate and a copy of your local business license must be submitted with your bonafide bid package. No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening. An invitation for bids 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 invitation to bid 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 waiveable or modifiable by the Procurement Director. Please mark RFP number on the outside of the envelope. Bidders are cautioned that sequestration of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources placed the bidder at the risk of receiving incornpiete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director Publish: Augusta Chronicle May 21, 28, June 4, 11, 2009 Metro Courier May 27, 2009 cc: Tameka Allen Interim Deputy Administrator Able Ladson Engineering Hameed Malik Engineering RFP 09-121 On Call Construction Management Specs Page 2 of 13 RFP Item 09-121 On Call Construction Management, Construction inspection and Field Engineering Services Due Date: Wednesday, July 1, 2009 at 3:00 P.M. INSTRUCTIONS TO SUBMIT 1.1 Purpose: The purpose of this document is to provide general and specific information for use by vendors in submitting a RFP to supply the City of Augusta with equipment, supplies, and or services as listed above. All RFPs are governed by the Code of the City of Augusta. 1.2 How to Prepare Bid Proposals: All bid proposals shall be: (A) Prepared on the forms enclosed herewith, unless otherwise prescribed. (B) Typewritten or completed with pen and ink, signed by the vendor or his authorized representative, with all erasures or corrections initialed and dated by the official signing the proposal. Vendors are encouraged to review carefully all provisions and attachments of this document prior to completion. Each RFP constitutes an offer and may not be withdrawn except as provided herein, Also, prices are to remain firm for the period stated herein, 1.3 How to Submit Bid Proposals: All bid proposals shall be (A) Submitted in sealed opaque envelope, plainly marked with the RFP number and equipment, supply and/or service description listed above. (B) Mailed or delivered as follows in sufficient time to ensure receipt by the Procurement Director on or before the date and time specified above. (a) Mailing Address: Geri A. Sams, Procurement Director 530 Greene Street - Suite 605 Augusta, Georgia 30901, (b) Hand Delivery Address: Geri A. Sams, Procurement Director Procurement Department - 6 Floor of the Municipal Building Suite 605 - Augusta, Georgia (c) Bids not received by the time and date specified in the first paragraph of the letter will not be opened. 1.4 Augusta-RIchmond Code, Readopted 7/10/08: Sec. 1-10-43, Sealed bids selection method. (b) Invitation for bids and specifications. An invitation for bids 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. Al! specific requirements contained in the invitation to bid 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 waiveable 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-Richmond County Commission for approval by the Augusta-Richmond County Commission. 1,5 Procurement Protests: (A) Right to protest. Any actual or prospective bidder, offeror, or contractor who is aggrieved in connection with the solicitation or award of a contract may protest to Augusta-Richmond County. Protestors shall seek resolution of their complaints initially with the Procurement Director. All protests must be submitted in writing to the Procurement Director. (B) Protests concerning invitations to bid. A protest with respect to an invitation for bids or request for proposals shall be submitted in writing prior to the opening of bids or the closing date of proposals, If not done by that time, the complaint or protest is lost. (C) Stay of procurement during protests. In the event of a timely protest under subsection (b) of this Section, the Procurement Director shall not proceed further with the solicitation or award of the contract until all administrative remedies have been exhausted or until the Augusta-Richmond County Administrator or Commission makes a determination on the record that the award of the contract without delay is necessary to protect the interests of Augusta-Richmond County. RFP 09-121 On Call Construction Management Specs Page 3 of 13 1.6 Failure to Submit: If a RFP is not submitted, vendor should return bid sheets, stating reason therefore, and indicate whether their business should be retained or removed from the Citys vendor's list. The outside of the envelope should clearly be marked "No Response" 1.7 Errors in Bids: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids. Failure to do so will be at the bidders' own risk. In case of error in extension of prices in the bid, the unit prices shall govern. Correction or withdrawal of RFP. Correction or withdrawal of inadvertently erroneous bids before or after bid opening may be permitted under the circumstances described below: (1) Mistakes discovered before bid opening may be modified or withdrawn by written or telegraphic notice received in the office designated in the invitation for bids prior to the time set for bid opening. (2) After the bid opening, corrections to bids shall be permitted only to the extent that the bidder can show by clear and convincing evidence that a mistake of a non-judgmental character was made, the nature of the mistake, and the bid price actually intended. Otherwise, no changes in bid prices or other provisions of bids prejudicial to the interest of Augusta-Richmond County or fair competition shall be permitted, (3) In lieu of bid correction, a low bidder alleging a material mistake of fact may be permitted to withdraw its bid if: a. the mistake is clearly evident in the bid document but the intended correct bid is not similarly evident; or b. the bidder submits evidence which clearly and convincingly demonstrates that a mistake was made. (4) All decisions to permit the correction or withdrawal of bids, or to cancel awards or contracts based on bid mistakes, shall be supported in a written report made by the Procurement Director. (5) Withdrawal after receipt of bids is cause to forfeit bid security unless substantial evidence was presented clearly evidencing the mistake and hardship that would occur to either the County or the bidder in the event of award 1,8 Standards for Acceptance of Bid for Award Contract: The City reserves the right to reject any or all RFPs and to waive any irregularities or technicalities in bids received whenever such rejections or waiver is in the interest of the City. The City reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid from a bidder whom investigation shows is not in a position to perform the contract a bidder who failed to submitted any requested documentation to include bid bond, performance and payments.. 1.9 Proposal: An offer; something proffered. An offer, by one person to another of the terms and conditions with reference to some work or undertaking, or for the transfer of property, the acceptance whereof will make a contract between them. (Black's Law Dictionary, 5 Edition). Proposals for professional service received by the county will be evaluated for their comparative level of compliance with the specifications issued for the project. The evaluation of proposals may or may not include proposed price as one of the evaluation criteria. Bidder: Whenever the term "bidder" is used it shall encompass the "contractor", "purchaser or other party having a contract with the City in such capacity after a contract has been entered into or between such party and the City. 1.10 Compliance with laws: The bidder shall obtain and maintain all licenses, permits, liability insurance, workman's compensation insurance and comply with any and all other standards or regulations required by federal, state or City statute, ordinances and rules during the performance of any contract between the bidder and the City. Any such requirement specifically set forth in any contract document between the bidder and the City shall be supplementary to this section and not in substitution thereof, RFP 09-121 On Call Construction Management Specs Page 4 of 13 1.11 Termination of Contract: The City of Augusta may cancel the contract at any time for breach of contractual obligations by providing the consultant with a written notice of such cancellation. Should the City of Augusta exercise its right to cancel the contract for such reasons, the cancellation shall become effective on the date as specified in the notice of cancellation sent to the contractor. 1.12 Non-Collusion Affidavit: By signing and submitting this bid, bidder declares that its agents, officers or employees have not directly or indirectly entered into any agreements, participated in any collusion or otherwise taken any action in restraint of free competitive bidding in connection with this bid. In the event, said bidder is found guilty of collusion, the company and agents will be removed from the City's bid list for up to three years and any current orders will be canceled. GENERAL CONDITIONS 2.1 Prices to be Firm: Vendor warrants that RFP terms and conditions quoted in his submittal will be firm for acceptance for a period of ninety (90) days from opening date. 2.10 Completeness: All information required by Request for Proposal must be completed and submitted to constitute a proper RFP. 2.12 Award of Contract: The contract, if awarded, will be awarded to the most responsive and responsible vendor whose proposal will be most advantageous to the City, price and other factors considered. The City will make the determination. 2.26 Local Vendor Preference: The City of Augusta has a local vendor preference policy which allows the lovvest local bidder, (defined as within Augusta Richmond County), within 5% or $10,000, whichever is less, of the lowest non-local bidder, to match the bid submitted by the non- local bidder and therefore be awarded the contract. Vendors must complete the enclosed vendor's Certification form. 2.27 Minority/Women Business Enterprise (MWBE) Policy: Court Order Enjoining Race-Based Portion of DBE Program 2.28 Qualified Vendor: A "Qualified Vendor" is defined for this purpose as one who meets, or by the date of bid acceptance can meet, all requirements for licensing, insurance and service contained within these specifications. 2.29 Compliance with Specifications - Terms and Conditions: The Request for Proposal Invitation, Legal Advertisement, General Conditions and Instructions to Bidders, Specifications, Special Conditions, Vendor's Submittal, Addendum, and/or any other pertinent documents form a part of this proposal and by reference are made a part hereof. 2.30 Signed Bid/RFP Considered Offer: The signed bid/RFP shall be considered an offer on the part of the bidder/vendor, which offer shall be deemed accepted upon approval by the Commission of the City of Augusta, the City Administration or his designee. In case of a default on the part of the bidder/vendor after such acceptance, the City of Augusta may take such actions as it deems appropriate including legal action for damages or specific performance. 2.31 Notice to Proceed: The successful bidder shall not commence work under this invitation to bid until duly notified by receipt of contract signed as executed by the Mayor/Commission or Administrator or their designee (Clerk or Commission or the Procurement Director). If the successful bidder does commence any work prior to receiving official notification, he does so at his own risk. 2.32 Pre-bid conference and addendum: A conference to be conducted by the Purchasing Director and using agency head, if appropriate, hearing will be scheduled at least five (5) working days before receipt of bids. While the pre-bid conference is not a requirement, it is strongly recommended and widely used to further acquaint interested bidders with the bid requirements and items to be purchased and vendor input. Any substantive changes to specifications resulting from the pre-bid conference or other vendor/contractor sessions shall be documented in an addendum and communicated to all bidders registered for the procurement action. Note: In the event of a MANDATORY PRE-BD CONFERENCE ALL INTERESTED VENDORS MUST ATTEND. RFP 09.121 On Call Construction Management Specs Page 5 of 13 2,33 Bid opening. Sealed Bids /RFPs shall be opened publicly in the presence of one or more witnesses at the time and place designated in the public notice and invitation for bids. The amount of each bid, and such other relevant information as the Purchasing Director deems appropriate, together with the name of each bidder shall be recorded; the record and each bid shall be open to public inspection in accordance with § 1 -10 -5 (Public Access to Procurement Information), 2.34 Bid acceptance and bid evaluation. Provided that the bids are delivered to the Purchasing Director at the time, place, and under the conditions contained in the Invitation for Bids, the bids shall be conditionally accepted without alteration or correction pending evaluation. Bids shall be evaluated based on the requirements set forth in the invitation for bids, which may include bidder responsiveness, capability and past performance, and criteria to determine acceptability such as inspection, testing, quality workmanship, delivery, and suitability for a particular purpose. Those criteria that will affect the bid price and be considered in evaluation for award shall be objective and clearly measurable, including but not limited to discounts, transportation costs, and total or life cycle costs, The main advantage of using life -cycle costing is that both initial costs and related costs for the life of the item are considered. When the criterion for awarding the contract is based on lowest responsive bidder. it may mean that the contract specifications are just minimally complied with. Selecting of the lowest bidder could result in a higher incidence of maintenance, and down -time could eat up any savings made if the purchasing process considers only the initial cost, 2:35 Employment Eligibility Verification: As required under Senate Bill 529 4 "Georgia Security and Immigration Compliance Act" of 2006, O.C.G.A. Section 2, Article 3 13- 10 -91, public employers, their contractors and subcontractors are required to verify the work eligibility of all newly hired employ Fs through an electronic federal work authorization program. The Georgia Department of Labor has added a new Chapter 300 -10 1, entitled Public Employers, Their Contractors and Subcontractors Required to Verify New Employee Work Eligibility Through a Federal Work Authorization Program, °to the Rules and Regulations of the State of Georgia. (website. http;ll ol,sta e. *a >us / «dff rules /300 10 1,. df.) The new rules designate the "Employment Eligibility Verification (EEV) Basic Pilot Program" operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security as the electronic federal work authorization program to be utilized for these purposes. The EEV /Basic Pilot Program can be accessed at littos:t /www,.visihsa. camiEmploverRegistration. Bidders shall comply with this new rule and submit with your bid the attached °Contractor Affidavit and Agreement" and the "Subcontractor Affidavit." Both forms must be filled out, sign, notarize and returned with your bid submittal, if there are no subcontracting opportunities, please fill out the form and return with your submittal (N /A; sign, date and notarize). Excerpt from: Excerpt from: 06 SB529 /AP Senate Bill 529 By: Senators Rogers of the 21st, Hamrick of the 30th, Douglas of the '1 7th. Schaefer of the 50th, Seabaugh of the 28th and others No contractor or subcontractor who enters a contract with a public employer shall enter into such a contract or subcontract in connection with the physical performance of services within this state unless the contractor or subcontractor registers and participates in the federal work authorization program to verify information of all new employees. (3) Paragraphs (1) and (2) of this subsection shall apply as follows: (A) On or after July 1, 2007, with respect to public employers. contractors, or subcontractors of 500 or more employees; (B) On or after July 1, 2008, with respect to public employers, contractors, or subcontractors of 100 or more employees; and (C) On or after July 1, 2009, with respect to all public employers, contractors, or subcontractors. RFP 09 -121 On Call Construction Management Specs Page 6 of 13 SPECIAL CONDITIONS 3.1 County's Right To Amend Bid Solicitations Or Awards That Are in Violation Of Law. (A) Prior to bid opening or closing date for receipt of proposal& if prior to the bid opening or the closing date for receipt of proposals, the Purchasing Director, after consultation with the Augusta- Richmond County Administrator, and the Augusta - Richmond County Attorney, determines that a solicitation is in violation of federal, state, or local law or ordinance, then the solicitation shall be canceled or revised to comply with applicable laws. (B) Prior to award. If after bid opening or the closing date for receipt of proposals, the Purchasing Director, after consultation with the Administrator or his designee, and the Augusta- Richmond County Attorney determine that a solicitation or proposed award is in violation of federal, state or municipal law, and then the solicitation or proposed award shall be canceled. (C) After award. If, after an award, the Purchasing Director, after consultation with the Administrator and the Augusta- Richmond. County Attorney determines that a solicitation or award of a contract was in violation of applicable law, then the contract shall be revised to comply with applicable law., If Augusta - Richmond County is unable to revise the contract to comply therewith, the contract shall be terminated and declared null and void by the Augusta - Richmond County Commission. 