Loading...
HomeMy WebLinkAboutCONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GA AND CRANSTON ENGINEERING GROUP, P.C. FOR NPDES STORM WATER MONITORING AND INSPECTION / AUCUSr4 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROJECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT CONSULTANT: Cranston Engineering Group,P.C., PROJECT: NPDES Storm Water Monitoring and Inspection DATE EXECUTED: DATE COMPLETED: 1 OF 25 REVISION DATE: June 2006 AUUUST\ ,17111, CFYMIGU STATE OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT This Agreement is made and entered into this day of_ ,2016 by and between AUGUSTA,Georgia,a political subdivision of the State of Georgia,hereinafter called the "CITY" and Cranston Engineering Group,P.C., 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: NPDES Storm Water Monitoring and Inspection and, 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: 2 OF 25 REVISION DATE: June 2006 r AUGUSTA rrtn GEORGIA GENERAL PROVISIONS CONSULTANT has agreed,in this Agreement with CITY to procure the services of licensed design professionals,to provide the engineering services required to provide professional engineering and design services for the Project in accordance with the requirements as outlined in and attached as Attachment A-Scope of Services and other relevant data defining the Project. CONSULTANT COORDINATION The CONSULTANT shall cooperate fully with all municipalities,local government officials,utility companies,and other consultants as directed by the CITY. CONSULTANT and all relevant parties agree to work together on the basis of trust,good faith and fair dealing,and shall take actions reasonably necessary to enable each other to perform this Agreement in a timely,efficient and economical manner. All parties agree to cooperate in a manner consistent with good design practice and will exercise the degree of skill and diligence normally employed by professional engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any services not meeting this standard without additional compensation. AMENDMENTS TO AGREEMENT Every amendment to the Scope of Services shall become and is hereby made a part of this Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be valid. REDUCTION IN REQUIRED SERVICES If reductions in the required services are ordered by CITY,the credits shall be the amounts for such services as described in subsequently executed Amendments to this Agreement,and no claim for damages for anticipated profits shall accrue to the CONSULTANT. DATE CHANGES If in this Agreement specific periods of time for rendering services are set forth or specific dates by which services are to be completed are provided and if such periods of time or dates are changed through no fault of CONSULTANT,the rates and amounts of compensation provided for herein shall be subject to equitable adjustment. AGREEMENT MODIFICATIONS This Agreement shall not be modified except by a duly executed Amendment hereto in writing under the hands and seals of both parties hereto. TIME OF COMPLETION The time of completion shall be as described in the schedule attached hereto as Attachment D- Schedule. 3 OF 25 REVISION DATE: June 2011 iUGusz, :47 This Agreement shall terminate immediately and absolutely at such time as appropriated and otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT on behalf of the CITY under this Agreement. However,CONSULTANT will be compensated for all work prior to termination of contract even if the CITY has obligated the funds to other projects. PROJECT PROGRESS CONSULTANT'S services and compensation under this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion. LITIGATION Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear,support, prepare,document,bring, defend or assist in litigation either undertaken or defended in behalf of the CITY except in consideration of compensation. All such services required or requested of CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be reimbursed as additional services. BINDINGS It is further agreed that the CITY and CONSULTANT each binds itself and themselves,its or their successors,executors, administrators and assigns to the other party to this Agreement and to its or their successors,executors and assigns in respect to all covenants of this Agreement. Except as above,neither CITY nor the CONSULTANT shall assign,sublet or transfer its or their interest in this Agreement without prior written consent of the other party hereto. EXTENT OF THE AGREEMENT This Agreement represents the entire agreement between CITY and CONSULTANT and supersedes all prior negotiations,representations and agreements,either written or oral. 4 OF 25 REVISION DATE: June 2011 AUGU8iNs\ DEFINITIONS Wherever used in this Agreement,whether in the singular or in the plural,the following terms shall have the following meanings: Agreement Execution-means the date on which CONSULTANT executes and enters into an Agreement with CITY to perform the Work. Agreement Price-means the total monies,adjusted in accordance with any provision herein, payable to the CONSULTANT under this Agreement. CITY-means a legal entity AUGUSTA,Georgia,a political subdivision of the State of Georgia. CONSULTANT-means the party or parties contracting directly with the CITY to perform Work pursuant to this Agreement. Contract-means the Agreement Documents specifically identified and incorporated herein by reference. Contract Time-means the period of time stated in this Agreement for the completion of the Work. Subcontractor-means any person,firm,partnership,joint venture,company,corporation,or entity having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to provide a part of the Work called for by this Agreement. Supplemental Agreement-means a written order to CONSULTANT signed by CITY and accepted by CONSULTANT,effecting an addition,deletion or revision in the Work,or an adjustment in the Agreement Price or the Contract Time,issued after execution of this Agreement. Task Order-means a written order specifying a Scope of Services,time of completion and compensation limit for services being provided by CONSULTANT. Task Orders shall be incorporated by reference as part of the Supplemental Conditions of this Agreement. Work-means any and all obligations, duties and responsibilities,including furnishing equipment, engineering,design,workmanship,labor and any other services or things necessary to the successful completion of the Project,assigned to or undertaken by CONSULTANT under this Agreement. 5 OF 25 REVISION DATE: June 2011 • pUGUsrA GFORGU� CONTRACT DOCUMENTS List of Documents The Agreement,the General Conditions,the Attachments,and any Supplemental Agreements, including Task Orders shall constitute the Agreement Documents (the"Agreement"). Conflict and Precedence The Agreement Documents are complementary,and what is called for by one is as binding as if called for by all. In the event there are any conflicting provisions or requirements in the component parts of this Agreement,the several Agreement Documents shall take precedence in the following order: 1. Agreement-Including Attachments 2. General Conditions 3. Supplemental Conditions-Including Task Orders 6 OF 25 REVISION DATE: June 2011 AUcus,A rfir GENERAL CONDITIONS 1. COMMENCEMENT OF WORK The performance of services as defined in the Prime Agreement between CONSULTANT and the CITY,and herein described in this Agreement as Attachment A shall be commenced upon receipt by the CONSULTANT of a written Notice To Proceed. The effective date of services shall be defined in the Notice To Proceed. 2. PROFESSIONAL STANDARDS The standard of care for all services performed or furnished by CONSULTANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULTANT'S profession practicing under similar conditions. 3. CHANGES AND EXTRA WORK The CITY may,at any time,request changes in the work to be performed hereunder. All such changes,including any increase or decrease in the amount of the CONSULTANT's compensation, which are mutually agreed upon by and between the CITY and the CONSULTANT,shall be incorporated in written Supplemental Agreements to the Agreement. Changes that involve an increase in the compensation shall be considered major,and require the approval of the CITY. 4. 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. All of the services required hereunder will be performed by the CONSULTANT under its supervision,and all personnel engaged in the work shall be qualified and shall be authorized or permitted under law to perform such services. All key professional personnel,including subcontractors,engaged in performing services for the CONSULTANT under this agreement are indicated in a personnel listing attached hereto as Attachment C-Listing of Key Personnel and incorporate herein by reference. No changes or substitution shall be permitted in the CONSULTANT's Key Personnel without the prior written approval of the CITY or his designee. The CONSULTANT shall employ only persons duly registered in the appropriate category in responsible charge of supervision and design of the 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. 7 OF 25 REVISION DATE: June 2011 �UGU37� ( 1� 1}- \--GEoRGus 5. ACCURACY OF WORK The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct errors and omissions in its plans and specifications without additional compensation.The CONSULTANT shall give immediate attention to these changes so there will be a minimum of delay to others. 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. 6. CONFIDENTIALITY The CONSULTANT agrees that its conclusions and any reports are for the confidential use and information of the CITY and that it will not disclose its conclusions in whole or in part to any persons 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,drawings,reports,maps, data and studies prepared by the CONSULTANT pursuant thereto shall become the property of the CITY and be delivered thereto. 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 approval in writing of the CITY. It is further agreed that if any information concerning the PROJECT,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 approval,the same shall be regarded as public information and no longer subject to the restrictions of this Agreement. 7. OPEN RECORDS CONSULTANT acknowledge that all records relating to this Agreement and the services to be provided under the contract may be a public record subject to Georgia's Open Records Act (O.C.G.A. §50-18-70,et seq.). CONSULTANT shall cooperate fully in responding to such request and making all records,not exempt,available for inspection and copying as provided by law. 8. JURISDICTION The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT with regard to its interpretation and performance,and any other claims related to this agreement. All claims, disputes and other matters in question between CITY and 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 jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County,Georgia. 