3.2 Bonds: (Check where applicable) [ ] (A) Each bidder shall post a bid bond, certified check or money order made payable to the City in the amount of 10% of the bid price. A company check is not acceptable. No bids shall be read or considered without a proper form of security. [X] (B) No bond, certified check, or U.S. Money Order is required. [ j (C) Bidder shall post a payment i performance bond payable to the C in the amount of 100% of the bid price if awarded the purchase. Such bond(s) are due prior to contract execution as a guarantee that goods meet requirements of the contract including timely delivery, performance specifications and warranty requirements. Such bonds will also guarantee quality performance of services and timely payment of invoices to any subcontractors, (D) Bidder shall post a performance bond in the amount of 100% of the bid price if awarded the purchase. Such bond(s) are due prior to contract execution as a guarantee of timely delivery and that equipment, materials and /or goods are delivered according to specifications. Whenever a bond is pr it shall be executed by a surety authorized to do business in the State of Georgia, approved by the City, and must be executed on the attached forms. At the discretion of the City, other forms of security may be considered in lieu of a performance bond. (Article 6 of the City's Code) 3.3 City License Re Contractor must be licensed in the State of Georgia or by the Governmental entity for which he does the majority of his business. 3.4 Warranty Requirements: (Check where applicable) ] (A) Provisions of item 2.12 in regards to quality shall apply. [ 1(B) Warranty required.. ] (a) Standard Warranty shall be offered with bid. ( ] (b) Extended Warranty shall be offered with bid. 3.5 Terms of Contract: (Check where applicable) [ ] (A) Annual Contract [X] (B) One time Purchase, [ 1(C) Other RFP O9 -121 On Call Construction Management Specs Page 7 of 13 LOCAL SMALL BUSINESS OPPORTUNITIES PROGRAM 4.1 General Principles This Ordinance and/or the codification hereof may be referred to as the "Augusta-Richmond County Local Small Business Opportunities Program Ordinance" ("LSBOP"). 4.2 Objective Augusta-Richmond County is firmly committed to the principles of equal opportunity and in keeping with these principles, hereby sets forth a program and establishes a mechanism for developing, approving, and implementing procedures by which local small business enterprises shall be Identified, informed and educated regarding opportunities for supplying goods, general services, and construction services required by Augusta-Richmond County, and providing for objectives for bidders to incorporate the use of Local Small Businesses as commercially useful sub-contractors, thereby promoting balanced economic and community growth throughout Augusta-Richmond County. The LSBOP is a race and gender-neutral program. 4.3 Policy It is the policy of Augusta-Richmond County that all necessary and reasonable steps shall be taken to ensure that local small business enterprises have the maximum opportunity to compete for and participate in all contracts and subcontracts funded by or through Augusta-Richmond County govemment. Further, the Augusta-Richmond County Commission has determined as a means to ensure full economic participation by small local business that a mechanism for developing, approving and implernenting a LSBOP is required. Augusta-Richmond County has established the LSBOP to promote opportunities for certified Local Small Business to participate in Augusta-Richmond County's contracting and procurement activities by requiring contractors to utilize certified Local Small Businesses to perform commercially useful functions to the maximum extent possible and as economically feasible, as partners or subcontractors for service delivery or as suppliers of various goods required in the performance of a contract. This LSBOP is in addition to and shall not supplant the Local Preference Ordinance, Code §1-10-6. Augusta's Local Small Business Opportunities Program shall comply with federal and state requirements applicable to small or disadvantaged business, including but not limited to those requirements set forth by regulation by the Federal Aviation Administration, U.S. Department of Housing & Urban Development, and Georgia Department of Transportation. It is expressly recognized that such federal and state r:•ulations preempt Augusta's regulations regarding this subject. 4.4 Local Small Business Vendor Information and Program Information: Please contact: Yvonne Gentry, Disadvantaged Business Enterprise Coordinator 501 Greene Street - Suite 304 Augusta, Georgia 30901 Office: (706) 821-2406 Fax: (706) 821-4228 Please return the required forms (with your submittal): • Good Faith Efforts Subcontractor 8, Supplier Contact Form • LSB SubcontractoriSupp lief Utilization Plan - lf there are no subcontracting opportunities the forms must be executed (write NIA, sign, date and return). The following form is to be returned by the successful vendor monthly • Monthly Subcontractor/Supplier Utilization Report RFP 09 On Call Construction Management Specs Page 8 of 13 General Specifications: 5,1 The RFP response must include the following documents when applicable: • The Exception Sheet (if applicable) Statement of Non-Discrimination O Conflict of Interest o Local Vendor Preference (if applicable) o RFP Form / Acknowledgement of Addenda o Georgia Security and Immigration - Contractor Affidavit and Agreement o Georgia Security and Immigration - Subcontractor Affidavit O Non-Collusion Affidavit of Prime Bidder/Contractor and Sub-Contractor Form o Local Small Business (LSB) Good Faith Efforts o Local Small Business (LSB) Subcontractor/Supplier Utilization Plan o Certification/Credentials (if applicable) O Bid Bond (if applicable) O Warranties (if applicable) O Product Literature (if applicable) And/or any requested documentation must be submitted with RFP package. All reference documents must be completed and returned in their entirety to constitute a complete RFP. Failure to do so win render vendor's RFP submittal to be "non-compliant" 5.2 RFPs must be submitted (One (1) original and six (6) copies) 5.3 Vendor is responsible for determining and acknowledging any addenda issued in connection with this RFP solicitation, 5.4 The City reserves the right to renew this contract for one additional 12 month periods if all terms and Conditions rernain unchanged and if all parties agree. 5.5 The City pays by invoices only net 30. Unless otherwise arranged. 5,5 Invoices should be sent to the following address: City of Augusta Richmond County Georgia Accounting Department — Room 105 City-Municipal Building 530 Greene Street Augusta, Georgia 30901 5.6 All Bids, Request for Proposal/Qualifications and or Quote are governed and awarded in accordance to The City of Augusta, Georgia (Richmond County) Code. To view the Code visit Augusta's website at www.augustaga goy. RFP 09-121 On Call Construction Management Specs Page 9 of 13 RFP Item 09-121 On Call Construction Management, Construction Inspection and Field Engineering Services Due Date: Wednesday, July 1, 2009 at 3 :00 P.M. 1 PROBLEM STATEMENT: The Augusta - Richmond County Engineering Department is currently requesting professional services that include Construction Management, Construction Inspection, and Field Engineering Services. The number of SPLOST projects being let for construction has increased significantly over the past year, and will continue to increase throughout 2 009. The following projects are currently under construction or will be under construction in Year 20 09 1. Bungalow Road 9; Pointe West Subdivision Drainage 2. Windsor Spring Road 10. Belair Hills Subdivision 3. Eisenhower Drive Emergency Drive 11. Washington Road Intersection 4. Lover's Lane Evacuation Rte. 12. Morgan Road 5. Carnilia Drive Drainage and Road 13. Village West Drainage 6. Paving Dirt Roads (Phase 9) 14. D'Antignac Drainage 7. Downtown Traffic Signal & Street Upgrade 15. Willis Foreman Bridge Replacement 8. Old Savannah Road/Twiggs Street 16. Marvin Griffin Road 11. SERVICES TO BE RENDERED: This contract will be in place for two years with an option to renew on a year to year basis. The Engineering Department expects the following services to be rendered, but not limited to the following. 1. Interpret and enforce Augusta- Richmond County construction specifications and Georgia Department of Transportation construction specifications on projects. 2. Document in detail daily construction activities. 3. Perform field engineering designs and make field adjustments. 4. Conduct field surveys. 5. Conduct Project Team Meetings, 6. Measure and estimate material put in place by Contractors. 7. Enforce all Federal and State regulations (e.g., EPD, EPA, NPDES, GDOT, etc.) 8. Construction Observation RFP 09 -121 Or Cali Construction Management Specs Page 10 of 13 EVALUATION CRITERIA: 1. Qualifications of Company. 2. Qualifications of Key Professionals that will actually manage, inspect and perform field engineering tasks. 3, References (include specific individuals with addresses and telephone numbers). 4. Proximity to Area 5. Proposed Fee (Include hourly cost per individual to be included in the proposal; submit proposed fee in a separate sealed envelope label "Fee Proposal for RFP 09-121). 111. EVALUATION CRITERIA: On Call Construction Mana!ement, Construction Ins tion and Field En! sneering Services CRITERIA POINTS 1)Qualifications of Company 30% 2)Qualifications of key Professionals that will actually manage, inspect and perform field engineering tasks 25% 3)References (include specific individuals with addresses and telephone numbers) 20% 4)Proximity to Area 15% 5)Proposed Fee (Include hourly cost per individual to be included in the or000sal 10% Submit all required information for any subconsultants/subcontractor(s) that will be used to perform any part of the requested services. Consultants/Contractors will also be evaluated using the above listed criteria in that order of importance. 2.0 RESPONSES The responses to this RFP shall be submitted in sealed opaque envelopes no later than Wednesday, July 1, 2009 3:00 p.m. to: Ms. Geri A. Sams, Procurement Director Augusta-Richmond County 530 Greene Street, Room 605 Augusta, GA 30901 You are required to submit one (1) original (clipped) and six (6) marked copies (bound). Include a second, sealed envelope inside the main envelope, with the proposed fee. Clearly mark outside of outer envelope "Proposal for RFP No. 09-121 On Call Construction Management, Construction inspection and Field Engineering Services. Clearly mark the outside of the sealed, inner fee envelope "Fee Proposal for RFP No. 09- 121." RFP 09-121 On Call Construction Management Specs Page 11 of 13 All questions must be submitted in writing to the office of the Procurement Department by fax at 706 821-2811 or by mail. The last day to submit questions is Monday, June 15. 2009 by 3:00 p.m. No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening. Augusta Richmond County assumes no responsibility for proposals received after the advertised deadline, or at locations other than as specified herein. 4.0 FOR AND ONTENTS OF SUBMITTAL Submittal Form Please submit one (1) original (clipped) and six (6) marked copies (bound). Proposal shall utilize letter-size (8 1 4 x 11 inches) or, be folded to that dimension from 11 x 17 inch stock. Submittal should be clear and concise and follow the format described herein. Submittal Contents Cover Letter: Include a (one page maximum) cover transmittal letter which clearly states the single contact proposed for this project, the company mailing address, email address, telephone and facsimile numbers. Specifically designate the representative who will serve as lead contact in all communications and who is authorized to negotiate on behalf of the company. Scope of Work: Describe how work will be performed, including a description of major tasks and timelines. Include descriptions of all major equipment and techniques to be utilized. Experience and Capacity: Describe background and experience of the company demonstrating ability to provide required Work. References: List references from work performed on other relevant contracts. Personnel: Identify all key individuals to be directly involved in work, with resumes and specific applicable experience including subcontractors, if applicable. Insurance: Provide evidence documenting your company's proof of Personal Liability, Worker's Compensation and Property Damage Insurance, including all applicable limits. Proposed Fee: include a separate, sealed envelope, labeled "Fee Proposal for RFP No. 09- 121." RFP Submittal: Write the title of the RFP on front of the envelope. Total proposal shall not exceed forty (40) pages. Submit in accordance with Section 4.0 Proposals must be received by Wednesday, July 1, 2009 @ 3:00 p.m. RFP 09-121 On Call Construction Management Specs Page 12 of 13 6.0 ADDITIONAL INFORMATION An invitation for RFP s 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 invitation to bid including, but not limited to, the number of copies needed; the timing of the submission, the required financiai data, and any other requirements designated by the Procurement Department are considered material conditions of the RFP which are not waiveable or modifiable by the Procurement Director The Owner reserves the right to: 1) reject any and all Respondents submitting proposals; and (2) n:..otiate certain terms and conditions of the Agreement. All costs related to preparation of a response to the RFP, including negotiations and/or clarifications with finalists, will be the sole responsibility and borne by the applicant(s), 7.0 PROJECT MANAGEMENT Project Communications prior to Proposal deadline shall be in writing, sent to: Ms. Geri Sams Procurement Director Augusta Richmond County 530 Greene Street — Room 605 Augusta, GA 30901 The last day to submit questions is Monday, June 15, 2009 by 3:00 p.m. RFP 09-121 On Call Construction Management Specs Page 13 of 13 - ,,,...., _ , _ ,,,,.... , ,, , _ , - -' r ' , ' ,. .. ,_ , ' , ..._ '_ , : r.r,r,r,_ , , , ... , , ,,,, ' , ' ' .. .„ .. ,1: ,. . , ,., r.,.. ,.. ,,,,, , f i , i G M , ,, 1 Os Cal-1 Construct • + n Managemen Co nstructio n m :: i and Field ring Services for SP Prnjt N: 3 i , 1 girotwoentean! Admeni G E R G 1 aktf. Nom. 64114 ,ro,e Faxed /Mailed TO: All Bidders Phyllis Mills, Quality Assurance Analyst Abie Ladson, Augusta Engineering Department FROM: Geri Sams .51tti tgry Procurement Director DATE: June 17, 2009 SUBJ: Responses to Vendor Questions RFP ITEM: 09-121 On CaII Construction Management, Construction Inspection, and Field Engineering Services for Augusta Engineering Department RFP DATE: Wednesday, July 1, 2009 at 3:00 P.M. ADDENDUM NO. 1 THE FOLLOWING RESPONSES ARE PROVIDED TO VENDOR QUESTIONS: 1. Question: Does the City of Augusta have a more detailed status of the projects shown on page 11 of 29, item 1, Problem Statement with regards to which projects are on -going and which one will begin later this year? Answer: Project Status Project Status 2) Pointe West Subdivision 1) Bungalow Road UC /NC Drainage UC /NC 3) Windsor Spring Road UC 4) Belair Hills Subdivision UC 5) Eisenhower Drive Emergency Drive UC 6) Washington Road Intersection UC/NC 7) Lover's Lane Evacuation Rte. UC /NC 8) Morgan Road UC 9) Camilla Drive Drainage and Road UC /NC 10) Village West Drainage UD 11) Paving Dirt Roads (Phase 9) UD 12) D'Antignac Drainage UC 13) Downtown Traffic Signal & Street 14) Willis Foreman Bridge Upgrade UC Replacement UD 15) Old Savannah Road/Twiggs Street UD 16) Marvin Griffin Road UD UC =under construction NC= near completion UD =under design 2. Question: Does the City of Augusta require a Georgia Registered Land Surveyor to perform field surveys for this contract? Answer: Yes 3. Question: Page 12 of 29 RFP, Item 111.5 Evaluation Criteria — Proposed Fee: Since the work programming may fluctuate due to the addition of new projects, is it acceptable to submit hourly costs by job classification rather than by individual as stated in the RFP? Answer: Submit hourly costs by job classification such as Eng -Tech, Staff Engineer, and Project Engineer etc. Room 605 - 530 Green Street, Augusta Georgia 30911 Addendum l RFP #09 -121 (706) 821 -2422 - Fax (706) 821-2811 Page 1 of 4 A A N A .aailzustat2a. °.,o Register at www.demandstar.com /supplier for automatic bid notification 4. Question: Page 12 of 29 of the RFP, Item 111.5 Evaluation Criteria - Proposed Fee: Does the city require that the hourly rates to be shown in the Proposed Fee be fully burdened or unburdened? Answer: Show as fully burdened. 5. Question: Page 12 of 29 of the RFP, Item 111.5 Evaluation Criteria - Proposed Fee: Does the city which for submitters to include information on Direct Costs with the Proposed Fee or only hourly rates? Answer: Include information on Direct Costs with the Fee. 6. Question: Will copies of required reference documents be provided (i.e. GDOT and Augusta- Richmond County Construction Specifications)? Answer: No. 7. Question: Will these services involve geotechnical or material testing services? Answer: No. 8. Question: Are there any registration /certification required for on -site staff? Answer: Yes, GA Professional Engineer and GA Professional Licensed Surveyor. 9. Question: Will the services involve Pay Application or Change Order review or processing? Answer: Assume yes. 10. Question: Will the services be contracted by hourly rate or by lump sum per project? Answer: It will be determined based on specific scope of services for a respective project. 11. Question: Section 5.4 "General Specifications ", Page 10 of 29, notes that the City reserves the right to renew contract for one (1) additional 12 month period; however, under item 11, Services to be rendered, on page 11 of 29, it notes that contracts will be in place for two (2) years with option to renew on year to year basis. Could you please clarify the contract period? Answer: Page 10 of 29 /Sec 5.4: No change; Page 11 of 29 /item I1- Read as "The Contract will be for two years with an option to renew for one (1) additional year (see Sec 5.4 for renewal conditions) 12. Question: Material Testing; it is unclear if Augusta- Richmond County is expecting the CEI consultant to perform quality control testing, such as soil compaction, stone base compaction, asphalt pavement compaction for in -place density, and run concrete slump and air test. Who will be responsible for performing these tests? Answer: CEI Consultant will not be responsible to perform indicated testing. CEI will be responsible for monitoring and QA/QC of such testing including review of test results. Addendum 1 RFP #09 -121 Page 2 of 4 13. Question: If the answer to Question #12 is that the CEI consultant is responsible for running the test, will the consultant need to furnish the testing equipment such as a nuclear gauge, thermometers, concrete slump cone and a concrete air bucket for checking air - entrainment? Answer: Addressed under Q #12. 14. Question: Will concrete compressive strength cylinders be required to be made at the project site by consultant inspectors? Answer: Addressed under Q#12. 15. Question: If the answer is yes, to the Question #3, who will furnish the molds for the test cylinders? Answer: Addressed under Q#12. 16. Question: Will the CEI consultant be required to "break" the concrete cylinders for twenty - eight (28) day strength test? Answer: Addressed under Q#12. 17. Question: On page 13 of the RFP under Scope of Work, the consultant is asked to describe "all major equipment" to be utilized. Does the city -county consider a vehicle for the inspector and a cell phone for the inspector to be "equipment" to be furnished as part of the hourly rate for the inspector or will this "equipment" be reimburse to the consultant as separate items? Answer: Vehicle, cell phone, etc are incidental to primary service (such as construction inspection, etc) and shall be handled accordingly. There will not be a separate pay items for these items. 18. Question: If the answer to question #17 if for the city- county to reimburse the consultant for the vehicle and the cell phone as separate pay items, how does the city -county prefer to compensate the consultant for the vehicle? Mileage" Hourly rate? Daily rate? Monthly rate? Cell phone? Answer: Addressed under Q#17. 19. Question: Is the consultant expected to furnish the office supplies, such as diaries, photocopiers, copier paper, monthly estimate reports, etc., for the proper documentation of the project activities? Answer: Assume YES. 20. Question: Where would the consultant inspectors report for duty assignments? Answer: Consultant inspectors will report to the Consultant Project Engineer assigned to that project. Augusta Engineering will not provide office space for inspector or other personnel assigned to the project. 21. Question: Will there be field offices for any of the SPLOST projects shown in the RFP? Answer: No. 22. Question: Does the city have any agreement with GDOT (in regard to encroachment to State Routes) that will be applicable to this work? Answer: No. Addendum 1 RFP #09 -121 Page 3 of 4 23. Question: With regard to 3. Perform field engineering designs and make field adjustments ". Please clarify whether the Engineer of Record will respond to RFIs, or is it the consultant's responsibility to make design changes? Answer: Field changes will be addressed by the consultants not Design Engineer of record. 24. Question: Will this contract be a lump sum contract? If not, what type of a contract will be? Answer. Consultant will be required to submit lump sum price per each assigned task for a respective project. 25. Question: How many of the 16 projects listed on page 11 of the RFP are currently under construction? Who is currently inspecting these projects? Answer: See chart above listed under Answer #1. Inspections are done in- house. 26. Question: Does the city have an estimate of how many inspectors will be needed for these 16 projects? Answer: No. 27. Question: Can the city provide the anticipated budget for these 16 projects and any additional projects that may be added to the program? Answer: Augusta Engineering Department does not have a final construction budget or construction cost. 28. Question: Since we don't know the dollar value of the contract at this time, is it acceptable to just include the anticipated percentages on the LSB Subcontractor /Supplier Utilization Plan? Answer: Yes. Please acknowledge addendum in your submittal END ADDENDUM Addendum 1 RFP #09 -121 Page 4 of 4 r { y� x , ,,, ,, - . ,:. Augusta) GA En ! - .: .' ' F i i *wt' S AL , ,, •., t „.. ... . „:, . ,,,„!,...,„ ... O►n Call Construction 1Ianae�nent, C+�nst+ct and Field Engineer n Serve far 5F Project N , i 0 Mu@ En � .inee'rn P Ser u�ce�s F Sc hedule g FEE PROPOSAL FOR CONSTRUCTION MANAGEMENT, CONSTRUCTION INSPECTION, AND FIELD ENGINEERING SERVICES RFP ITEM# 09 -121 EMC and our subconsultants have developed the following fee schedule based upon the Request for Proposal No. 09 -121, subsequent addenda, and the Scope of Work described in our Statement of Qualifications under separate cover. Fees for individual construction projects will be calculated based on applying the following hourly rates to estimated man- hours, which will be determined based on the project complexity and duration. We are committed to working with the City to refine our scope and determine specific fees for each individual project 1. Professional Engineer $130 /HR 2. Project Engineer $ 85 /HR 3. Engineering Technician $ 70 /HR 4. Professional Land Surveyor $120 /HR 5. Land Surveyor $ 80 /HR 6. Senior Inspector $ 70 /HR 7. Field Inspector $ 60 /HR These hourly rates include general and administrative overhead expenses, project specific overhead expenses such as vehicles and communication costs, and profit. Submitted for EMC Engineering Services this 30th day of June, 2009. l '/te - J. Mark Mobley, P.E. Principal -In- Charge EMC Engineering Services, Inc. EMC Engineering Services, Inc. • Savannah (Corporate) • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta a __ . .. Alligtus ,,, _..."cE,..,_„-:-_-,--_,--':--::::;-: ,,,,,,,,‘,...,,,., ., SE „. . _ ,,,,,, .. „.. , . ...... ._., ,.. ,.. .. . ....„,..„ . ..,,._ T „,... , ., . _ ,.. , . .. , ... .„....„ ,,,, , „...„ ,,,,..„..., _ ..„. ,, . . mE.. , .,;,,„,..,,_. , , .. , , _ ...,, „, .,...,..„„. ■ On C all Const Mana C o nstr u ctio n n • and Field Bering 5e . Project Nu mb r: ': RV' '1 ',,,,, ,,,,,,,,., ',.,_ t ,,,,....,„ .,.. , , ....,...,...,...,. .,... . ...., ..,,, ....„, ,,,, ...., .. ,. . ,. .. , „.,...,.. , ... .... , , .., ,,.. ...„, ..„4. ..,,, ..., .,.„ ,, ..,,,,. ...„...„..,, . . „ ,.. ._ „... „...., .. ,, ,.„. , ..... ... , .„,....,..„..„,.. ,....„:„......„,,,,....„,,,,,,,.. ...„,..,.... .......„ „., ___,., .......,..,..,....,...„ ,.....„„,„..,.„,..„ .,....,,,............. .. .... , ,, , ., _. ..., ,, „......,_,.. ... ...„...,..,..„, .,, .., .„. ,.. ..,, ..,„, ,... ,,,„ .. ..„ ,,,„ ,. .. , .._ ______ ., CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA ENGINEERING DEPARTMENT AND " EMC ENGINEERING SERVICES, INC" This Agreement is made and entered into this day of 2010, by and between Augusta, Georgia, hereinafter called the "City" and EMC Engineering Services, 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 furnish professional services for: Professional on -call services pertaining to, Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects. 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 professional services per Scope of Services. AED — CSA On Call Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects 1 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. Augusta, GA Engineering Department 1. The maximum obligation of the City to the Consultant under the terms of this Agreement shall be: $50,000.00 Total $50,000.00 AED — CSA On Call Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects 2 GENERAL CONDITIONS CONSULTANT COORDINATION The Consultant shall cooperate fully with the Georgia Department of Transportation, Federal Highway Administration, consultants on adjacent projects, consultants 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. 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 Construction Manager. If it is to be affected based on the proposed design, at the direction of the Construction 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: 4 - 6 5 6- 979 2 . Consultant shall provide the NGS Advisor with a clear copy of the pertinent USGS 7.5' Quad sheet(s) showing the project location. Preliminary information, even in rough outline, is sufficient to allow the advisor to determine impact of the proposed project on NGS and USGS control points. Continued coordination with the advisor to relocate and /or preserve affected control points will be maintained throughout the project life. This coordination shall be implemented as soon as possible after receipt of Notice to Proceed by the City. COORDINATION WITH UTILITIES Where privately, publicly or cooperatively owned utility companies will require rearrangements in connection with the proposed construction, the Consultant shall furnish prints or reproducible for the utility owners as directed by the City and check the utilities' submitted plans for avoidance of conflicts with the road construction details or with the facilities of other utilities. This may require numerous submittals to the utility companies. The Consultant shall also submit a final set of construction plans to all utilities. The Consultant shall make no commitments with the utilities which are binding upon the City. If the project includes work for the Augusta Utilities (AU), the Consultant shall research all Augusta Utilities records and act on behalf of the AU 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. AED — CSA On Call Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects 3 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. 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. CONSTRUCTION MANAGER The Construction Manager 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 Construction 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 Construction 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. AED — CSA On Call Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects 4 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 office, 522 Greene Street, Augusta, Georgia 30901, Attention: Construction Manager, 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. 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. 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. 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. 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 AED — CSA On Call Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects 5 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 request in this regard. The City's review recommendations shall be incorporated into the plans by the Consultant. RESPONSIBILITY FOR CLAIMS AND LIABILITY The Consultant shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, 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 resulting from the 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. INSURANCE Prior to beginning work, the Consultant shall obtain and furnish certificates to the City for the following minimum amounts of insurance: 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 Hundred Thousand ($ioo,000.00) Dollars for injuries, including those resulting in death to any one person, and in an amount of not less than Three Hundred Thousand ($300,000.00) Dollars on account of any one occurrence. C. Property Damage Insurance in an amount of not less than Fifty Thousand ($50,000.00) Dollars from damages on account of any occurrence, with an aggregate limit of One Hundred Thousand ($ioo,0°0.00) 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 that correlates to the amount of this agreement and nature of the project. COMPENSATION The City shall compensate the Consultant for services, which have been authorized by the City under the terms of this Agreement. The Consultant may submit to the City a monthly invoice, in a form acceptable to the City and accompanied by all support documentation requested by the City, for payment for the services which were completed during the billing period. The City shall review said invoices for approval. The City shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the City, are unreasonably in excess of the actual stage of completion of each phase. The City shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not be considered to be evidence of performance by the Consultant to the point indicated by such invoice, or of receipt of acceptance by the City of the services covered by such invoice. The City shall pay any undisputed items contained in such invoices. AED — CSA On Call Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects 6 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 (loo %) 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. Compensation for design services for the Augusta Utilities shall be invoiced based on the sum of all actual costs incurred in the performance of the work, including all direct, payroll, overhead, and profit costs in an amount not -to- exceed the compensation set forth herein for the Water and Sewer Plans Phase. CONTRACT DISPUTES This Agreement shall be deemed to have been executed in Augusta, Georgia, and all questions of interpretation and construction shall be governed by the Laws of the State of Georgia. All claims, disputes and other matters in question between the Owner and the Consultant arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The Consultant, by executing this Agreement, specifically consents to venue in Augusta and waives any right to contest the venue in the Superior Court of Richmond County, Georgia. CONTRACT TERMINATION Pursuant to O.C.G.A. 36- 6o -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. AED — CSA On Call Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects 7 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. 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. CONFIDENTIALITY The Consultant agrees that its conclusions and any reports are for the confidential information of the City and that it will not disclose its conclusions in whole or in part to any person whatsoever, other than to submit its written documentation to the City, and will only discuss the same with it or its authorized representatives. Upon completion of this agreement term, all documents, reports, maps, data and studies prepared by the Consultant pursuant thereto shall become the property of the City and be delivered to the Director of Public Works & 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. AED — CSA On Call Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects 8 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. IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below. Executed on behalf of consultant RECOMMEND FOR APPROVAL: CITY OF AUGUSTA, GEORGIA CONSULTANT FIRM 02 (./e-- Deke Copenh ver, Mayor Approved: Date g ( z 1 4/D Approved: Date - 7 z< /f! [ATTACHED CORPORATE SEAL] [ATTACHED CORPORATE SEAL] ATTEST: ATTEST: Title: Clem of Commission Title:r �C1� ( j (t 91 AED — CSA On Call Construction Management, Construction Inspection, and Field Engineering Services for SPLOST Projects 9 f SCOPE 0 - - - ,-- ,,, 4 i F. 4 • `'N Augusta, GA En 4 3 ' 5 � ,. ,. .,. 