8 OF 25 REVISION DATE: June 2011 AucuSTZ-N\ 9. TERMINATION OF AGREEMENT FOR CAUSE If through any cause,the CONSULTANT shall fail to fulfill in a timely and proper manner its obligations under this Agreement,or if the CONSULTANT shall violate any of the covenants, agreements or stipulations of this Agreement,CONSULTANT will be given the opportunity to commence correction of obligation within 5 days of written notice and diligently complete the correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed, or deviation from the aforesaid schedule without prior approval of the CITY,shall constitute cause for termination.The CITY shall thereupon have the right to terminate this Agreement by giving written notice to the CONSULTANT of such termination,and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event,all finished or unfinished documents,maps,data,studies,work papers and reports prepared by the CONSULTANT under this Agreement shall become the property of the CITY,and the CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents,as mutually agreed by the CITY and CONSULTANT. 10. TERMINATION FOR CONVENIENCE OF THE CITY 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. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULTANTS CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the submitted roadway plans for avoidance,or resolution,of conflicts with the proposed Scope of Services. If the CITY undertakes or awards other contracts for additional related work,the CONSULTANT shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed committee(s),and carefully fit its own work to such additional work as may be directed by the CITY. The CONSULTANT shall not commit or permit any act which will interfere with the performance of work by any other CONSULTANT or by CITY employees. 12. COVENANT AGAINST CONTINGENT FEES The CONSULTANT warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage,brokerage,or contingent fee,excepting bona fide employees or bona fide established commercial or selling agencies maintained by CONSULTANT for the purpose of securing business and that the CONSULTANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. 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 of consideration the full amount of such commission,percentage,brokerage or contingent fee. 9 OF 25 REVISION DATE: June 2011 AUCUSIA rrtm 13. 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 subcontracts,or agent 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. 14. INSURANCE The CONSULTANT shall,at all times that this Agreement is in effect,cause to be maintained in force and effect an insurance policy(s) that will ensure and indemnify the CITY against liability or financial loss resulting from injuries occurring to persons or property or occurring as a result of any negligent error,act,or omission of the CONSULTANT in performance of the work during the term of this Agreement. The CONSULTANT shall provide,at all times that this agreement is in effect,Worker's Compensation insurance in accordance with the laws of the State of Georgia. The CONSULTANT shall provide,at all times that this Agreement is in effect,Insurance with limits of not less than: A. Workmen's Compensation Insurance-in accordance with the laws of the State of Georgia. B. Public Liability Insurance-in an amount of not less than One Million($1,000,000) Dollars for injuries,including those resulting in death to any one person,and in an amount of not less than One Million($1,000,000) Dollars on account of any one occurrence. C. Property Damage Insurance-in an amount of not less than One Million($1,000,000) Dollars from damages on account of an occurrence,with an aggregate limit of One Million($1,000,000) Dollars. D. Valuable Papers Insurance-in an amount sufficient to assure the restoration of any plans, drawings,field notes,or other similar data relating to the work covered by the Project. E. Professional Liability Insurance-in an amount of not less than One Million($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed$1,000,000. CITY will be named as an additional insured with respect to CONSULTANT's liabilities hereunder in insurance coverage's identified in items (b) and (c). The policies shall be written by a responsible company(s),to be approved by the CITY,and shall be noncancellable except on thirty-(30) days'written notice to the CITY. Such policies shall name the CITY as co-insured,except for worker's compensation and professional liability policies,and a copy 10 OF 25 REVISION DATE: June 2011 AUGUSTA of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 15. PROHIBITED INTERESTS 15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect,that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that,in the performance of the Agreement,no person having such interest shall be employed. 15.2 Interest of Public Officials: No member,officer,or employee of the CITY during his tenure or for one year thereafter,shall have any interest, direct or indirect,in this Agreement or the proceeds thereof. 15.3 Employment of CITY's Personnel:The CONSULTANT shall not employ any person or persons in the employ of the CITY for any work required by the terms of the Agreement, without the written permission of the CITY except as may otherwise be provided for herein. 16. SUBCONTRACTING The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. All subcontracts in the amount of$5,000 or more shall include,where possible,the provisions set forth in this Agreement. 17. ASSIGNABILITY The CONSULTANT shall not assign or transfer whether by an assignment or novation,any of its rights,obligations,benefits,liabilities or other interest under this Agreement without the written consent of the CITY. 18. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement,the CONSULTANT agrees as follows: (1) the CONSULTANT will not discriminate against any employee or applicant for employment because of race,creed,color,sex or national origin; (2) the CONSULTANT will,in all solicitations or advertisements for employees placed by qualified applicants,receive consideration for employment without regard to race,creed,color,sex or national origin; (3) the CONSULTANT will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subcontractor,provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 19. DRUG FREE WORK PLACE 11 OF 25 REVISION DATE: June 2011 Gum GEoRGA CONSULTANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture,distribution,dispensation,possession,sale or use of a controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY owned or leased property,vehicles,and project or client site. Any violation of the prohibitions may result in discipline and/or immediate discharge. CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated,or when good business practices would dictate. 20. ANTI-KICKBACK CLAUSE Salaries of architects,drafters,engineer's,and technicians performing work under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account except only such payroll deductions as are mandatory by law. The CONSULTANT hereby promises to comply with all applicable "Anti-kickback" laws,and shall insert appropriate provisions in all subcontracts covering work under this Agreement. 21. AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary,the CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agreement. It shall also permit the CITY and/or representatives of the audit,examine and make copies,excerpts or transcripts from such records of personnel,conditions of employment and other data relating to all matters covered by this Agreement. The CONSULTANT shall maintain all books, documents,papers,accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement,and for three years from the date of final payment under the Agreement,for inspection by the CITY or any reviewing agencies,and copies thereof shall be furnished upon request at cost plus 10%. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor,assignee,or transferee. 22. OWNERSHIP,PUBLICATION,REPRODUCTION AND USE All documents and materials prepared as an instrument of service pursuant to this Agreement are the property of the CITY. The CITY shall have the unrestricted authority to publish,disclose, distribute,and otherwise use,in whole or in part,any reports,data,maps,or other materials prepared under this Agreement without according credit of authorship. The CITY shall hold harmless the CONSULTANT against all claims arising out of such use of documents and materials without the CONSULTANT's knowledge and written consent. 23. VERBAL AGREEMENT OR CONVERSATION 12 OF 25 REVISION DATE: June 2011 p.UGUST, ffrri GENG% No verbal agreement or conversation with any officer, agent,or employee of the CITY,either before, during,or after the execution of this Agreement,shall affect or modify any of the terms or obligations herein contained,nor shall such verbal agreement or conversation entitle the CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above. 24. INDEPENDENT CONTRACTOR The CONSULTANT shall perform the services under this Agreement as an independent contractor and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or any of its agents or employees to be the agent,employee,or representative of the CITY. 25. NOTICES All notices shall be in writing and delivered in person or transmitted by certified mail,postage prepaid. Notices shall be addressed as follows: CITY: CONSULTANT: ADMINISTRATOR AUGUSTA,GEORGIA C«n501-‘ 04%we G,QQop1 C . 530 Greene Street 4152_ .t-2 Augusta,GA 30911 MI5 US-lea) C.4.A 3OQd I Copy to: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street,Suite 180 Augusta,GA 30901 26. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT To the extent that it does not alter the scope of this agreement,Augusta,GA may unilaterally order a temporary stopping of the work,or delaying of the work to be performed by CONSULTANT under this agreement. 27. DEFECTIVE PRICING To the extent that the pricing provided by CONSULTANT is erroneous and defective,the parties may,by agreement,correct pricing errors to reflect the intent of the parties. 28. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE CONSULTANT is not responsible for delay in performance caused by hurricanes,tornadoes, floods,and other severe and unexpected acts of nature. In any such event,the contract price and schedule shall be equitably adjusted. 13 OF 25 REVISION DATE: June 2011 AUGUSTA s, 29. HOLD HARMLESS Except as otherwise provided in this agreement,CONSULTANT shall indemnify and hold harmless Augusta,GA,and its employees and agents from and against all liabilities,claims,suits, demands,damages,losses,and expenses,including attorneys'fees,arising out of or resulting from the negligent performance of its Work. 30. GEORGIA PROMPT PAY ACT NOT APPLICABLE The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act. 31. RIGHT TO INSPECT PREMISES Augusta,Georgia may,at reasonable times,inspect the part of the plant,place of business,or work site of CONSULTANT or any subcontractor of CONSULTANT or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta,Georgia. 