0 4 . , mil Construction M ement, Co ' and Field Eng Serv f x' r gF" Project Number: L W ll@b7 11 a c o a dit W k The EMC Team will provide the professional services outlined in the City of Augusta's Request for Proposal No. 09 -121. This shall include construction management, construction inspection, and field engineering services as follows: I ♦ Interpret and enforce Augusta- Richmond County construction specifications and Georgia Department of Transportation construction specifications on project • Document in detail daily construction activities I ♦ Perform field engineering designs and make field adjustments • Conduct field surveys • Conduct Project Team Meetings ♦ Measure and estimate material put in place by contractors ♦ Enforce all Federal And State regulations (e.g., EPD, EPA, NPDES, GDOT, etc.) • Construction Observation More specifically, the EMC Team members will: I ♦ Inspect construction projects to ensure all requirements are met regarding materials, construction plans, standard specifications, supplemental specifications and special provisions. ♦ Direct field measurements and documentation of contract pay item quantities and preparation of related Inspector's Pay Item Reports and Monthly Field Construction Reports. ♦ Test roadway and bridge materials for specification compliance. ♦ Review construction plans for errors prior to work taking place. • Ensure contractor compliance with erosion control and traffic control requirements. I ♦ Maintain Inspector's and Project Diaries. The production portion of the contract will be performed on a percentage basis. EMC will perform 65% of the production effort, Volkert will perform 20 %, and CCS will perform 15 %. The registered professional engineer and project manager for the project will be Robert Titus, P.E. He is the branch manager of our local office in Evans. Since it was originally established in the City of Augusta in 2003, this office has built a reputation for providing quality services for reasonable fees. It has provided services to the City of Augusta on several projects, including plan reviews of proposed developments. Mr. Titus was born and raised in the City of Augusta, making him very knowledgeable of the area and project requirements. He will evaluate and respond to RFIs, Change Order Requests, and other conflicts that may arise. EMC employs a key GDOT Tennille District retiree Mr. Lewis P. O'Neal, who will serve as Contract Manager. Mr. O'Neal has recently visited all of the Augusta area sites identified in the RFP to evaluate potential problems and discuss upcoming workloads. Mr. O'Neal will be responsible for scheduling, communication, time accounting, billing, and the field performance of all inspection personnel. He will not serve as an inspector but will use his experience and management skills to assure the quality performance of the Team. #7fL7Obij LI ci , cc a e of Wier k Our subconsultant, Volkert and Associates has a large staff of available Inspectors who are accustomed to varied work assignments and who add additional depth to the Team. David Macfarland, CEI Southeast Director for Volkert, will assist in Project Management issues related to recruiting, quality control, training and performance. He will work with Lewis O'Neal to coordinate placement, training, and general supervision of Volkert employees. It is our goal to provide a 15% DBE involvement on this contract. To accomplish this objective, we will contract with Coastline Consulting Services (CCS), a well - established Disadvantaged Business Enterprise. They have performed exceptionally in previous Ga. DOT CEI projects. CCS has contracted with EMC and Volkert on previous projects and have excellent reputations as a stand alone CEI firm who meets their commitments with quality. CCS will perform 15% of the projected labor based on workload and project demand and every effort will be made to reach this utilization. EMC Engineering Services, Volkert and Associates, and CCS share a commitment to quality in the formation of a team of construction managers to supply quality assurance inspections and materials testing services to support Augusta's construction efforts. The following uniform levels of training and equipment for all Inspectors to be provided under this contract: Training Maintain current GDOT certifications in the following areas • Worksite erosion control specialist • Asphalt paving • Concrete testing • Worksite traffic control Other Training • Defensive driving Equipment Company Owned Vehicle OSHA Approved Protective Footwear Cellular Telephone J F Augusta' E 4 y On C all Cons-- on an Bement, c rut+ + an+d ` Fie E - ' nearing SerViceS fnr ! Prof t . . a,. G E� . 4 R ` �(i _ ' A 1 EXCEPTION SHEET If the commodity (ies) and /or services proposed in the response to this bid is in anyway different from that contained in this proposal or bid, the bidder is responsible to clearly identify by specification section number, all such differences in the space provided below. Otherwise, it will be assumed that bidder(s) offer is in total compliance with all aspects of the proposal or bid. Below are the exceptions to the stated specifications: EMC has no exceptions p s 11 i /1 1/ June 30, 2009 / 4.■ Date Signature d EMC Engineering services, Inc. Company Principal -In- Charge Title RFP 09 -121 On CaII Construction Management Specs Page 18 of 29 G I A STATEMENT OF NON-DISCRIMINATION O DISCRIMINATION The undersigned understands that it is the policy of Augusta- Richmond County to promote full and equal business opportunity for all persons doing business with Augusta- Richmond County. The undersigned covenants that we have not discriminated, on the basis of 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 bid or contract awarded by Augusta - Richmond County. 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 - Richmond County's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding /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 the City of Augusta 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 owin • on a contract. 4 4 Signature of Attesting Party 4 Principal - In - Charge Title of Attesting Party Subscribed and sworn to before me j tf j �ANNq this 30 day of June , 2009 . 2, s AFiY ry Notary Signature Comm. Exp. r Notary Public SEAL Feb. 13, 20 Ma Anna Vo �' g : ray 10 . ; , . , Pu BO : My commission expires: February 13, 2010 �� . ..�. This form MUST be submitted with 1449 'gb. i NO Exception(s) will be granted RFP 09 -121 On CaII Construction Management Specs Page 19 of 29 1 1 G E� , .,!R c J -° A 1 CONFLICT OF INTEREST: I It shall be unethical for any City of Augusta business or participant directly or indirectly in a procurement contract when the employee or official knows that: 1 (a) the employee or official or any member of the employee's or official's immediate family has a substantial interest or financial interest pertaining to the procurement contract, except that the purchase of goods and services from businesses which a member of the Commission or other City of Augusta employee has a financial interest is authorized as per O.C.G.A. 36 -1 -14, or the procurement contract is awarded pursuant to O.C.G.A. 45 -10 -22 and 45- 10 -24, or the transaction is excepted from said 1 restrictions by O.C.G.A. 45- 10 -25; I (b) Any other person, business, or organization with whom the employee or official of any member of an employee's or Official's immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement contract. Any employee or official or any member of an employee's or official immediate family who holds a substantial interest or financial interest in a disclosed blind trust shall not be deemed to have a confl ct of interest with regard to matters pertaining to that substantial interest or financial interest, 1 I, (vendor) J. Mark Mobley, PE have read and understand the information I contained in the bid specifications. 1 Vendor Name: EMC Engineering Services, Inc. Address: 4106 Colben Blvd., Suite 105 City & State: Evans, Georgia 30809 1 Oi Phone #: 706) 650 -3057 Fax # (706) 650 -9631 Signature: f Date: June 30, 2009 Bid Item Number and Name: RFQ Item# 09 -121 On Cali Construction Management Specs 1 This form MUST be submitted with RFQ package. NO Exception(s) will be granted 1 RFP 09 -121 On CaII Construction Management Specs Page 20 of 29 1 /1—!:: G ,E {} R` - 1 A 1 CERTIFICATION STATEMENT - LOCAL VENDOR PREFERENCE I I certify that my company meets all of the following qualifications to be eligible for the local vendor preference: (1) That my company has a fixed office or distribution point located in and having a street address within Augusta I for at least six (6) months immediately prior to the issuance of the request for competitive bids or request for proposals by Augusta; and I (2) That my company holds any business license required by the Augusta Richmond County Code for at least 6 months 1 (3) That my company employs at least one (1) full time employee, or two (2) part time employees whose primary residence is in Augusta, or if the business has no employees, the business shall be at least fifty percent (50 %) I owned by one or more persons whose primary residence is in Augusta. (4) Attached is a copy of my Augusta Business License. , ti p 1,„0 ;NNq , f o 1 Company Name: EMC En : ineerin: Services Inc. \ . , m Exp. , Feb..3 2010: \ . Address: 4106 Colben Blvd., Suite 105, Evans, Georgia 30809 Z c? \ G ,�('\ I Business License Number 31058 '. / // f Phone Number: (706) 650 -3057 Fax Number: 706 // 650 -9631 1 Owner's Name: J. Mark Mobley. PE Si nature: 9 I Sworn to before me this 30 day of June , 2009 Notary Public for the State of Georgia My Commission Expires Fellri ary 13.2010 Notary Public Signature '' /� 2 — Printed Name: MaryAnna Vo I li VENDOR DO NOT COMPLETE I To be completed by Authorized City Representative from Augusta Richmond County Procurement Department: g Y p I Vendor Certified: Date: June 30, 2009 Authorized Signature To be approved as a local bidder and receive bid preference on an eligible local project, this certificate and a copy of your local business license must be submitted with your bonafide RFQ package. RFP 09 -121 On Call Construction Management Specs Page 21 of 29 1 1 ..- . _ . _. ____.__. s.:... ... r t.7!0 O _..:' � ... ;T•�C• * """ T9[ ._ --- — - -- r • c ik .7—:.:.. – �:.. �"ti. = r,• .u3 ,:. yea 1. oa 0 WA. ��Of' •; THIS TAX RECEIPT TO BE POSTED IN A CONSPICUOUS PLACE IN THE BUSINESS HEREIN DESCRIBED '1 Columbia County Occupational , I Ir COLUMBIACOO U w " This Tax Receipt Expires Account No. 31058 December 31, 2009 1 � } ' o-� Issued On March 24, 2009 'I Tax Receipt # 8089 e I AN OCCUPATIONAL TAX WAS PAID BY EMC ENGINEERING SERVICES, INC. I ON A BUSINESS LOCATION AT 4106 COLBEN BOULEVARD I III , . TO CONDUCT THE FOLLOWING BUSINESS SUBJECT TO COLUMBIA COUNTY ORDINANCES Engineering Services REGISTRATION FEE 00 { , OCCUPATIONAL TAX 375.00 R. ° PENALTY AMT E- INTEREST AMT .00 1 !d I EXEMPT AMOUNT .00 EMC ENGINEERING SERVICES, INC I 4106 COLBEN BOULEVARD TOTAL TAX PAID 375.00 EVANS GA 30809 THE BOARD OF COMMISSIONERS SHALL HAVE THE RIGHT TO I ei SUSPEND ANY OCCUPATION TAX RECEIPT IF THE BUSINESS 651 VIOLATES ANY LAW OR ORDINANCE OF THE UNITED STATES, THE 10 STATE OF GEORGIA, OR COLUMBIA COUNTY. Y tao o� 4E of oo 4!y ©C;lrw.' a5 - 5ere it!9 Cy OOlkxa t00 4 ©O:MZNxo:� ME30 -x 09;aao� Old ©. • - a 1fl. © - ----- i _-_ 0/111 "Uola►oCINzKrorm�,o�'�ro �eCe»�;ar3 ©�oG�xx!toea ©C7;rdi I I I I / ;: G - . fi t A 1 RFP FORM I City of Augusta Procurement Dept 530 Greene Street Suite 605 Business Location: (Check One) Augusta, Georgia 30901 Augusta Richmond County ATTN: Procurement Director X Other (Please attach copy) Name of Bidder: .EMC Engineering Services, Inc. I Street Address: 4106 Colben Blvd., Suite 105 City, State, Zip Code: Evans, Georgia 30809 Phone: (706) 650 -3057 Fax: 706 650 -9631 Email: robert .com titus emc -en Fax: ( 706) Emall. @ g I Do You Have A Business License In The State Of Georgia? (Check One) Yes: X No: Licensed By What City /County Evans, Columbia County Business License #: 31058 Fed Tax Id #: 58 1339313 Indicate Legal Form Of Ownership Of Bidder (Statistical Purposes Only): I Check One: x Corporation Partnership Individual Other (Specify: Acknowledgement Of Addendum: Check and Initial the appropriate box: Addenda 1 x Initial Addenda 5 Initial Addenda 2 Initial Addenda 6 Initial Addenda 3 Initial Addenda 7 Initial Addenda 4 Initial Addenda 8 Initial THE UNDERSIGNED PROPOSES TO FURNISH THE FOLLOWING ITEMS IN STRICT CONFORMANCE TO THE BID /RFQ SPECIFICATIONS AND BID /RFQ INVITATION ISSUED BY THE CITY OF AUGUSTA FOR THIS BID. ANY EXCEPTIO S A RE CLEARLY MARKED IN THE ATTACHED COPY OF BID /RFQ SPECIFICATIONS: Signature: t v, ' �. �' � a � Da te: June 30, 2009 This form MUST be submitted h RFQ acka e. NO Exception(s) will be rants p 9 granted RFP 09 -121 On CaII Construction Management Specs Page 22 of 29 Bid /RFP /RFQ # 09 -121 CONTRACTOR AFFIDAVIT AND AGREEMENT I By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. 13- 10 -91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the I United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603], in accordance with the applicability provisions and deadlines established in 0.C.G.A 13- 10 -91. The undersigned ndersigned 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 Richmond County 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 I form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. 131701 Please Check One E- Verify * User Identification Number 500 or More 100 or more _ 100 or less x Number of Employees EMC Engineering Services, Inc. Company Name f r , ' Date: June 30, 2009 BY: Authorized Officer or Age (Contractor Signature) 1 Principal -In- Charge Title of Authorized Officer or Agent of Contractor ✓ Vendor with 100 employees or more - must have an E- Verify * User Identification Number J. Mark Mobley, PE Printed Name of Authorized Officer or Agent ✓ Vendor with less than 100 employees - check 100 or less box, fill out the form and retum with your submittal. (Georgia Law requires you to have SUBSCRIBED AND SWORN an E- Verify *User Identification Number on or after BEFORE ME ON THIS THE July 1, 2009.) 30 DAY OF June , 2009 f f .i NNq r titif .... ,•NpTA MaryAnna Vo Notary Public . Fe e s° io My Commission Expires: , 0 = p uBU C c, February 13, 2010 = •.� ti gM cOV �r ra.. MUST BE RETURNED WITH YOUR SUBMITTAL RFP 09 -121 On CaII Construction Management Specs Page 23 of 29 SUBCONTRACTOR AFFIDAVIT Bid /RFP /RFQ # 09 -121 By executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with EMC Engineering Services, Inc. on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99 -603], in accordance with the applicability provisions and deadlines established in 0. C. G. A 13- 10 -91. 135529 Please Check One E- Verify * User Identification Number 500 or More _ 100 or more _ 100 or less x Number of Employees Coastline Consulting Services, Inc. Company Name y ,�' Date: June 30, 2009 I BY: Authorized Officer or nt (Contractor Signature) Vice President Title of Authorized Officer or Agent of Contractor ✓ Vendor with 100 employees or more - must have an E- Verify * User Identification Number Chace Holloway, PE ✓ Printed Name of Authorized Officer or Agent Vendor with less than 100 employees - check 100 or less box, fill out the form and retum with your submittal. (Georgia Law requires you to have an E- Verify *User Identification Number on SUBSCRIBED AND SWORN or after July 1, 2009.) BEFORE ME ON THIS THE 30 DAY OF June , 2009 i i1��p,1dNq I V MaryAnna Vo `�� N01ARY Notary Public comet, Exp. •Feb 4 0: Q � \NA My Commission Expires: k, `� PUB\ - 1 February 13, 2010 SEAL �tigr' ......,,• I I % ' 'y4 M COV 1 MUST BE RETURNED WITH YOUR SUBMITTAL 9._ ckr. tk . ai ... 4t _ a,a . ,.,z 3 `t' k3 � s Lt (Ttk' r^ ;.J ) RFP 09 -121 On Call Construction Management Specs Page 24 of 29 Bid /RFP /RFQ# 09 l 1 SUBCONTRACTOR AFFIDAVIT I By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13 -10- 91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical I performance of services under a contract with EMC , E+tryrrtn` Y Lhr4sr on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by I the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99- 603], in accordance with the applicability provisions and deadlines established in O. C. G. A 13- 10 -91. I 10 5 55 8 P eas Number of Employees e Check One E- Verify'` User Identification Number 500 or More00 o more _ 1 00 or less — Vo W e Y) d- k CC iCLi A Vie. ■ Coil .any Na. e Y I AP - ' /7, Date: b/ c t BY: Authorized Officer or Agent I (Contractor Signature) V i Ce R's ekP Title of Authorized Officer or Agent of Contractor ✓ Vendor with 100 employees or more - must have an E- Verify " User Identification Number Q l t C N M C r r1 ✓ Vendor with less than 100 employees — check Printed Name of Authorized Officer or Agent 100 or less box, fill out the form and return with I your submittal. (Georgia Law requires you to SUBSCRIBED AND SWORN have an E- Verify "User Identification Number on or after July 1, 2009.) BEFORE ME ON THIS THE I X 1 -1 DAY OF Uuy\e , 2000 ` �.kix,� 1\. .... , Notary Public My Commission Expires: Se _ r y a o i a, ( Seal) %0 001111,,,, „/ A4 lc O x r...r : 1.4I s y ■ G , s , ,, CO UN1 1 Z•% ,, MUST BE RETURNED WITH YOUR SUBMITTAL 14 ' ;e : ,Iz 1, 1r; ?t e ;ir Ip - 11$ ,5 f .1 ,>w. RFP 09 -121 On Call Construction Management Specs Page 24 of 29 1 i ; 1 G 4? R� ..: A I In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON - COLLUSION AFFIDAVIT OF BIDDER /OFFEROR I 1, EMC Engineering Services, Inc. certify that this bid or proposal is made without prior understanding, a greement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or ' fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to 1 sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (e), 1 EMC Engineering Services, Inc. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any I means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. I Affiant further states that the said offer of EMC Engineering Services, Inc. is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished io an other +idler that the material shall be at a higher price. v I Signa ure of Attesting Party I Principal -In- Charge Title of Attesting Party II j'P;40NA i o 1 . S worn to and subscribed before me this 30 d ay of June , 2009 \ : Feb. 13, 201 — 0 P ; ° 1 \ ' 7 9T ' M \ ' 1 C �� 1 Notary Signature `J- - • ,, •� ' Affix Corporate Seal here, if a corporation) ( p � rp ) I Notary Public: MaryAnna Vo County: Chatham Commission Expires: February 13, 2010 SEAL ' Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittal Failure to properly affix a Corporate Seal If you are a corporation will be considered grounds for rejecting vendor submittal 1 RFP 09 -121 On Call Construction Management Specs Page 25 of 29 I G ' ,P . : _ R G I A 1 In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Coastline Consultant Services, Inc. certify that this bid or proposal is made without prior understanding, I agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or I fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to I sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (e), 1 Coastline Consultant Services. Inc. has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any I means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. I Affiant further states that the said offer of Coastline Consultant Services, Inc. is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any oth- bi t •e 4 thematerial shall be at a higher price. r / ' ' I Signature of Attesting Party g ,,,.,, Il , PNNA , V+ ! f Vice President ` s N0TARY'•, mm. Ex Title of Attesting Party c o a• %,.. 01 Feb.13, 201 ; Q S worn to and subscribed before me this 30 d ay of June , 2009 == �r cor4 i Notary S gnature I (Affix Corporate Seal here, if a corporation) 1 Notary Public: MaryAnna Vo I County: Chatham Commission Expires: February 13, 2010 SEAL I Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittals I t "st ... I.4.1 ,_t.. -r`; "t P t , fM1 to _ + :" a €' :s J+ , $ t Sad rOeSii ), RFP 09 -121 On CaII Construction Management Specs Page 26 of 29 1 G E O R G I A ' In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON- COLLUSION AFFIDAVIT OF SUBCONTRACTOR 1, Vo‘Kp Asgrr` (AP .s . certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same ' work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. i agree to abide by all conditions of this bid or proposal and certify that 1 am authorized to sign this bid or proposal for the bidder. ' Affiant further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (e), V 0 IV: ev- -c Assce o has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. ' Affiant further states that the said offer of "4, is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. ( a-- r f - Signature of Attesting Party 1 Viee t e r iakvd Title of Attesting Party Sworn to and subscribed before me this ,21( day of U,AyN , 200. A IX P i ► ) . tLin tNili /// Notary Signature `���� M g * .,.G..«...,k /Al r ii (Affix i'Ets. - e- , i corporation) 1 Notary Public: — Ira . V r�� = 9:a ..� Y lo ;p - County: � a,� -,�L) �'���' . • � �p� ` � = Commission Expires: 5t. e i t ,trj x- `T a h e a, SEAL �i�L,QUN,�,I`, �� /IIIIIN 1 Failure to properly execute the above affidavit must be considered grounds for rejecting vendor submittals �e3 °� kill d '� , notarize) .1 L�t:cv. „It e.: �it�.��t.�..,.3l�_c..�_ �s� s . , f•!. €t J�. r__..�., ;!. -. t1._� a y.. `i ? ;jil date s#f1: .. t RFP 09 -121 On Call Construction Management Specs Page 26 of 29 1 • N Q' O N C N d M e4i U) • w a el r3 al c ea I a - � C o c ' m co E CO L L M I 2 . c IL. ce • = CL 76 I O O O N O C4 a = az r4 C 1a m o Q d D. a , vi r f]. co m :. \ N 8 ' N C1 tn. y ti Y "r' (0 u ° gym co wo cc D ti co F- o c ra O 713 ii c ° � o O O c v� �' ' C O • N LL O 7 Z L ('J t� ' P J m J i't z N m v � mi I CO M tx V V p V = m t.-1 U N d c o J J U aIS \ 0 I I Q aD O m Z CO f4) Qo N d p , � il 0 QO los O O4 12'E7;im° Q o - 1 vi IX co a ' ''m- d Z D 0 0 m ° d � e s 0 ' V E Z N o dz 0 o O Q O C �. t m 1 = a° co = S a Q a�i - �� z C 1 I- = O i i td = O N Q 2 •va► " 1 0 m V w CO 00 11 O 0 = as o C v.. R i �, Lj' C Z.+ Z O Q J2 d CO CO CD L'1 t/) CU O M O 0 O o = (.4 c N o m 0 a= 4 CU c I a cD _ $ Z 0 � a • m c c 1 a c 0 t l e Z I O a...15 O c vi a = o Q t3 y CD 0 0 . Z c I CL v w 0 a. V N N N ell CD 4. Z c° d nt a I _ - a z o CU E x� CO Ct C t— mo e Q co O cn ' d� a `> a� w Z RS RS Ce $ o a 1L O p $ „, co c CO H O d c 0.1 N- L!1 N _ � o g a, 1 ∎I a • = a Q v N � u. L N 0 m v co Z U M A I m ILI = c c 0 3 0 a E cDcw . � . Q -- cr m _ o d � y ) I w a �' 0Q oh m Z �' y ® C 7 ce CO a F- c� o a U) X I Z V c C = C7 J G m O= d y O y m N y t- ® s s s. O "0,2 C lL C = H N cv CU T s Z o C9 c L 5- Q O W ' .. L Q. ... U UJ kli h a o L •, co I cc to co 0 Z = _G Q n E = o o a, c.) co 0 e4 o, y O 41 N N I E o0 a a 2 iv 2 I t 0 G at W O co Q u T z ® to t!! 0 C Q 0 ` G. t iel r a co d, Eva N NI" 0 : Q to CNI oC N � 0 H� Ca C4 la i al z D. r ^, 0.. p �L L I CO Q d r V et CI W N G # ,, et I ,-- H i 0 - � 1 N ' i ca W m e , £ �" O t I < "Q • J �= ` � ( � o to 0 I ' W �+ V a, ® / N 7 s ; N LLI Q go {ice v'4 —1 ryj d( . in 0 . Q �. ..- ; .` 2 V • O V N r # W ce Z m Q G. 0 L , 0 O O E a. • ts V J 1 • Li _ 4 e 1 e C O .Q 0 42 V I w �* f— o g I C9 d o DJ 0 [ 1 1 DATE (MMIDD/Yrin CSR 19 Er ACORD CERTIFICATE OF LIABILITY INSURANCE ri_1 02 /23 /09 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION I A & E ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Jim Anderson & Co . HOLDER. THIS CERTIFICATE DOES NOT AMEND, EMEND OR 121 Langley Dr ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Lawrenceville GA 30045 I Phone: 770 -962 -4111 Fax: 770- 339 -2062 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A XL SPECIALTY INSURANCE CO 37885 INSURER B: EMC Engineering Services,Inc. INSURER C: P.O. BOx 8101 INSURER D: Savannah GA 31412 INSURER E: COVERAGES I 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 AIL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD1 POLICY EFFECTIVE POUCY EXPIRATION LTR INSRC TYPE OF INSURANCE POUCY NUMBER DATE (MMIDD/YY) DATE (MM/DDIYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ UAMACit. 1U IMN MU COMMERCIAL GENERALLIABILJIY PREMISES (Ea occu ace) $ CLAIMS MADE OCCUR MED EXP (Any one person) $ I PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGO $ POLICY PRO- LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ — HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) I PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY- EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ _ 1 OCCUR CLAIMS MADE AGGREGATE $ I DEDUCTIBLE $ $ RETENTION $ $ I WC STATIJ OTH- WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS LIABILITY E.L EACH ACCIDENT $ ANY PROPRIETOREARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L DISEASE - EA EMPLOYEE $ If yes, describe under I SPECIAL PROVISIONS bebw E.LDISEASE - POLICY LIMTF $ OTHER A Professional DPR9618183 01/03/09 01/03/10 Ea. Claim $2,000,000 Liability Aggregate $2,000,000 I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS For Professional Liability, aggregate limit is total insurance available for claims presented within policy period for all operations of insured. Limit I will be reduced by payments of indemnity and /or expenses. CERTIFICATE HOLDER CANCELLATION I SAMPL-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL I SAMPLE C E R T I F I CAT E IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. 0 N L Y ! AUTHOR • REPRESE I _.,.a.�I� I� _ ACORD 25 (2001108) O ACORD CORPORATION 1988 ACORD W CERTIFICATE OF LIABILITY INSURANCE DATE(MM1DDNYYY) 06/15/2009 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HRH of Savannah Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 9966 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES B _ EL OW. Savannah, GA 31412 ' INSURERS AFFORDING COVERAGE NAIL# INSURED INSURER A Cincinnati Insurance Company 2,445.00 EMC Engineering Services, Inc. INSURER B: Key Risk Insurance Company 10,885.00 P.O. Box 8101 INSURER C: Savannah, GA 31412 INSURER D: I INS URBR E: COVERAGES I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN I5 SUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDEATED. 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I ' NSR ADD L POLICY EFFECTIVE POLICY EXPIRATION LTR NBRC TYPE OF INSURANCE POLICY NUMBER DATE ( q(E DATE (MMP ITS GENERAL LIABILITY gACyOCC g LIM OCCURRENCE $ 1,000,000 ✓ COMbERCLAL GENERAL LABILITY DAMAGE TO RENTED PREMISES (Ea occur,nce) $ 10 0, 000 I A CLAMS MADE Q OCCUR HIED 13)7 (Any one person) $ 5,000 CPP5568291 11/1/2008 11/112009 PERSONALQADVQIJURY $ 1,000,000 GENERAL AGGREGATE. $ 2,000,000 I I GENLAGGREGATE LMIlTAPPLIESPER: PRODUCTS - COI4P/OP AGO $ 2,000,000 I CI POLICY ®TAT LAC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 0 ANY AUTO (Ea accident) ■ ALL OWNED AUTOS BODILY INJURY A 11 SCHEDULED AUTOS CAA5161637 11/1/2008 11/1 /2009 (Per person) ® HIRED AUTOS — — BODIl Y INJURY $ ® NON -OWNED AUTOS (Per accident) I PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EAACCDENT $ I C ANY AUTO OTHER THAN SA ACC $ AUTO ONLY: AGO $ EXCESSIUMBRELLALIABILITY EACH OCCURRENCE $ 5,000,000 MI OCCUR ® CLAMS MADE AGGREGATE $ A CPP5568291 11/1/2008 11/1/2009 $ II DEDUCTIBLE _ $ 0 RETENTION $ �'7 I $ WORKERS COMPENSATION AND ' a' ' TORY T ATUU S 1 FR EMPLOYERS' LIABILrrY B ANY PROPRIH'110RIPARTNHRJEXECUTIVE BIDDER124960 E.L EACH ACCIDENT $ 500,000 OFFrERA4EMBEREXCLUDED? 11/1/2008 11/1/2009 B.LDSEASH- EAEMPLAYHH $ 500,000 I It s, describe under OTHER LPROVEIONSbelow E.LDSEASE- POLEYLIbIT $ 500,000 OTHER DESCRIPTION OF OPERATIONS 1 LOCATIONS ! VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS 1 1 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION SAMPLE CERTIFICATE DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE I ACORD 25 (2001/08) CO ACORD CORPORATION 1988 7 r ,... • ' . ' '',',., ' •A'''' ' ' ' , _',., , ,.. ' '.'''''''''''',7:: '''',"'-',-',..''..'',:'...:,'.11..' Augus ta,ir1 `' t LL ,; ' : ,.. ,,•,---,,---;:- = ..,...,, T '-','..„:'_'''''',....., .,-:-.----: E NT On Call Co nstruct i o n M anagement s Co '1- ; : ; and Field E S►+ ' , A Y ,- b^ EXPERIENCE AND CAPACITY 1 1 1 1 1 1 � E I ➢ GDOT CEI - DISTRICT 5, NORTH EMC was awarded a three (3) year Construction Engineering Inspection (CEI) contract in 2005. EMC employed 11 Senior Inspectors and 8 Inspectors II and Inspectors assigned for this contract. Under this contract, EMC 1 provided qualified CEI personnel as requested by the district to assist the GDOT Area Offices on various construction projects within District 5 North. I EMC inspectors perform routine duties such as project documentation, quantity w verification of pay items, erosion and traffic I control inspections and on -site materials testing duties. The contract is valued at $10.2 million. I CONTACT: GDOT ,' DOT 1, ! , ..9. - ° Glenn Durrence c z - ' (912) 427 -5710 i '` . -- -�'m"' Brad Saxon, P.E. � �� �� ���; ` ,-,:, (912) 427 -5733 1 DATE: 2005 - 2008 1 I ➢ GDOT CEI - DISTRICT 5, NORTH EMC was awarded a Construction Engineering Inspection (CEI) contract for three years in December 2002 with I a scheduled completion date of December 2005. EMC had 12 Senior Inspectors and 16 Inspectors assigned to this contract. Under this contract, EMC I provided qualified CEI personnel as requested by the district to assist the GDOT Area Offices on various construction projects within District I 5 North. EMC inspectors performed routine duties such as project documentation, quantity verification of pay items, erosion and 1 traffic control inspections and on-site E � ..,� =� `� -���� ����, _ materials testing duties. The contract was ,,°° s� .. ��r� <-° valued at $16.8 million. I CONTACT: GDOT ' 4 `" Glenn Durrence , . , e � ,4v r - � -, . I (912) 427 -5710 £ s -*, 4a Brad Saxon, P.E. _ 4 + -'. z � � .;; (912) 427 -5733 # flv f ,.-- DATE: 2002 -2005 1 . - . i „ 4 � ; x � Y ^ e � �R e le vant x �pe�rie �nce I WI I > GDOT CEI - DISTRICT 5, JESUP The Georgia Department of Transportation awarded EMC a Construction Engineering Inspection (CEI) contract in October 1999. EMC had 20 Senior Inspectors, 20 Inspectors, and 12 Inspector Aides assigned to this I contract. Under this contract, EMC Inspectors were utilized by the Area Offices within District V to supplement GDOT's construction staff with inspection and materials testing experience during the construction '!'�` is. I of highways and bridges throughout District V. EMC's _, inspectors performed construction inspection duties such as daily documentation and reporting, contract ... _ , - I compliance inspections, quantities verification, and incidental survey to assure location and grade. These men routinely perform concrete slump tests, air I entrainment, temperature, cylinder preparation and „ , , - other materials testing procedures as directed by the ., h department. When the project was completed, r K� ,�. I $6.5M of the projected $8.5M contract was utilized �' * ,, dm. CONTACT: GDOT ,`° - - '" J .. F 'R I Glenn Durrence G[ �, (912) 427 -5710 Bobby Brown (Retired) 1 DATE: 1999 -2002 1 MOBILE, ALABAMA, USACE, MOBILE DISTRICT -CEI SERVICES The Mobile District of the United States Army Corps 1 of Engineers awarded EMC a five -year Quality ' Assurance Inspections Contract in September of r 1998 to perform construction inspection services , during waterway and disposal area construction and � ' I maintenance projects within the Mobile Districts � � � } ,� . � � jurisdiction from Carrabelle, Fla. to the Mississippi . _ ;, � : T` _ > *, and Louisiana border, After 16 consecutive years, ° „ r h ` 1 EMC currently participates in this procurement area ,.M as a sub - consultant to Coastline Consulting Services, as the work is 100% set aside for small business firms 1 with annual fees of less than $6M. Typical duties included reporting and documentation of construction activities, water quality monitoring, and 1 evaluation of erosion control measures, safety compliance, survey verification and volume .nom' computations. ' " CONTACT: = .... a ,: , ; ` � USAGE - x =. ` .. .—_ 1 ((850) 763 -6019 Mitch McDermont -,' cDermont °` _ 4- , ': °' , �'.,»� 1 _ - 4: - " + ti - ��r - _ T - DATE: 199 - 2003 _ ` , s -- �� _ 1 t • R Ex�perienee wi , ,, ,. .,.. . , _ . _ 1 ➢ BRUNSWICK INNER /OUTER HARBOR DREDGE INSPECTION Channel deepening for outer /inner harbor bringing project depth to 38' MLW; Construction management and I inspection of multiple USACE construction contracts for dredging operations; 24 -Hour monitoring (on behalf of USACE) of various environmental issues during construction including water quality, Northern Right Whales, Loggerhead Sea Turtles, and Manatees; Construction management /reporting of Contractor quality 1 control activities throughout project. CONTACT: USACE, Savannah District 1 P.O. Box 889 , r . ,, Savannah, GA 31402 (912) 652 -5508 1 ' 1 k l } L.C. Curtis & Son, Inc. P.O. Box 123 1 Watkinsville, GA 30677 2 : (706) 769 -5339 � . i ' 4 -r, 7 1 DATE: 2002 x � r', ,i,),..„ ", 1 �`1 i , s 1 __ `` —.:1 t ,4, ( . I 6 . (y. _* _ al , \ t -' -'.- • .411Willit ,, ....`,.,..,.„. 1 , 1 1■ : Relevant Ex iper i enee I ➢ WESTSIDE FLOOD RELIEF Construction Management & Construction inspection serv for CLIENT: improvements for the Westside Flood Inspection; Relief Constru Project based on the 10- yr /24 -hr City of Savannah Roger Raines statistical design storm with the possibility of being expanded to provide the 25 -yr (912) 650 -7855 storm protection. The proposed improvements will include a 900 -cfs pump station, a I I relief line consisting of two 8'x6' concrete box culverts on a slope of 0.15% and two DATE: detention ponds (5 -acres & 7 -acres respectively). Urban drainage areas encompass 2004 I 1,100 acres. COST: $7.6M 'nt .a7,. ¢ ky i 1 -,--- ; , ..------,— -,- - --' -,-,4,4 4 . r r P �k q , ' r s i �- fix � y{ ,{ ��{{.. ti SG A R — k e I y t yam, , . �. r - -4.'4-, 'a -° w ��`` "k" . . t - a /f ` k '"� = i `AY , yak 7- .... a., ,, x k .1 a s. ' . 4 ,a.G ? Y s , t ,, 3 � 3 .: -" : t s _ � � §- Y gip : ' -- 3^ b 't.. j f .' t R ._. .�'� � �; ' _'g .3" ... st,. _ .. - . � .. _ ...e= a' srw b..�, = c .. ..41 1 - 1- -- P K -- : '''' -, ' .Z - J7 ."'s -- , ._,– 7,-- _ I , '' 444 !',,,,,iiime, �t �Reae�va n t E 1 Niii•-fl t'.4--t.''' "'-' ' I > CASEY CANAL SOUTH WATERSHED; DESIGN & CONSTRUCTION MANAGEMENT CLIENT: EMC provided CEI services for Construction Overview of this drainage collection City of Savannah system. The and project consisted of 6,155 linear feet of single, dou rds ble of existing and streets triple box Roger Raines I culverts, (912) 651 -6510 the removal and replacement of and related facilities. EMC performed a wide square ya de range of services on the project DATE: 1 including project documentation, evaluation of pay requests, erosion &traffic 2003 -2005 control, steel & form placement inspections prior to concrete placement, pressure testing of all water lines & force mains, seismic monitoring of pile driving operations I FEE: and as -built surveys. EMC had Resident Project Representatives and Senior Inspectors $16M / $0.4 M assigned to the project. , * 7 4 a ': "' y 'Tack '-a k C ^', Vii' ' A . ., nS _ ¢ Ma_' NI i ; ' 1 1 a I ..