32. E-VERIFY All contractors and subcontractors entering into contracts with Augusta,Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91,stating affirmatively that the individual,firm,or corporation which is contracting with Augusta,Georgia has registered with and is participating in a federal work authorization program. All contractors and subcontractors must provide their E-Verify number and must be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L. 99-603,in accordance with the applicability provisions and deadlines established in O.C.G.A. §13- 10-91 and shall continue to use the federal authorization program throughout the contract term. All contractors shall further agree that,should it employ or contract with any subcontractor(s)in connection with the physical performance of services pursuant to its contract with Augusta, Georgia the contractor will secure from such subcontractor(s) each subcontractor's E-Verify number as evidence of verification of compliance with O.C.G.A. §13-10-91 on the subcontractor affidavit provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. 33. LOCAL SMALL BUSINESS LANGUAGE In accordance with Chapter 10B of the AUGUSTA,GA. CODE,Contractor expressly agrees to collect and maintain all records necessary to for Augusta,Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia.The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA,GA. CODE§1-10-129(d)(7),for all contracts where a local small business goal has been established,the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta,Georgia the total dollars paid to each local small business on each contract,and shall provide such payment affidavits,regarding payment to subcontractors as may be requested by Augusta,Georgia.Such documents shall be in 14 OF 25 REVISION DATE: June 2011 tUGUSTS GEoRGA the format specified by the Director of minority and small business opportunities,and shall be submitted at such times as required by Augusta,Georgia. Failure to provide such reports within the time period specified by Augusta,Georgia shall entitle Augusta,Georgia to exercise any of the remedies set forth,including but not limited to,withholding payment from the contractor and/or collecting liquidated damages. 34. ACKNOWLEDGEMENT "Consultant acknowledges that this contract and any changes to it by amendment,modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Consultant is deemed to possess knowledge concerning Augusta,Georgia's ability to assume contractual obligations and the consequences of Consultant's provision of goods or services to Augusta,Georgia under an unauthorized contract,amendment,modification,change order or other similar document,including the possibility that the Consultant may be precluded from recovering payment for such unauthorized goods or services. Accordingly,Consultant agrees that if it provides goods or services to Augusta,Georgia under a contract that has not received proper legislative authorization or if the Consultant provides goods or services to Augusta,Georgia in excess of the any contractually authorized goods or services,as required by Augusta,Georgia's Charter and Code,Augusta,Georgia may withhold payment for any unauthorized goods or services provided by Consultant.Consultant assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta,Georgia,and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta,Georgia, however characterized,including,without limitation,all remedies at law or equity." This acknowledgement shall be a mandatory provision in all Augusta,Georgia contracts for goods and services,except revenue producing contracts. [SIGNATURES ON FOLLOWING PAGE] 15 OF 25 REVISION DATE: June 2011 /AUGUS11 IN WITNESS WHEREOF,said parties have hereunto set their seals the day and year written below: CITY: CONSULTANT: AUGUSTA,GEORGIA(CITY) Ctkµ$r opt Et44rMN44ern14 4 ii , PC BY: �i/�fACL• Z -Z::::2 BY: 'ei� " PRINTED NAME: GY`'1 I e bq V/� V J�� PRINTED NAME it• �e'CrTr W I WA* j /16 WE I 1? ITS: MAYOR AS ITS: Principal ATTESTCLERK: ATTEST: ' / - ,V %/, l ;/, 1,a671'ett----- <+ref/ t .� PRINTE NA f a !' ;- di_' !►•q .rPRINTED NAMrp Ly K D Alm AS ITS: tCler,",P emnii :14.1 .,,i4;17:t ' 0 AS ITS: See rr try V `6 ,/ to DATE: ri l 2 O Z'D'7 DATE: j L./ `t aeoaa.s 4 If 4?pRGtp ® f � azw Copy 'o: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street,Suite 180 Augusta,GA 30901 16 OF 25 REVISION DATE: June 2011 AUGUS7i ��r7 CONSULTANT'S RESPONSIBILITIES CONSULTANT,in order to determine the requirements of the Project,shall review the information in Attachment A-Scope of Services.CONSULTANT shall review its understanding of the Project requirements with CITY and shall advise CITY of additional data or services which are not a part of CONSULTANT's services,if any,necessary for design to begin. PROTECT UNDERSTANDING Upon request from the CONSULTANT,CITY may provide all criteria and full information as to CITY's and CONSULTANT'S requirements for this part of the project,including design objectives and constraints,space,capacity and performance requirements,flexibility and expendability,and any budgetary limitations. CONSULTANT may request from the CITY to furnish data,reports, surveys,and other materials that may be relied upon in performing CONSULTANT'S services. 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 computation prepared by or for the CITY in association with this Agreement shall be subject to review. The CITY may at any time request progress reports,prints or copies of any work performed under this Agreement. Refusal by the CONSULTANT to submit progress reports and/or plans shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies with the CITY's request in the regard. The CITY's review recommendations shall be incorporated into the plans by the CONSULTANT. CONSULTANT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14-Insurance. 17 OF 25 REVISION DATE: June 2006 xUGUSTA 0 CITY'S RESPONSIBILITES CITY-FURNISHED DATA CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy,timeliness, and completeness of the information provided by CITY. RIGHT TO ENTER The CONSULTANT will notify all property owners or occupants of the intent to enter properties for the purpose of accomplishing work in accordance with the practices of the CITY. The CONSULTANT shall discuss with and receive approval from the CITY prior to sending 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 CITY for the purpose described in the Agreement. ADVERTISEMENTS,PERMITS,AND ACCESS Unless otherwise agreed to in the Scope of Services,CITY will obtain,arrange,and pay for all advertisements for bids;permits and licenses required by local,state,or federal authorities;and land,easements,rights-of-way,and access necessary for CONSULTANT's services or PROJECT construction. TIMELY REVIEW CITY will examine CONSULTANT's studies,reports, sketches, drawings,specifications, proposals,and other documents;obtain advice of an attorney,insurance counselor,accountant, auditor,bond and financial advisors,and other consultants as CITY deems appropriate;and render in writing decisions required by CITY in a timely manner. PROMPT NOTICE CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes aware of any development that affects the scope or timing of CONSULTANT's Services,or of any defect in the work of CONSULTANT or construction contractors. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. LITIGATION ASSISTANCE The Scope of Services does not include costs of CONSULTANT for required or requested assistance to support,prepare, document,bring,defend, or assist in litigation undertaken or defended by CITY. All such Services required or requested of CONSULTANT by CITY,except for suits or claims between the parties to this AGREEMENT,will be reimbursed as additional services. 18 OF 25 REVISION DATE: June 2011 /µ1GU3T�� T' \tel ATTACHMENT A - SCOPE OF SERVICES PROJECT DESCRIPTION: Services will be provided per attached RFP 16-260 and Cranston Engineering Group,P.C. proposal,which includes the fee schedule for service tasks. 19 OF 25 REVISION DATE: June 2011 AUGUSTA 0 riTil ATTACHMENT B - 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 for approval said invoices. 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 phase 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 considered to be evidence of performance by the CONSULTANT to the point indicted by such invoice,or of receipt of acceptance by the CITY of the service covered by such invoice. The CITY shall pay any undisputed items contained in such invoices. Each invoice shall be accompanied by a letter progress report describing the total work accomplished for each phase and any problems,which have been encountered,which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule,and an itemized description of the percentage of total work completed for each phase during the billing period. When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task Order,it agrees to pay the CONSULTANT for work completed,on the basis of the standard billing rates shown in Attachment B to the Contract of those principals and employees engaged directly on the work. Compensation for design services shall be invoices based on the sum of all actual costs incurred in the performance of the work,including all direct,payroll,overall and profit cost in an amount not-to-exceed the compensation set forth in the terms of the Agreement or any authorized Task Order. All invoices submitted by the CONSULTANT shall be detailed to reflect incurred expenses,labor hours and costs by authorized Task. Overtime may be performed at the discretion of the CONSULTANT,but the premium time portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested acceleration of the scheduled work in writing. 20 OF 25 REVISION DATE: June 2011 EMGUStA A 0 ATTACHMENT C - LISTING OF KEY PERSONNEL CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel below,including a designated Program Manager will not change or be reassigned without the written approval of the CITY. Those personnel committed for this work are as follows: M Hell MIIPAri .PCr' k( 1Aai.1 Ems. D.6C.Cit Vt1 16761 Pe 1 Ebmas Pearagtt - latmhrSeyes Pthr icLPy3y Ia&) 21 OF 25 REVISION DATE: June 2011 0 cEoRak ATTACHMENT D - SCHEDULE FOR PERFORMANCE The term of the services will be one year,with the start and end date issued in the Notice to Proceed. Augusta has the option to renew the agreement annually for the duration of two additional one year terms. 22 OF 25 REVISION DATE: June 2011 1 /p,,GU57, 1 fig -r CONSULTANT SERVICES As a part of this Agreement the CONSULTANT agrees to furnish the following checked items (CONSULTANT to initial in the space provided acknowledging responsibility to furnish said item). Prior to Authorization To Proceed: 4 Q Detailed Scope of Services based upon Schedule A of this Agreement to be submitted with Cost Proposal clearly defining the CONSULTANT'S understanding of the project limits,design objectives and CONSULTANT'S services to be provided. O Cost Proposal that will include cost of surveying,design,preparation of construction plans and specifications,and other services requested in the CITY's Request for Proposal. ❑ Schedule for submittal of review documents at 30%,60%,and 90% completion;and final documents. Prior to submitting 30%review documents: ❑ Locate all existing utilities using available information collected by the CONSULTANT. The CITY will furnish available information on water and sewer locations however the CONSULTANT must verify to CITY'S satisfaction. ❑ Provide CITY with information on the project site(s),including the following: • Past and present use of the land (specifically identify any landfilling activities in the area);identify any nearby designated wetlands • Soil type(s) • Boring results when required by CONSULTANT for new facilities or where depth of line and existing site conditions warrant. • Brief description of the area (e.g.,residential,commercial,industrial)including general slope of the land,and whether trees,signs,etc. will be in conflict with the new facilities. Include number of properties affected and number of easements required with property owners identified • Identification of potential problems in meeting design objectives. ❑ Site Plan(If Required) Throughout project: O Prepare printed responses to comments received from the CITY following reviews. O Provide the necessary plats for easement acquisition and DOT/other permit application. O Prepare Public Works/DOT/Other permit applications for signature by the CITY. O Prepare and submit plans to EPD for review and approval when required. 