-- .c wee 1 1 J .. . Os -, ,,?,--, Relevant E I > CLELAND STREET INTERCEPTOR I EMC provided design and construction overview and inspection services for the Cleland CLIENT: Street Interceptor, to p rovide flood relief in the Westside Drainage Basin in Savannah, City of Savannah Georgia. The Cleland Street Interceptor is part of the City of Savannah's Westside Flood Roger Raines I Relief Project which includes the Westside Outfall Line and Westside Stormwater Pump (912) 651 -6510 Station. DATE: I The Cleland Street Interceptor is similar to the Casey Collection Project because it 2001 involved the construction of cast -in -place box culvert within residential city street right of ways. FEE: $1,500,000 Services included: 1,707 L.F. double 8'x7' cast -in -place concrete box culvert; 1,155 L.F. double 6'x7' cast -in -place concrete box culvert; 385 L.F. Single 10'x7' cast -in -place I concrete box culvert; 895 L.F. Single 8'x6' cast -in -place concrete box culvert; Five cast -in- place concrete junction boxes; Supplemental storm drainage ranging from 18" to 72" with inlets and manholes; 2,195 LF of 6" and 8" water relocations with valves, meters, I etc.; 1,625 LF 8 " -12" sewer relocations with manholes and laterals; Associated demolition, earthwork, and shoring; 8,600 SY of street paving with 4,780 LF of curb and gutter. IF S iz 1 Li u li g . 1 + :: —" ��• `r. _ ',7" : ''' ' '''' - r9.,,,,,0701:11:5 ''. , s 4, i::1 / / I , ,.) / / A s A` " ,. -., 4 , A + Y ,. ` 1 ?fi 4 ;+ " y , a c,yK : a f[� t II� E � i':.$ �' t $ n ? : s`- F F 1 �»a v; tr ' y - ,_ t. t a " Yy . . t h „;,,-:d ak ,r xrs 7a:. - .. ,. , . ,; � 0.11. 2`3.. _ \ T 3 L K ERT Re1thantExperienee v &ASSOCIATES INC. > GDOT CEI NORTH JESUP CLIENT: Jay Sega I Volkert is a subconsultant to Jacobs on this project. The contract includes CEI Jubconsultant lla to Jacobs services which are required for contract administration, inspection, and materials Jacobs Engineering samplin and testing for the construction projects assigned to the Baxley, 18302 Highwoods Preserve Glennville, Savannah, and Statesboro Area Offices. The counties in which these Highwoods Suite 200 I projects may be located include, but may not be limited to: Appling, Bryan, Bulloch, Tampa, FL 33647 Candler, Chatham, Effingham, Evans, Jeff Davis, Liberty, Long, Montgom, (813) 615 -4594 Tattnall, Telfair, Toombs, Wayne, and Wheeler. Some of these projects may require ery 1 DATE: night and weekend inspection. On-Going 1 > GDOT CEI South Metro Volkert was selected by GDOT for their CEI program in the south Atlanta metro CLIENT: I area. Responsibilities include CEI services for GDOT and the various projects in the Mickey McGee, South Atlanta Metro Area. This area includes two Area Offices. Area Three is District Construction Engineer GDOT District 7 I responsible for activities in South Fulton County, Douglas County, and Clayton 5025 New Peachtree Road County. Area Four is respo ts include th n urfacing in Downtown sible for e construction activities in the City of Atlanta. Chamblee, GA 30341 1 Some specific projec following: I -75/85 Res DATE: Atlanta, the 14th Street Bridge Replacement over 1 -75/85 and surface street On -Going realignment and improvements, 1 -75 and SR 54 Interchange Reconstruction and 1 including the construction of several bridges, and I -2, SR 92 Bridge Replacement Interchange Improvements, and ATMS Signalization and Improvements on Entrance I Ramps on the Interstate System. 1 .. f r' r - . , 1 e ds .._.. -o- , I ,,,,,,,--,....,-,.., .. wan `E�x� e r i ence Rfe & \T (3LKERT ASSOCIATES, INC. 1 > GDOT CEI West Thomaston I Responsibilities include CEI services for GDOT and the various projects on the CLIENT: western half of District 3, Area 2 (Americus), Area 6 (LaGrange), Area 7 Wayne Pittman, Area Engineer 1 (Columbus) and Area 8 (1 -85). A temporary Area Office has been set up GDOT District 3 specifically for the widening of 1 -85 for the Georgia Department of 3600 Schatulga Road I Columbus, GA 31907 Transportation. Some specific projects include the following: Troup County - 13.395 kilometers of widening, grading, drainage, base and plant mix DATE: I resurfacing on SR1 /US 27 and also includes construction of a total of seven On -Going bridges and approaches; Carroll and Heard Counties -13.33 kilometers of widening, realignment, grading, drainage, base and plant mix resurfacing on SR 1 1 /US 2. The CEI 3 -West project also includes relocation of CR 26 (Providence Road), CR 13 (Glenloch Road) and CR 489 (Farmer Road). Volkert was awarded I 1 ` Y t 4 ° 4 I 5 ,� I ' i ''' , -14s , '— tF-.. 1 , , ,_: - ., '..' - r j3 I w _ � tea... j _ . • �, — t 1 ' - - i , 1 — 1 1 1 I x fi VS COUNG R Exiper V. . . I > CLAYTON COUNTY CEI I Coastline Consulting Services is a subconsultant to Engineering Design Technologies CLIENT: on this project. The contract includes CEI services which are required for contract Subconsultant to EDT Rodney Givens administration and inspection for the construction projects in Clayton County, GA. Engineering Design 1 Coastline provides quality control and assurance for County projects and assures Technologies, Inc. adherence to GDOT specifications, as well as County plans and specifications. 1705 Enterprise Way I Coastline has provided supervision for over 100 miles of roadway resurfacing in Suite 200 Clayton County. Coastline Consulting Services was the Prime Consultant for CEI Marietta, GA 30067 work in Clayton County from 2006 to 2008. DATE: 1 On -Going 1 ➢ GDOT CEI South Metro Coastline Consulting Services is a subconsultant to Volkert on this project in south CLIENT: 1 Metro Atlanta. Responsibilities include CEI services for GDOT and the various Subconsultant to Volkert projects in the South Atlanta Metro Area. This area includes two Area Offices. Area David McFarlin Three is responsible for activities in South Fulton County, Douglas County, and Volkert and Associates, Inc. 1 Clayton County. Area Four is responsible for construction activities in the City of 175 TownPark Drive, St. 140 Atlanta. Some specific projects include the following: 1 -75/85 Resurfacing in Kennesaw, GA 30144 I Downtown Atlanta, the 14th Street Bridge Replacement over 1 -75/85 and surface street realignment and improvements, 1 -75 and SR 54 Interchange Reconstruction DATE: including the construction of several bridges, and 1 -2, SR 92 Bridge Replacement and On -Going 1 Interchange Improvements, and ATMS Signalization and Improvements on Entrance Ramps on the Interstate System. 1 ➢ GDOT CEI West Thomaston I Coastline Consulting Services is a subconsultant to Volkert on this project. CLIENT: Responsibilities include CEI services for GDOT and the various projects on the Subconsultant western half of District 3, Area 2 (Americus), Area 6 (LaGrange), Area 7 to Volkert David sulfa in (Columbus) and Area 8 (1 -85). A temporary Area Office has been set up Volkert and Associates, Inc. I specifically for the widening of 1 -85 for the Georgia Department of 175 TownPark Drive, St. 140 Transportation. Some specific projects include the following: Troup County- Kennesaw, GA 30144 13.395 kilometers of widening, grading, drainage, base and plant mix 1 resurfacing on SR1 /US 27 and also includes construction of a total of seven DATE: bridges and approaches; Carroll and Heard Counties -13.33 kilometers of On -Going I widening, realignment, grading, drainage, base and plant mix resurfacing on SR 1 /US 2. The CEI 3 -West project also includes relocation of CR 26 (Providence Road), CR 13 (Glenloch Road) and CR 489 (Farmer Road). I 1 " „ wt >E , �� , ,t,.k �. Ii1@b7 111111 filiktditet-ipta l R 'efe�re 1 AUGUSTA- RICHMOND COUNTY CITY OF SPRINGFIELD CITY OF BLOOMINGDALE 1 DIRECTOR OF ENGINEERING P.O. Box 1 P.O. Box 216 Mr. Abie L. Ladson PE Springfield, GA Bloomingdale, GA 31302 522 Greene St. Mayor Barton Alderman Mr. John Myrick I Augusta, Georgia 30901 (912) 754 -7261 (912) 748 -0970 (706) 796 -5040 I CITY OF STATESBORO CITY OF CLAXTON COLUMBIA COUNTY GEORGIA P.O. Box 348 P.O. Box 829 PRE - CONSTRUCTION ENGINEER Statesboro, GA 30459 Claxton, GA 30417 1 Mr. Ronald D. Hutto Mr. George Wood Ms. Gayle Durrence 604 Government Center Way (912) 764 -5468 (912) 739 -1712 1 Suite 3 Evans, GA 30809 CITY OF SYLVANIA GA. DEPT. OF TRANSPORTATION (706) 447 -7602 P.O. Box 555 DISTRICT 5 ENGINEER 1 Sylvania, GA 30467 P.O. Box 610 COLUMBIA COUNTY GEORGIA Mr. Carter Crawford Jesup, GA 31598 CONSTRUCTION PROJECT MANAGER (912) 564 -7411 Glenn Durrence, P.E. I Matt Schlachter (912) 427 -5711 604 Government Center Way CITY OF BLACKSHEAR I Suite 3 P.O. Box 268 VOLKERT REFERENCES: Evans, GA 30809 Blackshear, GA 31516 (706) 447 -7602 Mr. Scott Moye GA. DEPT. OF TRANSPORTATION 1 (912) 449 -7000 DISTRICT 3 CONSTRUCTION ENGINEER CITY OF RINCON Lamar Pruitt I P.O. Box 232 CITY OF CORDELE 115 Transportation Blvd Rincon, GA 31326 P.O. Box 569 Thomaston, GA 30286 -4524 Mayor Ken Lee Cordele, GA 31010 (706) 646 -6911 I (912) 826 -5745 Ms. Jean Burnette (229) 273 -3102 GA. DEPT. OF TRANSPORTATION CITY OF METTER CITY OF ARABI DISTRICT 7 CONSTRUCTION ENGINEER 1 P.O. Box 74 P.O. Box 177 Mickey McGee Metter, GA 30439 Arabi, GA 31712 5025 New Peachtree Rd Mayor William Trapnell Mayor Alan Douglas Chamblee, GA 30341 (912) 685 -2527 (229)273 -5096 (770) 986 -1413 1 1 1 1 References 4 2 #T t �� h s _xe T , +i 1 4 � Ea OF TN' '- Gene L. Evans, Ph.D., Commissioner f .-t--1 '.7.4. DEPARTMENT OF TRANSPORTATION — One Georgia Center, 600 We�4 Peachtree Street N W * I ii - * Atlanta, Georgia 30308 . ' Telephone (404) 631 -1000 ` ;f . O f G : , I 1 March 4, 2009 1 EMC Fngineering Services. NC I 23 F Charlton St Savannah, GA 31401 1 10 'Nhoin It May Concern I FM(' Engineering Services, Inc (EMC) has provided duality CFI services to District 5. Jesup of the Georgia Departntent of Transportation on multiple past contracts They have provided construction inspection, material sampling and testing, contract administration_ and general contract compliance tax I ' arious construction projects ranging from State Aid projects and CARP resurfacing to major interstate reconstruction projects to projects involving the reconstruction of weigh stations and rest areas EMC has been invoh'ed in CFI services in up to 4 Areas involving 16 counties in southeast GA I EMC consistently r avid t y p t ed quality Mspectton services with a stall' that met or exceeded the needs o[ District 5 and the Department The Staff they provided was dedicated, flexible and willing to work I niats. weekends and overtime when called upon to do so EMC successfully l.iitilled their contractual obligations while performing CEI services in District 5 on past contracts EMC was a key partner in the I successful inspection, management and completion of construction projects in District 5 We look tr and to opportunities in the future to perfarnt work with EMC 1 If additional information is needed. please feel free to contact me at 912 -427 -5733 I Si cerely. I ti 4 .. 4 c......r.... • lenn W D rence, P E I District Engineer 4 \'VRivl wrist 1 References -- 1 40440 CITY OF 1 40),5/W STORMWATER MANAGEMENT 1 DEPAKI'MENT September 15, 2008 EMC Engineering Services Inc, 23 E. Charlton Si. Savannah, GA 31402 RE: Past Performance of Consultant, EMC Engineering Services, Inc. CIP Project *DR-204-99 To Whom It May Concern: This letter of reference is provided on behalf of EMC Engineering Services Inc. in November 2003 EMC was contracted to provide construction phase services to the City of Savannah during the implementation of the Casey Canal South Watershed Improvement Project. The project consisted of the construction of 6,155 linear feet of • single, double, and triple box culvert with the removal and replacement of approximately 25,000 sq. yards of existing roadway and related utilities. EMC's involvement on the project consisted of continuous construction observation and documentation, construction administration to include requests for info and shop drawing review, and seismic monitoring during sheet pde installation and removal. The individuals providing those services consisted of a project engineer, a resident project representative, a senior inspector and miscellaneous survey and administrative support The project was completed during spring 2006 on time and within budget. EMC has completed several drainage related projects for the City of Savannah with this being the largest to date with a constructed cost of over $20M. I would surnmaiize my satisfaction with the consultant as thorough. They completed their tasks professionally, promptly, and with expected care. Sincerely. Rog a, P.E. AdinkV or CIP!GIS C. 1.1i' lingineeting Gentrid Mane East tiA1 TILi SASEMENT $101-A WPSt MOItlIVON URJJ tWtii 91z,6444762. 404 9i1 #14<ro Itz<6=iwitti, tAx 91z.6=so.789 Po\ 0041. it 404 1 912,651,0416 11,t= 9taXist.67oi ='%* 9t L.641,3685 NAV% %NM IGAMOV 1 ' 771 T , Ref eren c es y� CITY OF 1 4.)5av STORMwATER MANAGEMENT 1 DEPARTMENT February 24, 2009 EMC Engineering Services Inc. ' 23 E. Chariton Sr. Savannah, GA 31402 RE: Past Performance of Consultant, EMC Engineering Services, Inc. CIP Project DR-I22-97 Westside Flood Relief To whom It May Concern: 1 This letter is in support of EMC Engineering Services Inc. The consultant's Construction Management and Inspections staff has performed many Construction Engineering and Inspections I contracts for the City of Savannah since inception in 1978 and most recently, during the construction of the Westside Flood Relief Project. This unique 3 Phase project involved the construction of a storm: water collection system, a 900 cfs pump station, and a low pressure outfall line. EMC Engineering Services, Inc. was selected to provide construction phase services to the City of 1 Savannah during the implementation of the Westside Flood Relief Project through the provision of three resident project representatives with engineering, surveying, and administrative support. EMC's attention to detail, timely responses, and detailed documentation procedures have assisted the City of I Savannah in accomplishing difficult construction schedules on time and within budget. The VVestside Flood Relief Project was completed during September of 2005, as scheduled and within the Engineers estimate. 1 EMC has completed several drainage, transportation, and environmental related projects for the City of Savannah over the past 28 years and has been instrumental in assisting with the construction of alI of them. Their assistance has helped to assure quality while controlling costs and we commend the I efforts, Sincerely, 1 enneth G. Kelly Op iations Administrator Deputy City Marshal Stormwater Managetnen epartment C.1.R Engineering General bushes macro, 9 wAx 9tu- 644.7764 P.O. BOX tail, SAVANNAH, GA 31402 etton 9t1. tAx 012.61o.78n. Pr( Referenees DEPARTMENT 01=' THE ARMY NOBLE DISTRfCT, CORPS OF ENGINEERS I COASTAL mameetterT BRANC i IRV)NGToN SITE OFFICE 7861 13TH STREET IRVINGTON, ALABAMA 36544-2899 REPLY noNcF: September 17, 2008 I Irvington Site Office EMC Engineering Services Inc. I 23 E. Charlton St. Savannah, GA 31402 I RE: Past Perforrnance of Consultant, EMC Engineering Services, Inc. Project # OACW 01.99 -D03 I To Whom It May Concern, I From October of 1998 to December of 2003 the Mobile District of the US Army Corps of Engineers contracted the senrioes of EMC Engineering Services, Inc. to perform an Indefinite Delivery Indefinite Quantity Contract, OIDIC°, for Quality Assurance Inspections during waterway and disposal area I maintenance and construction on throughout the Mobile Dishict.. The contract consisted of a base year and four option years with a maximum utilization of $750000 per year. The work under this cantaract was perfofined pdimf y along the coastline at major and minor ports frown Bello, FL to Biloxi, MI I with some work on loced beach renixtrishments end intercoastat waterways. EMC Engineering Services, lnc.'s Involvement on all projects consisted of consisted of document of cmnstrection activities, safety inspections, contract compliance inspections, verification of survey control and positioning. I All work performed for the US Army Corps of Engineers by engineering consultants is rated according to the ACASS system. The following rating is indicative of EMC Engineering Services, Inc.'s ACASS dating for the referenced profit and Is representative of the Mobiles Districts' level of satisfsvation with I the consultant during the perfonnemce of the referenced contract. Skicerely, ylie B. Groves Project Engineer 5.7 o =� ' llWjw .x a C 1-1L1\-1 ' 1 PROJECT TEAM Resumes 1 1 1 1 1 1 1 1 1 1 1 1 23 E. Charlton St. 84 Sa P.O. va Box , 31401 Georgia 1 0 PH: (912) 232 -6533 I CIVIL MARINE FX: (912) 233 -4580 ENVIRONMENTAL www.emc- eng.com 1 CHARLES E. PERRY, PE - CEO /PRESIDENT, SR. PRINCIPAL GA #27091 Mr. Perry has over 20 years of extensive experience in a diversified range of civil engineering aspects that I include vertical and horizontal construction, transportation design, municipal water and sewer design, site development projects, marine engineering and institutional projects. He is responsible for project I coordination with the Owner /Client, negotiations and applications with reviewing agencies having jurisdiction over the project. His responsibilities also include project management and resource provisioning for projects including management oversight for construction inspection and engineering projects for GDOT and USACE. 