23 OF 25 REVISION DATE: June 2011 a GFYMIGIA O Prepare plans and specifications,using Augusta Utilities Design Standards and Specifications (latest version). Specifications must mirror that provided by the CITY. O Prepare construction cost estimates at each review stage,30%,60%, 90%,and with the submittal of Final documents. Provide cost breakdown for any items to be lump sum in the construction contract. Upon completion of design: O Coordinate with the City Procurement Department to advertise the project. ❑ Fax bid information to CITY. O Attend the Pre-Bid Meeting as a technical reference to the CITY. O Prepare letter of recommendation for award of the contract. ❑ Develop conformed contract documents and forward to the CITY for execution. O Attend the pre-construction meeting as a technical reference to the CITY. ❑ Provide clarification related to the plans/specifications throughout design and construction. ❑ Provide record drawings at completion of the project electronically,per the Utilities Design Standards and Specifications (latest version). O Provide Services During Construction as follows: • Attend project meetings as scheduled by the CITY • Recommend design changes as field conflicts arise (site visits may be required) • Review and approval of pay requests from the construction Contractor (line of communication will be construction contractor to resident observer to CONSULTANT to CITY) • Provide clarification of plans and specifications throughout construction • Revise/update plans and/or easement plats as changes occur that require resubmittal to DOT/other agencies. AUGUSTA UTILITIES IL �D�EPA�RTMENT CONSULTANT BY: 7 A.. ti� W LLA .....�.� BY: • PRINTED NAME: PRINTED NAME: b• Scow W/1.061 AAS TITLE: DIRECTOR TITLE: Principal DATE: ZA 11 DATE: a/ / 7 24 OF 25 REVISION DATE: June 2011 AUGUSTA en GEORGU• ADDITIONAL SERVICES: 1. Revisions to the plans/contract documents to extend the limits of the project after this AGREEMENT has been executed by the CITY. 2. Revisions due to incorrect locations of existing utilities by the CONSULTANT(i.e.,correct location given by CITY,incorrectly marked on plans by engineer)will be the responsibility of the CONSULTANT. Other revisions required by the CITY,DOT,EPD,or other government agency at their request will be considered an additional service. 3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY. 4. Other not described above,as approved by the CITY. NOTE: It is the responsibility of the CONSULTANT as contracted by the CITY to provide professional surveying and engineering services. It is expected that such professionals will operate in a manner which assures the interests of the common welfare,rather than in a manner which promotes their own financial gain. It is expected that such professionals will act as a faithful agent for the CITY as a client. It is the duty of the CONSULTANT to protect the safety,health and welfare of the public in the performance of their professional duties. 25 OF 25 REVISION DATE: June 2006 er 0 • , , v * � fir r ' , it�„•-� $�';,>***,, 'z a[..':.. 04' 4 '44 aq ` r�^k �s � '". 1 ' r ° e �t " � > �� �s �-fit d4 & ` - -x tzk ' F R Sa "r* 4 � � zs :" � ., M . f' � Y *-'t 4-«' '� " ' c 4 ' x a,..* bs *: �4ai40ta T .:'; � 4 :1'4;0 H ' x f ° +«a : k i 4m ,�� JA 4. t. ,r "' z,,,,„„ ` ' " w ` v.a1'a" -;r' k . a ,ra S' y' :. ,« .„ + � ,4,',,q`,7,'- "� i,a " # - n- - .1^a .4,1? >:< � y 11,4, 2 i � a � � �� �v. ,+. a,y - ,a , . - ,,-,:,,I, ' kyWi55 : 4,,,'-;;"� � �'# � �na "Tell }. 5x a '�� � � a ,x � y>i rt � x ,„a' 'Pm� 3 ” ''' '4'1; ' S��y ri c:< ,,� � .:• i� g . T `: � � w P*� �� :„ ti����� 1M'', '2 � E tS'vPua` . } `f ,, � � a. v, x t n .r '1 ,� ��i, ) �` rn- dYt. mdT i '. � y� �2a v _ t3s�' . . � �, k »n K . � g *-"s � t Tac' ." s . "6 �:#' 0 " � car �' fA, s, � ,'� # : „,r } ; a "k�a ' .� a 4 r- ;r e A +§,7c ` k ui'; a r ; x ?:r ¢” + ; - 't -. , i -x; ' 3‘-„. + xfi �,y' ': . + �' ' '*r -#;akr 7,,..." . - ',., f Pr t3 ; : ,:41,t"''',4114,1:4 r ,•,',4Y1:4-.',44'.0,„4", T assks " sviit," �. ,,,' ` at :r:, .:4 K�., =� " , , -G - z -.4" 4-.' 'Yk ..rv °r' rx '' 3 � ,A , : ,fitt; x, x, 35 '; '1,!4, .� ;,7 `tr'''7'''''-,., ...'; ..':. of„ 1.44 lit % • C KGI .. Table of Contents Request for Proposal Instruction to Submit Purpose Viewing of the Augusta Code Compliance with Laws Proposal for All or Part Minority/Women Business Enterprise(MWBE) Policy Augusta Georgia License Requirement Terms of Contract Notice to All Proponents Required to be returned with your submittal. Both documents must be notarized Attachment B Must return the 2 pages Systematic Alien Verification for Entitlements (SAVE) Program Local Small Business Opportunity Program Ordinance Requirements Request for Proposal Specifications RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 2 of 21 Request for Proposal Request for Proposals will be received at this office until Tuesday, December 20,2016 @ 11:00 a.m.for furnishing for the Augusta Utilities Department: RFP Item#16-260 NPDES Storm Water Monitoring and Inspections RFPs will be received by:The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A.Sams,Director Augusta Procurement Department 535 Telfair Street-Room 605 Augusta,Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta,GA Procurement Department, 535 Telfair Street—Room 605,Augusta,GA 30901. A Pre Proposal Conference will be held on Tuesday, December 6, 2016 @ 11:00 a.m. in the Procurement Department,535 Telfair Street,Room 605. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Thursday, December 8, 2016 @ 5:00 P.M. No RFP will be accepted by fax,all must be received by mail or hand delivered. No proposal may be withdrawn for a period of sixty (60) days after bids have been opened, pending the execution of contract with the successful vendor. Request for proposals(RFP)and specifications.An RFP shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the request for proposal including, but not limited to,the number of copies needed,the timing of the submission,the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waivable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark RFP number on the outside of the envelope. Proponents are cautioned that acquisition of RFP documents through any source other than the office of the Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the proponent at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Correspondence must be submitted via mail,fax or email as follows: Augusta Procurement Department Attn: Geri A.Sams,Director of Procurement 535 Telfair Street,Room 605 Augusta,GA 30901 Fax: 706-821-2811 or Email:procbidandcontract@augustaga.gov GERI A.SAMS, Procurement Director Publish: Augusta Chronicle November 10,17,24, December 1,2016 Metro Courier November 16,2016 cc: Williams Rhinehart Deputy Administrator Tom Wiedmeier Utilities Department Revised: 2/17/2016 RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 3 of 21 INSTRUCTIONS TO SUBMIT 1.6 Minority/Women Business Enterprise (MWBE) Policy: Court Order Enjoining Race-Based INSTRUCTIONS TO SUBMIT Portion of DBE Program Augusta, Georgia does not have a race or gender conscious 1.1 Purpose: The purpose of this document is to Disadvantaged Business Enterprises (DBE) provide general and specific information for use program for projects having Augusta, Georgia by vendors in submitting a proposal to supply as the source of funding. Augusta does enforce Augusta, Georgia with equipment, supplies, and mandatory DBE requirements of federal and or services as listed above. All proposals are state agencies on contracts funded by such governed by the Augusta,Georgia Code. agencies and has a DBE Program to comply with U.S. Department of Transportation (DOT), Federal Transit Administration (FTA), Federal 1.2 Viewing the Augusta Code: All proposals are Aviation Administration(FAA)and other federal governed and awarded in accordance with the and state mandated DBE requirements for applicable federal and state regulations and the certain DOT, FTA, FAA, and other federal and Augusta, Georgia Code. To view the Code visit state assisted contracts as required by 49 C.F.R. Augusta's website at www.augustaga.gov or Part 26, et. seq. and/or 49 C.F.R. Part 23, et. http://www.augustaga.gov/index.aspx?NID=68 seq. This DBE program is only for DOT,FTA and 5 Guidelines&Procedures. FAA assisted contracts and other federal or state funded contracts having mandatory DBE 1.3 Compliance with laws: The Proponent shall requirements. (See Article 13 of the Augusta, obtain and maintain all licenses,permits,liability GA.Code.) insurance, workman's compensation insurance and comply with any and all other standards or Augusta,Georgia prohibits any language in any regulations required by federal,state or Augusta, solicitation, bid or contract that is inconsistent Georgia statute,ordinances and rules during the with the July 21, 2011 Court Order in the case, performance of any contract between the Thompson Wrecking, Inc. v. Augusta Georgia, Proponent and Augusta, Georgia. Any such civil action No.1:07-CV-019. Any such language requirement specifically set forth in any contract appearing in any Augusta, Georgia solicitation, document between the Proponent and Augusta, bid or contract is void and unenforceable. Georgia shall be supplementary to this section and not in substitution thereof. A copy of this Order can be reviewed at www.auqustaqa.qov home page. 1.4 Proposal's For All Or Part: Unless otherwise specified by Augusta, Georgia or by the 1.7 Augusta, Georgia License Requirement: For proponent, AUGUSTA, GEORGIA RESERVES THE further information contact the License and RIGHT TO MAKE AWARD ON ALL ITEMS,OR ON Inspection Department @ 706 312-5050. ANY OF THE ITEMS ACCORDING TO THE BEST INTEREST OF AUGUSTA, GEORGIA. Proponent General Contractors License Number: If may restrict his proposal to consideration in the applicable, in accordance with O.C.G.A. §43-41, aggregate by so stating, but must name a unit or be subjected to penalties as may be required price on each item submitted upon. by law. 1.5 All protest shall be made in writing to: Utility Contractor License Number: If applicable, in accordance with O.C.G.A. §43-14, Attn: Geri A.Sams, or be subjected to penalties as may be required Director of Procurement by law. 535 Telfair Street,Room 605 Augusta,GA 30901, 1.8 Terms of Contract:(Check where Fax: 706-821-2811 or applicable) Email: [ ](A)Annual Contract procbidandcontract@augustaga.gov [ ](B)One time Purchase. [X](C)Other RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 