1 CHARLES W. TUTEN, RLS - COO /PRESIDENT, SR. PRINCIPAL GA #2345; SC #13522 1 Mr. Tuten has over 35 years of experience in surveying, and serves as Chief Operating Officer and is involved in all aspects of surveying services. Since joining EMC in 1987, projects performed include Boundary, 1 Topography, Quantity Surveys, Hydrographic, Wetlands, Control Networks for the Department of Transportation and Aerial Photography. Mr. Tuten is experienced in performing Global Positioning Systems I (GPS) for Horizontal & Vertical Networking and Data Collection, 2C Certification, Subdivision Plats, Closing Plats, Construction Layout, and ALTA Surveys. Mr. Tuten has extensive experience in surveying and civil I engineering. His civil engineering experience includes: subdivision and recreational master planning, paving, grading, storm drainage, sanitary sewer and water distribution design for residential, multi - family, commercial, and industrial development. Mr. Tuten has also directed several multi - disciplined projects for 1 the U.S. Army Corps of Engineers. 1 J. MARK MOBLEY PE - SENIOR VICE PRESIDENT, SR. PRINCIPAL GA, #15295; SC, 17280 M r. Mobley has over 29 years of experience as a design engineer, project manager, and principal -in- charge I on transportation and environmental projects for state, county, and municipal governments as well as industries and private developers. As the Savannah Branch Manager at EMC, his responsibilities include maintaining strong production capabilities and quality control procedures for the Transportation, 1 Municipal /Industrial and Land Development Engineering Departments as well as the Survey Department. Mr. Mobley is a Senior Vice President of EMC and member of the Senior Management Team with a I particular emphasis on quality control issues. He developed and manages the Quality Control Program at EMC. Prior to joining EMC, Mr. Mobley worked in the Bridge and Structural Design Office of the Georgia I Department of Transportation. He had production and management responsibilities in his six years in this office. EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta 1 4 Colben Blvd., uite 105 Evans , Georgia 3080 PH: (706) 650 -3057 NV FX: (706) 650 -9631 I CIVIL www.emc- eng.com MARINE ENVIRONMENTAL 1 ROBERT L. TITUS, II, P.E. - PROJECT MANAGER c : , 4 4„,. EXPERIENCE I 4 P£ :* Mr. Titus joined EMC in 1992 as a Civil Engineer and received his Professional ,, , ra *4:3. , , Engineering license in 2000. Since that time he has served as Principal -In- Charge, ��R .e;;. Project Manager and Lead Design Engineer for various projects. Mr. Titus currently I " *„ „;,' '{ 7, , : , serves on the EMC Engineering Board of Directors and manages the Augusta Branch I s . *'q office where his responsibilities include client relations and project management and . design. I k , , �P, �g � { . k His responsibilities for transportation projects include production and management b � � >cc e 2 .. . , during preconstruction and construction phases. During the preconstruction phases, h e has prepared and overseen the preparation of roadway plans and rofiles, signing nin a nd a I ce ifie ici i P p p p y p p g g 77, pavement marking plans, utility plans, erosion, sedimentation and pollution control _° S ve1 plans, earthwork cross sections, traffic control /staging plans, traffic signal installation iiCC level l d r , I ,' i ed D plans and right -of -way plans. Hydraulic and hydrologic design software utilized include; N . • �, HY8 (Culvert Analysis), HY22, HydraFlow, and StormNet. #'ro essuo a k �� $775��'lt _ I 5 x During the construction phase of these projects, he has provided administration C S r i ed � �,� . QCCe � services that included plans and specification interpretations, shop drawing reviews, ,_ l i n Sto f pay request and change order evaluations, and field engineering modifications. Mr. I � a ana u ali ty##0 505 Titus has also performed periodic construction observations and conducted jobsite ▪ > . . _ meetings. ▪ R OESIONAL v' 'iI 2'" TRANSPORTATION PROJECT EXPERIENCE � � olus. z I � �` NS ;� t f ' • , k • Hardy McManus Rd @ SR 28 Columbia Co, GA: rural roadway widening & G R reconstruction to provide auxiliary lanes and improve sight distance. I ¢ =z, n • Aiken County Roads (Bluff Landing Road) -Aiken Co, SC: 1.1 mile rural collector Builders Assoctatlo of ' roadway and drainage improvements. etroAugtsta • Augusta Tech Entrance Road - Columbia Co, GA: 0.25 mile rural roadway widening C Advt d B r .` t� Y f ', cJ & reconstruction of SR 388 to provide auxiliary lanes and 0.25 mile rural roadway Eaci tie it ee) new location to Augusta Tech Campus. ta • Aiken County Roads (Rodgers Road, Shaw's Crest Road and Leanne Drive) -Aiken I 0 . y Co, SC: 1.3 mile urban and rural collector roadway and drainage improvements. z . • Reynolds Farm Road - Columbia Co, GA: 0.4 mile rural roadway paving and 3r '= } y reconstruction including multiple culverts in Horn Creek. „ r : 4 7 4 I • Owens Road - Columbia Co, GA: 1.52 mile rural roadway widening & reconstruction •. , ✓..t Y j ' f 7 1' T . ' from 2 lanes to 3 lanes i ncluding intersection improvements to SR 383. f ;`� • STP- 7073(1), William Few Parkway: - Columbia Co, GA 1.9 mile widening & � ,, reconstruction from 2 lanes to 3 lanes including 3 lanes on new location and bridge �ry y over Euchee Creek. 3 4 • Neely Road - Augusta- Richmond Co, GA: 2.5 mile rural collector roadway and n 4 � I drainage improvements. ;� k .• ; . ; -, • STP- OOMS(283), SR 18, 74, 109 Meriwether -Upson Co, GA: 7.5 mile widening & �� € x •. reconstruction from 2 lanes to 3 lanes. t iVigel , � ,'x ' „' g -iF ' ; • STP -005 -5 (28), U.S. 80- Chatham Co, GA: 4.5 km widening & reconstruction from 2 lanes to a 5 lane rural section. 1 EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta ' 23 E. Charlton St. P.O. Box 8101 Savannah, Georgia 31401 PH: (912) 912) 232 233 - 80 ' CIVIL FX: ( -5 MARINE ENVIRONMENTAL www.emc- eng.com 1 DANIEL P. SCOTT - SENIOR INSPECTOR EXPERIENCE Mr. Scott joined EMC in 1987, and has over 20 years of construction engineering/ 4 :-Ti "‘ management experience. This experience includes the supervision of a construction w .R=Nt management staff of approximately inspectors for federal, state, county, municipal, residential, commercial and industrial projects. }1u ▪ ' ; W As the CEI Division Director, he oversees project management for United States Army Corps of Engineers (USACE) projects in Pensacola, Fl and Mobile, Al. In addition, his responsibilities include the supervision of a CEI contract with the Georgia Department of Transportation for numerous roadway projects covering 11 counties in Southeast ' Georgia. With EMC's design professionals, Mr. Scott is involved with construction 5 1 " g• management for numerous municipal and county capital improvement projects. These projects include recreational facilities, drainage improvements, wastewater treatment facilities, pump stations, detention ponds, roads, street paving, utility construction and relocation, demolition, passive parks, historic renovation, schools and other infrastructure. Mr. Scott's involvement in capital improvement projects consists of client liaisons, assignment and coordination of the manpower necessary for the completion of the work, guidance and communication with the designers, resources allocation, quality control and assurance, billings and post- construction evaluation. i � U CONSTRUCTION MANAGEMENT PROJECT EXPERIENCE • • Westside Flood Relief Project • Spencer Elementary School I Wal -Mart � • Lowe's of Savannah • GDOT— CEI Contract • Eight (8) Corps of Engineers IDIQ Contracts • Casey Canal Utility Relocation • Union Camp's Carter Adams Landfill I� y • Montgomery Cross Road Pump Station ▪ ,x f • Allen E. Paulsen Softball Complex • Travis Field Wastewater Facility • Pipemaker's Canal Drainage Improvements • Effingham County Industrial Park ▪ } " • Numerous Residential & Commercial Developments � w • Ashley Dearing Barrier Free Park � � 4'7 " , , • Effingham County Review • Westside Storm water Collections System y w he x Fb 6: EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta 1 2 E. E. Charlto 8101 n St. iii■Ifid .. Sanh, Georgia 31401 P (912 232 -6533 I CIVIL FX: (912) 233 -4580 M ARI ENVIRONMENTAL NE www.emc - eng.com 1 JEFF W. MOCK, RLS - SURVEY MANAGER ' ° 4 a f , : EXPERIENCE 1 Yx : Mr. Mock has over 19 years of experience in surveying, and serves as Survey Division i. T Director for all aspects of surveying services. Projects performed include Boundary, S g8 p Y g 1 p rY, I �_ r fi Wetlands, . ,� r r Topography, Quantity Surveys, Hydrographic, Control Networks for the r h Department of Transportation and Aerial Photography. Mr. Mock is experienced in P O fi performing Global Positioning Systems (GPS) for Horizontal & Vertical Networking and I c l O. Data Collection 2C Certification Subdivision Plats Closing Plats, Construction Layout, I �;I' �,T�O�IS� t � , G, 2992 ;* and ALTA Surveys. Mr. Mock has extensive experience in layout of roads and highways. I "`f'k ` � F� Mr. Mock has extensive experience in surveying and civil engineering. His civil iP s� � E E I I�A engineering experience includes: subdivision and recreational master planning, paving, ‘r, 5 grading, storm drainage, sanitary sewer and water distribution design for residential, 1 Sure ng & Mapping e i � multi- family, commercial, and industrial development. S o c iety of Geo rgia ,, g �} PROJECT EXPERIENCE i � • Ogeechee Farms phase 11 Drainage Improvements Topographic Survey ' '• • Pipemakers Canal R/W staking at Port Industrial . ; ` +` ♦ 1 ? Chevis Canal at Hodges Airpark y z 7 `'� ♦ Placentia Canal Drainage Improvements 1 ♦ Highway 170 Construction Staking `{ ♦ Pooler Parkway and Interstate 16 Interchange Construction Staking ♦ Veterans Parkway Construction Staking 4 th " : ♦ Rice Hope Plantation, Phase 111 Construction Staking g 1* • Ft. Stewart, GPS File /Set Up 4 a ♦ Brassier Alta Survey I k l-' V .:7,11 ZI:in t .q . 4k1 - ','-' 1 :.:::::':v ‘-; • Coursey Construction Staking ♦ White Oak Subdivision Survey k x • 533 & 535 E. 35th Street Boundary Survey and Recombination Plat I ` ♦ Camden County Middle School Construction Staking fi • Tronox Monitoring Wells and Topographic Surveys � er ••• ♦ Georgia Pacific Gypsum Topographic Survey ,.N ♦ Fuji Plant Spot Elevations ' ' i; M i ' ♦ Target Distribution Warehouse; Pooler, GA I r �� �ti s 34 'fi ` x • Target Distribution Warehouse; Sunbury (Midway), GA ♦ IKEA Distribution Warehouse p? " " ; ' ♦ LogistaPort Warehouse ":1044-101q , , y !', EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta I 23 E. Charlton St. P.O. 0 Savannah 81 , Ge orgia 31401 I PH: (912) 232 -6533 EIVI MARINE E FX: (912) 233 -4580 ENVIRONMENTAL www.emc - eng.com I LEWIS "PEANUT" O'NEAL - CONTRACT MANAGER a:' '- . EXPERIENCE 3-' Y > Lewis "Peanut" O'Neal retired from the GDOT in 2000 after 33 years of service. The first -., ® '' '- five (5) years of Mr. O'Neal's career involved construction inspection associated with the 1. org grading, drainage, base and paving of 1 -20 through Newton, Morgan, Greene, and I 8 }'4 } ,. - i tic : Taliaferro Counties. The next 18 years of his career included nine (9) years in Pre - ��yc construction and nine (9) years in Engineering Auditing and Contracts Administration. c Bia�og� � �t � o gI , '''* -- 71 . 4:5.;: lE '' ` I S' � Since 2001, Mr. O'Neal has been employed by EMC as the Assistant Liaison Project - t. U e pit °0 Manager on EMC's CEI Contracts with GDOT in the Jesup District. He also serves in the '' : y g e 2 role of CEI Training Officer for EMC personnel. - _ i g il� eeri g. t k h Mr. O'Neal's p re - construction duties consisted of preparing environmental studies, ' fiar itio I i h participating in public hearings, prepar and mon pro schedules of Co�es�ondenc i , �� . : . 1 prerequisite pre- construction activities /events prior to a project's advertising, letting $ ci 9. (IGS) ,, ` ' , and award to contract. He also ass the District ng strict Pre - construction Engineer with all ti p'.` related written correspondence regarding location, environmental, design and right -of d P � ° s ' ` way matters. t ' His Engineering Auditing and Contracts Administration duties consisted of ensuring that `• all Field Construction Project Records and Direct Field Measurements documenting I a Construction Contract Item Pay Quantities were properly calculated and maintained, ' ultimately being responsible for the final audit of all Final Pay Item Quantities prior to t v final payments being made to prime contractors. ' ' '' Mr. O'Neal's Contracts Administration duties also involved holding the position of "District Contracts Manager" for seven (7) years. In this role, he was responsible for I ;'„: soliciting and coordinating input from GDOT Project Managers, Area Engineers, and I - Y contractor personnel in order that he could properly document and prepare Construction Contract modifications consisting of Supplemental Agreements, Project Extension Agreements, Allotment Requests for additional funding and Contract Time Extensions. ,, During the last 10 years of Mr. O'Neal's career, he held the position of "District .; �4Z , £ r Administrative Officer" for the Tennille District. In this role, he was responsible for the Y # supervision of the Administrative Support Unit which consisted of the following ti sections: Personnel /Payroll, Procurement /Accounting, Legal, Systems Support, Safety, ct te��� . Training and EEO. He was also responsible for preparing and monitoring the Fiscal Year Zero Base Budgets for the following operating units: General Field Engineering, �'1� y � 1 �F Construction and Survey, Electrical Facilities (Traffic Signals) and Routine Maintenance. x�,: _X h Additionally, Mr. O'Neal prepared the bid proposals for all Quick Response projects and e z -4 submitted them for prospective bids to all appropriate contractors. After award to the ' k {: lowest bidder, he monitored the progress of construction until final acceptance by the i " Department, upon which time he submitted the appropriate documentation for final ,� t ,� payment. t s c �. r ° t� _ °t" ire EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta I 23 E. Charlton St. P.O. Box , G 1 1 Savannah, Georgia 31401 I PH: (912) 232 -6533 CIVIL FX: (912) 233 -4580 E NVIRONMENTAL www.emc- eng.com I SIDNEY IRVIN PINKSTON, PG - SENIOR INSPECTOR u 5 1 ` • PROFESSIONAL REGISTRATION & CERTIFICATIONS x s Registered Professional Geologist - Tennessee ( #TN2436) and Kentucky ( #0457) °.<® Wetland and State Waters Identification & Delineation Course — Blue Water Eng. (2008) ;4 ' tt TROXLER — Nuclear Density Gauge Certification ( #31973) I x, • . 1- • ACI Concrete Field Testing Technician — Grade 1 {ki Georgia DOT— Erosion Control Supervisor and Inspector Certification (May 1999)Georgia )`? Soil and Water Conservation -April 2006 O o.ou NPDES Level 1A & 11— ESPC Inspector & Designer Certification # 00000141296 a. „0 NFIP Elevation Certification and eLOMA Workshop �T'.i ,8 To Ha z* . ..0 s EXPERIENCE K Su Mr. Pinkston joined EMC in 2007 as a Project Manager for Environmental and Civil i 0��t ;¢; E,i Engineering projects. For Mr. Pinkston, the implementation of twenty -two years of k PR S ® AL • geologic /hydrogeologic investigations, surveying, environmental, construction and civil I AF LJ ON * , t ` engineering projects has evolved into a practical blend of "hands on" experience in the civil, 'y National Vater geotechnical and environmental industry. Mr. Pinkston brings a working knowledge of field } g � .. e l s soci a e on . , A and administrative tasks involving a broad range of projects. These projects include k :A;1G,`NSE- Division foundation investigations, materials testing, erosion control design & installation, UST / RCRA site assessment and remediation, technical report writing, remediation system design & development, landfill management construction and closure. Cost effective solutions to complex problems is the objective for Mr. Pinkston. DAVID ECKHART - INSPECTOR II I EMIC • {, EXPERIENCE q:c k Ba �_chtelo`rofCivilk Mr. Eckhart has eleven (11) years of field construction experience. The seven (7) most "l'� x f recent years of this experience has been with EMC. g� mg AuEtuin I Lln ers t , Auburn, AL t This experience involved inspection duties associated with all phases of roadway and rd'" bridge construction including grading, pipe installations, curb and gutter, catch basins, I � , c e� t �lc� f . K ��+' P , o essto Engineers drop inlets, guardrail installation, base and paving, grassing, pile driving, and bridge ,1 ?. : +gay ,1 s S substructure and superstructure bar reinforcement steel installations and concrete • ,{c : ` - pours.. E, ° '1d , 1' ',since `� ; 4 £ , The remaining four years of his field construction experience consists of construction ;: f , so staking while employed by GDOT and paving equipment operator while employed by I t .. o > , Everett Dykes Grassing Company. Engineers 4" �IPE�V� #' Mr. Eckhart is very conscientious and precise while maintaining Inspector's Diaries, , '� iii . nce 2 . taking Direct Field Measurements of pay quantities, performing associated calculations, 1., e s �w.tic 2v 006 T . 1 S• i eof preparing Inspector's Pay Item Reports and Monthly Construction Reports, and r : a < • maintaining all maintainill ired records /documentation and files for multiple projects. n ne(ASCE required p p j a . * g 5 t- f EMC Engineering Services. Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta 1 2 E. E. Charlton St. .. 