4 of 21 GEORGIA NOTICE TO ALL VENDORS (PLEASE READ CAREFULLY) ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS PLEASE READ CAREFULLY: Attachment B is a consolidated document consisting of: 1. Business License Number Requirement(must be provided) 2. Acknowledgement of Addenda(must be acknowledged,if any) 3. Statement of Non-Discrimination 4. Non-Collusion Affidavit of Prime Proponent/Offeror 5. Conflict of Interest 6. Contractor Affidavit and Agreement(E-Verify User ID Number must be provided) Attachment B Must be Notarized&the 2 Pages Must be returned with your submittal-No Exceptions. Business License Requirement: Proponent must be licensed in the Governmental entity for where they do the majority of their business. Your company's business license number must be provided on Page 1 of Attachment B. If your Governmental entity(State or Local)does not require a business license,your company will be required to obtain a Richmond County business license if awarded a contract. For further information contact the License and Inspection Department @ 706 312-5050. Acknowledgement of Addenda: You Must acknowledge all Addenda. See Page 1 of Attachment B. [-Verify*User Identification Number(Company I.D.) The recommended awarded vendor will be required to provide a copy of Homeland Security's Memorandum Of Understanding(MOU) Affidavit Verifying Status for Augusta Benefit Application (S.A.V.E.Program)(Must Be Returned With Your Submittal) Return Only If Applicable: 1. The Exception Sheet(if applicable) 2. Local Vendor Registration(if applicable) The successful proponent will submit the following forms to the Procurement Department no later than five(5)days after receiving the"Letter of Recommendation" (Vendor's letter will denote the date forms are to be received 1. Georgia Security and Immigration Subcontractor Affidavit 2. Non-Collusion Affidavit of Sub-Contractor WARNING: Please review "Notice to Proponent" regarding Augusta Georgia's Local Small Business Opportunity Program Proponent Requirements. Vendors are cautioned that acquisition of proposal documents through any source other than the office of the Procurement Department is not advisable. Acquisition of proposal documents from unauthorized sources places the proposer at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Proposals are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses' requirements prior to submitting a proposal. Rev.8/6/2015 RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 5 of 21 G E' O R' GIA Attachment B You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized. Augusta,Georgia Augusta Procurement Department ATTN:Procurement Director 535 Telfair Street,Suite 605 Augusta,Georgia 30901 Name of Proponent: Street Address: City,State,Zip Code: Phone: Fax: Email: Do You Have A Business License? Yes: No: Augusta,GA Business License#for your Company(Must Provide): Your State/Local Business License#for your Company(Must Provide): Utility Contractors License#(Must Provide if applicable): MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License#(Must Provide if applicable): Additional Specialty License#(Must Provide if applicable): NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity(State or Local) does not require a business license, please state above(Procurement will verify),your company will be required to obtain a Richmond County business license if awarded a RFP. For further information regarding Augusta,GA license requirements,please contact the License and Inspection Department @ 706 312-5050. List the State,City&County that issued your license: Acknowledgement of Addenda:(#1) :(#2) :(#3) :(#4) :(#5) : (#6) :(#7) :(#8) . NOTE: CHECK APPROPRIATE BOX(ES)-ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting,subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the proposal or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses,in conformity with Augusta,Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta,Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract,termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Non-Collusion of Prime Proponent By submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the proposal have been arrived at independently without collusion,consultation,communications, or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or to any competitor. (c)No attempt has been made,or will be made,by the vendor to induce any other person,partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 6 of 21 Conflict of Interest By submission of a proposal,the responding firm certifies,under penalty of perjury,that to the best of its knowledge and belief: 1.No circumstances exist which cause a Conflict of Interest in performing the services required by this RFP,and 2.That no employee of the County,nor any member thereof,not any public agency or official affected by this RFP,has any pecuniary interest in the business of the responding firm or his sub-consultant(s)has any interest that would conflict in any manner or degree with the performance related to this RFP. By submission of a proposal,the vendor certifies under penalty of perjury,that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not knowingly been disclosed by the vendor prior to opening, directly or indirectly,to any other vendor or competitor. c)No attempt has been made,or will be made,by the vendor to induce any other person,partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision,the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price,or otherwise recover,the full amount of such fee,commission,percentage,gift, payment or consideration. Contractor Affidavit and Agreement By executing this affidavit,the undersigned contractor verifies its compliance with 0.C.G.A. §13-10-91, stating affirmatively that the individual,firm, or corporation which is contracting with Augusta, Georgia Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L.99-603],in accordance with the applicability provisions and deadlines established in 0.C.G.A §13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta,Georgia Board of Commissioners,contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A §13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s)is retained to perform such service. Georgia Law requires your company to have an E-Verify*User Identification Number(Company I.D.)on or after July 1,2009. For additional information or to enroll your company,visit the State of Georgia website: https://e-verify.uscis.gov/enroll/ and/or http://www.dol.state.ga.us/pdf/rules/300 10 1.pdf **E-Verify* User Identification Number(Company I.D.) NOTE: E-VERIFY USER IDENDIFICATION NUMBER(COMPANY I.D.)MUST BE PROVIDED: IN ADDITION,THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING(MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. Company Name BY: Authorized Officer or Agent (Contractor Signature) Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF ,20_ NOTARY SEAL Notary Public My Commission Expires: You Must Complete and Return the 2 pages of Attachment B with Your Submittal.Document Must Be Notarized. REv.2/17/2016 RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 7 of 21 G E` O R GI A You Must Complete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements(SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate,Alcohol License,Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to my proposal for an Augusta,Georgia contract for [RFP Project Number and Project Name] (Print/Type:Nome of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) [Print/Type: Name of business,corporation,partnership,or other private entity) 1.) I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia. Signature of Applicant Printed Name *Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF ,20 Notary Public My Commission Expires: NOTARY SEAL Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL Rev.7/12/2015 RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 8 of 21 Local Small Business Opportunity Program Ordinance Requirements utilization reports shall be in the format specified by the Director of Notice To All Proponents PLEASE READ CAREFULLY)Shall apply to ALL Minority and Small Business Opportunities,and shall be submitted Bids/RFPs/RFQs regardless of the dollar amount at such times as required by Augusta,Georgia. Required forms can In accordance with Chapter 10B of the AUGUSTA, GA. CODE, be found at www.augustaga.gov. If you need assistance completing Contractors agree to collect and maintain all records necessary to a form or filing information,please contact the LSBO Program office for Augusta,Georgia to evaluate the effectiveness of its Local Small at(706)821-2406. Failure to provide such reports within the time Business Opportunity Program and to make such records available period specified by Augusta,Georgia shall entitle Augusta,Georgia to Augusta,Georgia upon request. The requirements of the Local to exercise any of the remedies set forth, including but not limited Small Business Opportunity Program can be found at to, withholding payment from the Contractor and/or collecting www.augustaga.gov. In accordance with AUGUSTA, GA. CODE, liquidated damages. Contractors shall report to Augusta,Georgia the total dollars paid to To print a copy of the Prime Contractor Data Collection Form each subcontractor,vendor,or other business on each contract,and visit:http://www.augustaga.gov/index.aspx?NID=1672 shall provide such payment affidavits, regarding payment to subcontractors, if any as required by Augusta, Georgia. Such Website: http://www.augustaga.gov/index.aspx?nid=83 SHALL APPLY TO PROJECTS$100,000&UP Contracts for which a local small business goal has been established or negotiated. Sec.1-10-129.Local small business opportunities program (1)Contractors shall have an affirmative,ongoing participation. obligation to meet or exceed the committed local small (a)Sealed Bids,Sealed Proposals,Professional Services And business goal for the duration of the contract.The Augusta, Other Major Purchasing. The following procedures and Georgia may deem a contractor to be in violation of the contract requirements will be used to insure that local small LSBOP and in breach of its contract if at any time Augusta, businesses are encouraged to participate in Augusta,Georgia Georgia determines that: contracts,including but not limited to construction contracts, (a) The contractor will not meet the committed requests for professional services and the performance of local small business goals;and public works contracts. The Augusta, Georgia user (b) the reasons for the contractor's failure are department shall indicate goals for local small business in all within the contractor's control. For example, if a contractor solicitations for contracts over$100,000 in value: does not meet the local small business goal because the (1)Bid conditions, requests for proposals,and all contractor terminated a local small business without cause or other specifications for contracts awarded by Augusta, if the contractor caused and local small business to withdraw Georgia will require that, where subcontracting goal is from the project without justification,then Augusta,Georgia utilized in performing the contract,the bidder or proponent, is justified in finding the contractor to be in violation of the will make Good Faith Efforts to subcontract with or purchase LSBOP. supplies from local small businesses. Bid specifications will (h)Compliance. require the bidder or proponent to keep records of such (4) The Director of minority and small business efforts that are adequate to permit a determination of opportunities shall be responsible for evaluating good faith compliance with this requirement. efforts documentation and subcontractor information (2) Each Proponent shall be required to provide submitted by bidders in conformance with,the AUGUSTA,GA documentation of achieving goal or provide documentation CODE and any State and Federal Laws applicable to any bid of Good Faith Efforts to engage local small businesses as specifications for competitive sealed bid or competitive subcontractors or suppliers, the names of local small sealed proposal projects prior to award of the contract. businesses and other subcontractors to whom it intends to (i)Competitive Bids. award subcontracts,the dollar value of the subcontracts,and Nothing in this Policy is to be construed to require Augusta, the scope of the work to be performed, recorded on the Georgia to award a bid contract to other than the lowest form(s) provided or made available as part of the bid responsible bidder, or to require contractors to award to package.If there are no sub-contracting opportunities,bidder subcontractors, or to make significant material purchases shall so indicate on the appropriate form. from local small businesses who do not submit the best (6)All solicitation documents shall require bidders overall pricing to Augusta,Georgia. or proponents to submit with their bid/proposal the following Sec.1-10-130.Exceptions—federally funded projects. written documents, statements or forms, which shall be In accordance with§1-10-8 and Chapter 10B,the LSBOP shall made available by the Procurement Department. only be utilized with federally funded projects,solicitations or (i) Non-Discrimination Statement which shall contracts as authorized by federal (and Georgia) laws, affirm the bidder's:(a)adherence to the policies of Augusta, regulations and conditions applicable to such projects.To the Georgia relating to equal opportunity in contracting; (b) extent that there are any conflicts between any such laws, agreement to undertake certain measures as provided in this regulations or conditions and the LSBOP, the federal (and policy to ensure maximum practicable participation of local Georgia)laws,regulations and conditions shall control. small businesses; and (c) agreement not to engage in For questions and or additional information please contact: discriminatory conduct of any type. Local Small Business Opportunity Program, (ii) Proposed Local Small Business 535 Telfair Street,Room 710, Subcontractor/Supplier Utilization Plan. Augusta,Georgia 30901 (iii) Documentation of Good Faith Efforts to use (706)821-2406. local small businesses. Failure to submit the above documentation shall result in NOTE: All forms should be submitted In a the bid or proposal being declared non-responsive. sealed envelope labeled Local Small Business (d)Post Contract Award Requirements.The purpose of this Required Forms, Company's Name & sub-section is to establish requirements for contractor Bid/RFP/RFQ Number. compliance with the LSBOP after a contract has been awarded. This is incorporated into all Augusta, Georgia Rev.6/27/2013 RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 9 of 21 INSTRUCTIONS TO SUBMIT: Augusta, Georgia is seeking proposals from firms to perform all tasks related for NPDES storm water monitoring and inspections associated with Augusta Utilities Department (AUD) projects. Your submittal should respond to, and be based on the information included in this Request for Proposal. Responses will be received in the office of the Director of Procurement at 535 Telfair Street,Suite 605,Augusta, GA 30901 until Tuesday,December 20,2016 @ 11:00 a.m. Each RFP must be submitted in a sealed envelope,and must be plainly marked on the outside as "RFP 16-260 NPDES Storm Water Monitoring and Inspections". They should be marked to the attention of Geri Sams, Director of Procurement. You are required to submit one (1) marked unbound original and seven (7) copies of your Request for Proposal. Submittals will not be accepted after the date and time indicated. A Pre Bid Conference will be held on Tuesday, December 6,2016,@ 11:00 a.m.in the Procurement Department, 535 Telfair Street,Room 605. All firms responding are cautioned to read this RFP carefully for understanding and request clarification from Augusta on any questions pertaining to this RFP. All questions must be submitted in writing by fax to 706 821- 2811 or by email to procbidandcontract@augustatza.Rov to the office of the Procurement Department by Thursday, December 8, 2016 @ 5:00 P.M. No RFP will be accepted by fax; all must be received by mail or hand delivered. Issues and responses addressed in any other manner will not be considered valid or binding in consideration of proposals or any subsequent contract negotiations. Failure to provide all of the requested information may cause the proposal to be rejected as non-responsive. Interested and qualified firm(s) and/or party(ies) are requested to make a response to accomplish the Scope of Services described herein. The response is to be signed by a duly authorized official of the firm and must be submitted in the time, manner and form prescribed. For a proposal to be considered it must remain valid for at least 60 days after bids have been opened,pending the execution of contract with the successful vendor. If an award of contract is awarded as a result of this solicitation, the contract will be made on the basis of the response which best satisfies the intent of this RFP and other factors considered in the best interest of the Owner. Negotiations may be undertaken with the firm whose proposal shows them to be the most qualified, responsible, and capable of performing the work. In addition to cost, the Owner will consider professional qualifications and related experience to determine which proposal would be in Owner's best interest if a contract were made. Additionally, appropriate professional registration and significant prior experience in projects of similar scope are considered minimal qualifications. The Owner reserves the right to consider proposals or modification thereof received at any time before the award is made,if such action is in the interest of the Owner. The Owner reserves the right to reject any or all proposals received as the result of this RFP. The Owner also maintains the right to negotiate with any firm, as necessary,to serve the best interests of Owner. The Owner will not be liable for any costs incurred by any firm prior to the execution of a contract and approval by the Board of Commissioners. RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 10 of 21 SCOPE OF SERVICES Augusta issues this Request for Proposals(RFP)to perform all tasks related for NPDES storm water monitoring and inspections associated with AUD projects.All tasks shall comply with applicable sections of NPDES General Permit GAR No. 100002 construction activity for infrastructure projects. The proposed construction projects to be monitored consist of water distribution mains and sanitary sewer collection systems.The terms of the services will be required for one(1)year with an option for Augusta to renew the agreement annually for the duration two (2)additional one(1)year terms. All tasks are specifically outlined with estimated level of effort for unit pricing. Fee Proposal shall be submitted in a separate sealed envelope with the following information on the outside of it: RFP 16-260 NPDES Storm Water Monitoring and Inspections—Fee Proposal In general,the tasks required for NPDES storm water monitoring and inspection are listed below, but not limited to the following: Program Management: The vendor will be required to maintain logs of all bi-weekly inspections, rain event inspections and nephelometric turbidity (NTU) sampling for each site. All reports and NTU sampling results shall be submitted to the Environmental Protection Division (EPD) in accordance with permit requirements. All reports submitted to EPD shall be signed by an authorized representative and shall include the certification statement required. Copies of logs and reports shall be submitted to Augusta Utilities Department(AUD)for review in parallel. Requirements of the RFP are in accordance with the following sections of the NPDES General Permit No.GAR 100002: According to NPDES General Permit No.GAR 100002(Part IV.E.1-3) E. Reporting. 1. The applicable permittees are required to submit a summary of the monitoring results to the EPD at the address shown in Part II.C. by the fifteenth day of the month following the reporting period. Reporting periods are months during which samples are taken in accordance with this permit. Sampling results shall be in a clearly legible format. Upon written notification, EPD may require the applicable permittee to submit the sampling results on a more frequent basis. Sampling and analysis of any storm water discharge(s) or the receiving water(s) beyond the minimum frequency stated in this permit must be reported in a similar manner to the EPD. The sampling reports must be signed in accordance with Part V.G.2. Sampling reports must be submitted to EPD until such time as a NOT is submitted in accordance with Part VI. 2. All sampling reports shall include the following information: a. The rainfall amount,date,exact place and time of sampling or measurements; b. The name(s)of the certified personnel who performed the sampling and measurements; c. The date(s)analyses were performed; d. The time(s)analyses were initiated; e. The name(s)of the certified personnel who performed the analyses; f. References and written procedures,when available,for the analytical techniques or methods used; g. The results of such analyses, including the bench sheets, instruments readouts, computer disks or tapes,etc.,used to determine these results; h. Results which exceed 1000 NTU shall be reported as"exceeds 1000 NTU;"and i. Certification statement that sampling was conducted as per the Plan. RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 11 of 21 3. All written correspondence required by this permit shall be submitted by return receipt certified mail (or similar service) to the appropriate District Office of the EPD according to the schedule in Appendix A of this permit. The permittee shall retain a copy of the proof of submittal at the construction site or the proof of submittal shall be readily available at a designated location from commencement of construction until such time as a NOT is submitted in accordance with Part VI. If an electronic submittal is provided by EPD then the written correspondence may be submitted electronically; if required,a paper copy must also be submitted by return receipt certified mail or similar service. According to NPDES General Permit No.GAR 100002(Part V.G.1-2) G.Signatory Requirements. All Notices of Intent, Notice of Terminations, inspection reports, sampling reports, or other reports requested by the EPD shall be signed as follows: 1. N/A 