1 Sav anh, Georg PH: (912 232 -6533 ia 31401 CIVIL FX: (912) 233 -4580 MARINE ENVIRONMENTAL WWW.emc- eng.com 1 I. NATHAN AUSTIN - SENIOR INSPECTOR $` -7 -tk x EXPERIENCE v ,, , A roximatel 6 ears of transportation, civil design and practical experience. t t • ' PP y y p g p p & , n Dec 2005 to July 2008 - OPUS INTERNATIONAL CONSULTANTS, Tauranga, New Zealand bLtr,t ' d' . `` Civil Des Engineer and Office Sustainability Coordinator I . 114-k Involved in all phases of transportation design from investigation, planning, cost c sure for estimation, design, consultation and construction. I �� °. �, ® • rt= Ir` err s _ r • Superv and walls managed and 265000 all aspects gallon of water construction reservoir for with two total large tied -back construction costs timber of P r• • , � I nptt� e T = o _ retain, n® - eer ten e m o 'w NZ$1.6million. Managed payment to contractor and was responsible for program E and design changes. ET': 3®� since I 2 002 { • Managed the design of safety upgrades, worth over NZ$lmillion, for 15 miles of a tad major state highway. Reviewed the construction drawings and consulted with local �ad of I o � - .. Maori Iwi and Hapu, the NZ Historic Places Trust, regional council, and various I - ` ro fes service authorities for design /archaeological approval. Pf g ti, En gineers Nein� Zeal d IPE # , • Inspected, categorized, and developed a repair, maintenance, and monitoring tq 3 priority list for 32 major retaining structures along state highways in the Bay of I 10103 ) , 41. p e 2 006 s r American Society of : Plenty Region. k • Marketed a sustainable urban planning tool and managed a trial project (funded by C� ste ( ASCE - 50 2 454 the Energy Efficiency and Conservation Authority of New Zealand) - gained interest (a in over NZ$440,000 in potential business. I mow � ' '' • Presented sustainable urban planning tool to local authorities and at two ` ' y 4 "x international conferences: I International Cities, Town Centres, and Communities Conference, Auckland, NZ - 3 June 2007 t Transport: The Next 50 Years Conference, Christchurch, NZ —July 2007 I t • Implemented the "Sustainable Braintrust" who Identified and implemented short, medium, and long term sustainable goals for waste, energy, and transport use in the office. x Pg ,u x Oct 2002 to Sept 2005 - EMC Engineering Services, Savannah, GA i _ , , . • � ' , - Civil Construction and Utilities Engineer I " N. Inspected plans, formwork, and construction of eight double bridges and roadway • 4,s fi on Interstate 95 ` 4 ' •-• • Responsible for plan and design changes in field I . ." . ; • Prepared drainage master plans, construction plans, cost estimates, and determined f`- M` improvement alternatives for the construction of a lined stormwater channel with , � x1 • ; mechanical flood gate controls . t, 4 # • Measured and paid contractors for the work completed. f i - ¢ May 2002 to Oct 2002 - MORELAND ALTOBELLI ASSOCIATES INC, Brunswick, GA � * 1 Civil Construction Engineer gi V .r - • Supervised pavement and drainage construction on major highway g °;1 .� .. , • Managed quality assurance for pavement construction I j � �� 1 � � �� i Responsible for plan and design changes in field t.,-,--„-- � . . _ Measured and paid contractors for the work completed. 1 EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • • 23 E. fjfo P.O. B Sava PH: (9nrgia 3 31401 em elleee 1 CIVIL MARINE E FX: (912) 233 -4580 VOLKERT ASSOCIATES, INC. ENVIRONMENTAL ww RICHARD E. BOSTON, P.E. - SITE ENGINEER ,.��� R r � � SIGNIFICANT EXPERIENCE r ; • Mr. Boston has been employed by the South Carolina Department of Transportation 44-%404-,,‘,1!: rc 1 , (SCDOT), URS Corporation, and Volkert & Associates, Inc. He has over 11 years of e rs � � experience in construction �,� • � vi - 9 � ,� � „ � and maintenance of in-service bridges, and the design of various road projects. rte u1 • :a S PECIFIC P EXPERIENCE � � � Mr. Boston has been a Project Manager with Volkert & Associates, Inc. since January ,� - r� 2005. He has served as the In- Service Bridge Inspection Team Leader associated with Et. - ofessici a Engineer ` Structural Inspection Services for the Metropolitan Atlanta Rapid Transit Authority ®20 $1. MARTA r I , � � � ( ) project with Heath & Lineback Engineers in Marietta, Georgia. Mr. Boston has _ r gla • m eslonal ��, �, � - � - also served as the Project Manager for Clayton County CEI (subconsultant). He is ▪ En „ eer�P tj289 �� , , currently serving as the Project Manager for the GDOT Statewide Bridge Maintenance tz0 ._� ois , y,;d :; and Inspection Contract and Georgia CEI Projects in District 3 West, District 7 South, and -� lfh Pt fp darr�a k . ��.� °_ �:�< ,.� . District 5 North (subconsultant). Er Weer # 0 21058633 l t . 5 x * , .v Mr. Boston has 2 years of experience as a Project Engineer for URS Corporation in BIS, Certified Bridge - GA where he was responsible for the construction administration of various • Inspe (2005 ▪ rroad and bridge projects and assisted project managers with the design of various * o r OFESSIONA TRAINING �; , projects. a . P t F t�v � R ��v � d ior �a sa , N at l = � Mr. Boston has 9 years of experience with the South Carolina Department of Inspecti of Iri service Transportation. Mr. Boston began his career in the Pickens Construction Office. He i e ( �� , � � �:.. � , , ▪ obtained his inspection certifications in various fields and worked as a construction `.,: I , 1 I Frac . inspector on many road and bridge projects in the upstate. ++�� . Cr l I Ins f Techniques fo rSt . t _ � , ��, �,Bi PROJECT EXPERIENCE g 200 y�� k , 7�j� • Design and construction of the roadways and bridges for the International Center for S CUBrtifi c atlpn s� ��.� � �,�,�,� � Automotive Research for the City of Greenville, SC (. e a al brier .: ::tea r • Design and construction of streetscape improvements on Noble Street for the City of P ®7`��4' f ,,, ` Anniston, AL °C�I ;,� (205 I �,,,< ♦ Design and construction of the Realignment of Oak Road for the City of Snellville, GA lx U C EE VeI 11 I _sign • Design and construction consultant for the Webb Bridge Road Improvements at P e t; i Alpharetta High School for the Fulton County Board of Education robes io a ss • Various resurfacing projects throughout the upstate including evaluating pavement t t ; Q - =� conditions and authorizing pavement repairs 9 P P as necessary R a • Intersection improvements in Easley, SC 40 S 1t g ', � ZTI � I -85 and SC Hwy 101 Interchange including twin bridges over the Norfolk Southern � S'cl RR to the BMW Plant ' way _ ♦ 1 -85 widening H ri; ♦ Pickens County Bridges including Latham Road and North Fish Trap Road over the t i a�Society Of ' Norfolk Southern Railroad t lEngi e _, • The Limehouse Bridge �,h :; r • The Maybank Highway Bridge y 3 , , > ° ♦ The Breech Inlet Bridge EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta 1 23 E. Charlton St. iiid la PH ( 912 ) 232 6 53 3 31401 OLKERT CIVIL 1 MARINE FX: (912) 233 -4580 V SSOCIATES INC. ENVIRONMENTAL www.emc en .com \� www.emc-eng.com DONALD MCGAHEE - SITE INSPECTOR Donald has 37 years of roadway /bridge construction experience including bridge inspection, roadway inspection, I erosion control, and traffic control. Donald has demonstrated leadership skills; his first 30 years were spent at GDOT where he learned all aspects of the road /bridge inspection business. He is currently employed by Moreland - Attobelli Associates as an Office Manager on the I -20 /SR -402/1 -520 project. Donald is a capable leader who understands GDOT I construction. His first hand experience brings a strong comfort level to any project he is assigned. Donald knows how to represent GDOT's interests. His experience includes: Certifications • Surveying, 1970 —1973 (GDOT) Donald McGahee • Bridge Construction Inspection, 1974 —1975 (GDOT) GDOT Certifications Concrete Testing • Asphalt Plant Inspection, 1975 —1988 (GDOT) Worksite Eros Control I • Construction Inspection Augusta, 1988 — 2000 (GDOT) Supervisor • Senior Inspection for CEI, 2002 — Present GASWCC Certifications I Erosion Control PAUL FRANKLIN WHITE - SITE INSPECTOR I Paul has 37 years of roadway /bridge construction experience including bridge inspection, roadway inspection, material testing and erosion control and traffic control. Paul, who is currently employed by Moreland - Attobelli I Associates as a Senior Bridge Inspector on the 1 -20/1 -520 project, has demonstrated inspection and leadership skills and is in responsible charge of several inspectors to ensure compliance to the project plans and specifications. Paul's experience includes: I ♦ Field and lab testing soils and concrete, 1968 -1978 Certifications Paul Franklin White • Structure steel and welding inspection, 1978 —1980 GDOT Certifications • Soil and concrete inspection at Plant Vogtle Nuclear Units 1&2, 1982 —1985 Concrete Testing • QC grouting inspection at power plant, 1985 Worksite Erosion Control • Soil and concrete materials testing for PSI, 1985 —1996 Supervisor I • Senior Inspector for medical center, 1997 — 2000 GASWCC Certifications • Senior Inspection for roadway and bridge, including pile and drilled shaft Erosion Control inspection, 2000 — Present I RAY LAN HAM - SITE INSPECTOR I Ray has 35 years of roadway /bridge construction experience including bridge inspection, roadway inspection, erosion control, and traffic control, and is well- versed in all aspects of road construction and survey. Ray retired for GDOT in 2003 with 30 years of service. He is currently employed by Moreland - Attobelli Associates as a Senior Inspector on the I Augusta Contract. Ray's experience includes: Certifications Ray Lanham • GDOT Inspection and responsible for inspection training, 1972 — 2003 I • CEI Senior Inspector, 2003 — Present GDOT Certifications Concrete Testing Worksite Erosion Control'' Ray also received the 1998 GDOT Outstanding Achievement Award. Supervisor I GASWCC Certifications Erosion Control EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta 23 E. Charlton St. P.o. 912 \IT 3LI(ERF Savannah , Georgia 31401 PH: (912) 232 -6533 CIVIL FX: (912) 233 -4580 MARINE � ENVIRONMENTAI www.emc- eng.com & ASSOCIATES INC. CHARLES R. PAIR - SITE INSPECTOR Charles has enjoyed an international career in the construction of large projects. He is currently assigned to the 1 -20/ SR -402 project, and monitors, records, and inspects erosion control devices. His interest and dedication to this project has minimized issues with other agencies with regard to erosion control. In addition, Charles demonstrates a vast amount of construction knowledge and leadership control. His experience includes: Certifications • Construction Manager /Superintendent on major world -class construction Charles Pair projects including vertical and horizontal construction for Bechtel and GDOT Certifications numerous other key construction firms. Projects included major roads and Concrete Testing bridges, telecommunication facilities, airports, waste treatment plants, Worksite Erosion Control and chemical plants from 1968 — 2006. Supervisor • Inspector /Inspector ll /Sr. Inspector CEI Augusta for GDOT, 2006 — Present GASWCC Certifications employed b Erosion Control Charles is currently by Moreland- Attobelli Associates as a Senior Bridge Inspector on the 1 -20/1 -520 project. NELDA D. BOETTCHER - SITE INSPECTOR Nelda has 27 years of demonstrated roadway /bridge construction experience including bridge inspection, roadway inspection, erosion control, and traffic control. She is a dependable and competent agent for any project she is assigned, and is well- versed in all aspects of road construction, surveying, lab, design, contract administration, audits, certified batch plant, and sampling and testing. Her experience includes: Certifications • Laboratory manager at Archer Daniels Midland, 1991 -1998 Nelda Boettcher • Survey, 1980 -1982 GDOT Certifications • QC Inspector at Plant Vogtle, 1982 -1989 Concrete Testing • Associate QC Specialist, 1990 Worksite Erosion Control • Inspector /Inspector 11 CEI Augusta for GDOT, 2002 - Present Supervisor GASWCC Certifications She is currently employed by Moreland - Attobelli Associates as an Inspector II on Erosion Control the Augusta Contract JEFFREY D. GAY - SITE INSPECTOR Jeffs background in roadway /bridge construction on the contractor side balances well with his current inspection experience, which includes bridge inspection, roadway inspection, erosion control, and traffic control. Jeffs experience includes: Certifications • Construction foreman for road /bridge and utilities for GDOT and Jeff Gay County City Projects, 1987 -2005 GDOT Certifications • Construction Supervisor for natural gas projects, 2005 -2006 Concrete Testing • Inspector /Inspector 11 CEI Augusta for GDOT, 2006 — Present Worksite Erosion Control Supervisor Currently employed by Moreland - Attobelli Associates as an Inspector II on the Field Acceptance Sampling Augusta CEI Contract, Jeffs responsibilities have included inspections of bridge GASWCC Certifications construction, pipe installation, formwork line and grade, reinforcing steel, and Erosion Control paving . EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta ■ I 23 E. Charlton St. P.O. Box 8101 IN'S Savannah, Georgia 31401 I .. PH: (912) 232 -6533 . :< awl. FX: (912) 233 -4580 M ARINE ENVIRONMENTAL www.emc- eng.com I EDSIL H. BARROW - INSPECTOR II A ' SAD e • ? , EXPERIENCE 44- � , � Mr. Barrow has been working in the construction industry since 1971, and joined Coastline 4n e E, C Services (CCS) in 2007. He has provided quality assurance inspections for the • , k construction of numerous roadway, bridge, and site development projects. His unique ,- f�, experiences as a construction project manager, cost estimator, and construction engineering p o' L inspector make him a prime candidate to provide senior inspection supervision. �Ac ® N/ As a senior inspector with CCS for two years and EMC Engineering Services for approximately • C F ` four years, Mr. Barrow has gained valuable experience providing quality assurance services ; v o 41# Lon g variety employee throw hout the southeast for a variet of clients. As a contracted Georgia n rol a`r to the Geor g o, t. Department of Transportation (GDOT), he has served as a Senior Inspector providing general E C ertifie d - t ( , 5) r ti ., oversight during the construction of roadway and bridges from preconstruction to close out. ##252742290 i The roadway projects have included new construction, lane widening, and resurfacing, as well Level. Certified'_ as utility and storm system improvements. Mr. Barrow has inspected the construction of pe o nei t n. < .�. bridge substructure and superstructure, including pile driving, jetted piles, caisson installation, ® ®° ° 012535. formwork, steel reinforcement, concrete placement. With Clayton County Roadway GDO ieId R esur f a c ing S PLOST Program, Mr. Barrow has supervised the asphalt milling, patching, and a it e i te aresurfacing on various roads throughout the county. He has also provided quality assurance ' inspections for the US Army Corps of Engineers disaster relief program in Harrison County on #FCO1N016 26 miles of seawall repairs, storm water pipe repairs and replacements, and construction of 5 concrete access ramps along the beach. ` t s PROJECT EXPERIENCE . • Clayton County Roadway Resurfacing SPLOST Program: served as senior construction ye r f . inspector for roadway improvements throughout Clayton County; provided general oversight and quality assurance on operations including milling, patching, and resurfacing. Ensuring conformity with GDOT specifications, county plans and specifications, contract documentation, and approved budgets. ♦ Interstate 95 in Liberty County: provided construction inspection services during the widening of existing interstate and two bridges from two lanes to three lanes located between Midway and McIntosh Co. Monitored replacement of pilings with caissons, ` , A concrete form and steel placement, and construction of pile caps and concrete deck. 4 # 4 � x Performed materials testing and prepared contractor payments. • Access Road to Training Grounds on Paris Island: served as construction project manager x r for the widening of access road to marine training grounds. Prepared and maintained bid " �'; abstract and cost estimate based on current market rate. Coordinated equipment and I manpower, provided general oversight for all operations including resurfacing and paving, :tt and ensured project was completed within budget and schedule. t • Truman Parkway from Montgomery Cross Road to Whitfield Avenue: supervised the K. construction of three miles of new parkway and existing lane widening. Inspected roadway � a M1 and culvert construction, utility abandonment and installation, ditch paving, and storm i ‘lk;� ._ system improvements. Also performed concrete testing and material verification. `r ,, ♦ Harrison County Beach and Storm System Reconstruction: performed quality assurance � t 4� i for the Mobile District U.S. Army Corps of Engineers on 26 miles of seawall and � storm drain pipe repairs and replacement. Accessed damages and gave directives for *`�� construction. Provided supervision to materials testing and prepared change orders. sr.,§"h d a F" S �; = T cif fyf- r EMC Engineering Services, Inc. • Savannah • Albany • Atlanta • Augusta • Brunswick • Columbus • Statesboro • Valdosta "1! 'r {{ 1