2. All inspection reports, sampling reports, or other reports requested by the EPD shall be signed by a person described above or by a duly authorized representative of that person. A person is a duly authorized representative only if: a. N/A b. N/A c. Certification. Reports delineated in Part V.G.2. shall be signed by the permittee or duly authorized representative and shall make the following certification: "I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that certified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information,including the possibility of fine and imprisonment for knowing violations." According to NPDES General Permit No.GAR 100002(Part IV.D.6.a-d) D.Contents of Plan. 6. Sampling Requirements. This permit requires the monitoring of nephelometric turbidity in receiving water(s)or outfalls in accordance with this permit. The following procedures constitute EPD's guidelines for sampling turbidity. a. N/A b. Sample Type.All sampling shall be collected by"grab samples" and the analysis of these samples must be conducted in accordance with methodology and test procedures established by 40 CFR Part 136 (unless other test procedures have been approved);the guidance document titled "NPDES Storm Water Sampling Guidance Document,EPA 833-B-92-001"and guidance documents that may be prepared by the EPD. (1). Sample containers should be labeled prior to collecting the samples. (2). Samples should be well mixed before transferring to a secondary container. (3). Large mouth, well cleaned and rinsed glass or plastic jars should be used for collecting samples.The jars should be cleaned thoroughly to avoid contamination. (4). Manual, automatic or rising stage sampling may be utilized. Samples required by this permit should be analyzed immediately, but in no case later than 48 hours after collection. However, samples from automatic samplers must be collected no later than the next business day after their accumulation, RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 12 of 21 unless flow through automated analysis is utilized. If automatic sampling is utilized and the automatic sampler is not activated during the qualifying event, the permittee must utilize manual sampling or rising stage sampling during the next qualifying event. Dilution of samples is not required. Samples may be analyzed directly with a properly calibrated turbidimeter. Samples are not required to be cooled. (5). Sampling and analysis of the receiving water(s) or outfalls beyond the minimum frequency stated in this permit must be reported to EPD as specified in Part IV.E. c. Sampling Points. (1). For construction activities the primary permittee must sample all perennial and intermittent streams and other water bodies shown on the USGS topographic map and all other field verified perennial and intermittent streams and other water bodies, or all outfalls into such streams and other water bodies, or a combination thereof. However, provided for in and in accordance with Part IV.D.6.c.(2). of this permit, primary permittees on an infrastructure construction project may sample the representative perennial and intermittent streams, other water bodies or outfalls, or a combination thereof. Samples taken for the purpose of compliance with this permit shall be representative of the monitored activity and representative of the water quality of the receiving water(s)and/or the storm water outfalls using the following minimum guidelines: (a) The upstream sample for each receiving water(s) must be taken immediately upstream of the confluence of the first storm water discharge from the permitted activity (i.e., the discharge farthest upstream at the site) but downstream of any other storm water discharges not associated with the permitted activity. Where appropriate, several upstream samples from across the receiving water(s)may need to be taken and the arithmetic average of the turbidity of these samples used for the upstream turbidity value. (b) The downstream sample for each receiving water(s) must be taken downstream of the confluence of the last storm water discharge from the permitted activity (i.e., the discharge farthest downstream at the site)but upstream of any other storm water discharge not associated with the permitted activity. Where appropriate, several downstream samples from across the receiving water(s) may need to be taken and the arithmetic average of the turbidity of these samples used for the downstream turbidity value. (c) Ideally the samples should be taken from the horizontal and vertical center of the receiving water(s)or the storm water outfall channel(s). (d) Care should be taken to avoid stirring the bottom sediments in the receiving water(s) or in the outfall storm water channel. (e) The sampling container should be held so that the opening faces upstream. (f) The samples should be kept free from floating debris. (g) Permittees do not have to sample sheet flow that flows onto undisturbed natural areas or areas stabilized by the project. For purposes of this section, stabilized shall mean, for unpaved areas and areas not covered by permanent structures, 100%of the soil surface is uniformly covered in permanent vegetation with a density of 70% or greater, or landscaped according to the Plan (uniformly covered with landscaping materials in planned landscaped areas), or equivalent permanent stabilization measures as defined in the Manual (excluding a crop of annual vegetation and a seeding of target crop perennials appropriate for the region). For infrastructure RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 13 of 21 construction projects on land used for agricultural or silvicultural purposes,final stabilization may be accomplished by stabilizing the disturbed land for its agricultural or silvicultural use (h) All sampling pursuant to this permit must be done in such a way (including generally accepted sampling methods, locations, timing, and frequency) as to accurately reflect whether storm water runoff from the construction site is in compliance with the standard set forth in Parts III.D.3.or III.D.4.,whichever is applicable. (2). N/A (3). N/A (4). N/A (5). N/A (6). For infrastructure construction projects, monitoring obligations shall cease for any phase of the project that has been stabilized in accordance with Part IV.D.6.c.(1).(g). d. Sampling Frequency. (1). The primary permittee must sample in accordance with the Plan at least once for each rainfall event described below. For a qualifying event, the permittee shall sample at the beginning of any storm water discharge to a monitored receiving water and/or from a monitored outfall location within forty-five(45)minutes or as soon as possible. (2). However, where manual and automatic sampling are impossible (as defined in this permit), or are beyond the permittee's control,the permittee shall take samples as soon as possible, but in no case more than twelve(12)hours after the beginning of the storm water discharge. (3). Sampling by the permittee shall occur for the following events: (a) For each area of the site that discharges to a receiving water or from an outfall, the first rain event that reaches or exceeds 0.5 inch with a storm water discharge that occurs during normal business hours as defined in this permit. After all clearing and grubbing operations have been completed, but prior to completion of mass grading operations, in the drainage area of the location selected as the representative location; (b) In addition to(a) above,for each area of the site that discharges to a receiving water or from an outfall, the first rain event that reaches or exceeds 0.5 inch with a storm water discharge that occurs during normal business hours as denied in this permit either 90 days after the first sampling event or after all mass grading operations have been completed,but prior to submittal of a NOT, in the drainage area of the location selected as the representative sampling location,whichever comes first; (c) At the time of sampling performed pursuant to (a)and (b)above, if BMPs in any areas of the site that discharges to a receiving water or from an outfall are not properly within tow (2) business days, and turbidity samples shall be taken from discharges from that area of the site for each subsequent rain even that reaches or exceeds 0.5 inch during normal business hours* until the selected turbidity standard is attained,or until post-storm even inspections determine that BMPs are properly designed,installed and maintained; (d) Where sampling pursuant to (a), (b), or (c) above is required but not possible (or not required because there was no discharge), the permittee, in accordance with Part IV.D.4.a.(6), must include a written justification tin the inspection report of why sampling was not performed. RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 14 of 21 Providing this justification does not relieve the permittee of any subsequent sampling obligations under(a),(b),or(c)above;and (e) Existing construction activities, i.e., those that are occurring on or before the effective date of this permit, that have met the sampling required by (a) above shall sample in accordance with (b).Those existing construction activities that have met the sampling required by(b)above shall not be required to conduct additional sampling other than as required by(c)above. *Note that the Permittee may choose to meet the requirements of (a) and (b) above by collecting turbidity samples from any rain event that reaches or exceeds 0.5 inch and allows for monitoring at any time of the day or week. Monitoring and Inspection: The vendor will be required to inspect all best management practices (BMPs) on each site bi-weekly and after every 0.5 inch rainfall event. NTUs shall be monitored after each qualifying rain event. AUD prefers that once the sample is gathered that the testing of NTUs be completed by the vendor, or cost of testing by any outside lab to be included in the vendors proposal. According to NPDES General Permit No. GAR 100002(Part IV.D.4.a.(1)-(4)) D.Contents of Plan. 4.Inspections: a. Permittee requirements. (1). N/A (2). Measure rainfall once every 24 hour except any non-working Saturday,non-working Sunday and non- working Federal holiday until a Notice of Termination is submitted. Measurement of rainfall may be suspended if all areas of the site have undergone final stabilization or established a crop of annual vegetation and a seeding of target perennials appropriate for the region. (3). Certified personnel (provided by the primary permittee) shall inspect the following at least once every fourteen (14)calendar days and within 24 hours of the end of a storm that is 0.5 inches rainfall or greater(unless such storm ends after 5:00 PM on any Friday or on any non-working Saturday, non- working Sunday or any non-working Federal holiday in which case the inspection shall be completed by the end of the next business day and/or working day,whichever occurs first): (a) N/A (b) N/A (c) N/A Erosion and sediment control measures identified in the Plan applicable to the primary permittee's site shall be observed to ensure that they are operating correctly. Where discharge locations or points are accessible, they shall be inspected to ascertain whether erosion control measures are effective in preventing significant impacts to receiving water(s). For areas of a site that have undergone final stabilization, the permittee must comply with Part IV.D.4.a.(4). These inspections must be conducted until a Notice of Termination is submitted. (4). Certified personnel (provided by the primary permittee) shall inspect at least once per month during the term of this permit (i.e., until a Notice of Termination is submitted to EPD)the areas of the site that have undergone final stabilization or established a crop of annual vegetation and a seeding of RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 15 of 21 target perennials appropriate for the region. These areas shall be inspected for evidence of, or the potential for, pollutants entering the drainage system and the receiving water(s). Erosion and sediment control measures identified in the Plan shall be observed to ensure that they are operating correctly. Where discharge locations or points are accessible, they shall be inspected to ascertain whether erosion control measures are effective in preventing significant impacts to receiving water(s). Qualifications: Monitoring and inspection services must be completed by"Certified Personnel"as defined by the Georgia Soil and Water Conservation Commission. "Certified Personnel" is defined as any person who has obtained a Level 1A certification from the Georgia Soil and Water Conservation Commission. Qualifications of the vendor, experience and key professionals managing inspections shall be submitted for evaluation. Any sub consultants the vendor will be using to perform any part of the requested service shall be evaluated on the same criteria. • Fee Proposal shall be submitted in a separate sealed envelope with the following information on the outside of it: RFP 16-260 NPDES Storm Water Monitoring and Inspections—Fee Proposal Augusta reserves the right to accept certain parts of the proposal or to reject and all of the proposals, and to evaluate proposal based on all elements of the proposal, not just prices,to determine the best value to Augusta. No obligation,either expressed or implied,exists on the part of Augusta to make an award for the work of for costs incurred in the preparation of the proposal covered by this RFP. PREPARATION OF PROPOSAL All proposals should be complete and carefully worded and must convey all information requested by Augusta. Interested parties should submit one(1) original unbound and seven (7) bound copies. • Proposals should be prepared simply and economically, providing a straightforward, concise description of offeror's capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness and clarity of content. • Each copy of the proposal should be bound in a single volume,including any documentation. • If the proposal includes any information in addition to the specific information requested in the RFP, it should be included as an appendix to the proposal. • Each proposal will be evaluated using the following criteria of evaluation RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 16 of 21 RFP—Evaluation/Scoring Guidelines The evaluator/evaluation committee will consider the following guidelines in awarding points to the evaluation criteria and the evaluations of the referenced questions. Superior: 675—750 Points exceptional —completely and comprehensively meets all of the requirements of the RFP; may provide additional information or cover areas not originally addressed within the RFP and/or include additional information and recommendations that would prove both valuable and beneficial to Augusta,Georgia. Good Response: 600 — 674 Points clearly meets all the requirements of the RFP and demonstrates in an unambiguous and concise manner a thorough knowledge and understanding of the category or categories with no deficiencies noted. Fair Response: 525 — 599 Points minimally meets most requirements of the RFP. Respondent/Offeror(s) demonstrated some ability to comply with guidelines and requirements of the category or categories, but knowledge of the subject matter is limited. Failed Response: 0 — 524 Points does not meet the requirements of the RFP. Respondent/Offeror(s) has not demonstrated sufficient knowledge of the subject matter. Note: Respondent/Offeror(s)receiving 600 or more points will be invited to do presentations to provide additional information if deemed necessary. Selection. Procurement Director, in consultation and upon the recommendation of the head of the using agency, shall select from among the offerors no less than three (3)offerors(the "short-listed offerors") deemed to be the most responsible and responsive; provided, however, that if three (3) or less offerors respond to the solicitation, this requirement will not apply. The selection of the short-listed offerors shall be made in order of preference. From the date proposals are received by Procurement Director through the date the contract is awarded, no offeror may make substitutions, deletions, additions or other changes in the configuration or structure of the offeror's teams or members of offeror's teams prior to award. The selection criteria shall include, but not be limited to,those contained in section 1-10-52(g)and the following: (1) Previous experience demonstrating competence to perform work or services involved in the solicitation; (2)Past performance of previous contracts with respect to time of completion and quality of work; (3)The fee or compensation demanded for the services; (4)The ability to comply with applicable laws; (5) The ability to comply with the schedule of the commencement and completion of the services, as required by Augusta,Georgia; (6)The financial ability to furnish the necessary bonds to the extent necessary; (7)The financial condition of the offeror;and (8)The ability to provide staffing of management personnel,satisfactory to Augusta,Georgia. RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 17 of 21 RANKING SCORING First Round Elimination Pass/Fail Submittal and Quality of RFP(MUST PASS FOR CONTINUED CONSIDERATION) A. Package submitted by the deadline Pass/Fail B. Package is complete(includes requested information as required per this solicitation) Pass/Fail Second Round Elimination 50 Quality of RFP(MUST ACHIEVE 35 POINTS FOR CONTINUED CONSIDERATION) C. Overall Quality of RFP(concise and to-the-point) Proposer's's Overall Ability to Provide the Services 470 D. Narrative 1.Technical Approach 100 2.Financial Responsibility 100 3.Project Management 95 4.Key Personnel&Staff 90 5.Organizational Qualifications 75 6.Optional Interview (Potential bonus Points) 10 Scope of Services 200 E. Scope of Services 1.Experience with Similar Projects 45 2.Company Accreditations 45 3. NPDES turbidity sampling and testing experience 50 4.NPDES Field Inspection Experience 60 Proximity to Area(Does not apply to Federally Funded Projects) 10 F. Proximity to Area • Within Richmond County 10 points • Within CSRA 8 points • Within Georgia 6 points • Within SE United States(includes AL,TN, NC,SC, FL) 4 points • All Others 2 points Cost/Fee Consideration 10 G. Cost/Fee Proposal(Enclose in a separate sealed envelope) • Lowest Fee 10 • Second 8 • Third 6 • Fourth 4 • Fifth 2 Reference(s) 10 H. References Note:Respondent/Offeror(s)receiving 600 or more points will be invited to do presentations to provide additional information if deemed necessary. Internal Use Only Evaluator: Date: Procurement Department Representative: Procurement Department Completion Date: RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 18 of 21 • All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaRa.Rov to the office of the Procurement Department by Thursday, December 8, 2016 @ 5:00 P.M. Answers to questions received that should change and/or clarify this solicitation will be provided in writing to all offerors via an amendment. If it becomes necessary to revise any part of the RFP, an amendment will be provided to all offerors who received the original RFP. Augusta shall not be legally bound by an amendment or interpretation that is not in writing. SELECTION PROCESS 1. Fee Proposal The Consultant shall provide a proposal that includes all expenses associated with providing draft plan deliverables,conducting each public meeting,and providing the final document and maps. No additional expenses will be paid by the Augusta in association with the execution of this project outside of the agreed upon fee proposal. Price shall be submitted in a separate sealed envelope II. SELECTION PROCESS: A Selection Committee will review all proposals submitted in response to this RFP. The selection committee will rank the firms based upon cost as well as the quality and content of their proposal. While cost is not the driving factor,the committee will also review qualifications and past performance. Based on the Evaluation Criteria, Augusta reserves the right to select more than one firm to provide the requested services. Please submit your proposal in a concise written tabulated format indexed and organize recommended firm and contract will be presented to the Augusta Commission for final approval. Phase One Criteria(Identify short listed offerors only) The Procurement Director, in consultation and upon the recommendation of the head of the using agency, shall select from among the offerors no less than three(3)offerors(the"short-listed offerors")deemed to be the most responsible and responsive; provided, however, that if three (3) or less offerors respond to the solicitation, this requirement will not apply. The selection of the short-listed offerors shall be made in order of preference. From the date proposals are received by Procurement Director through the date the contract is awarded,no offeror may make substitutions,deletions,additions or other changes in the configuration or structure of the offeror's teams or members of offeror's teams prior to award. It is the intent of the Owner to conduct a fair and comprehensive evaluation of all proposals received. The contract will be awarded to the proposer who submitted a proposal that is most advantageous to the Owner. Your team will be evaluated on the basis of how well your firm and its individual professionals meet the criteria outlined including general and specific selection criteria. Based on the Evaluation Criteria, Augusta reserves the right to select more than one firm to provide the requested services. Please submit your proposal in a concise written tabulated format indexed and organized. The recommended firm and contract will be presented to the Augusta Commission for final approval. Each submittal must respond to the requested information for each section. RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 19 of 21 Phase Two Criteria(if deemed necessary) (Rank the company that best address scope of service/technical proposal as outlined in the specifications to be in the best interest of Augusta,Georgia). After an initial screening process, a technical question and answer conference or interview will be conducted, if deemed necessary, to clarify or verify the offeror's proposal and to develop a comprehensive assessment of the proposal. Final negotiations and letting the contract. The Committee shall rank the technical proposals, open and consider the pricing proposal. Award shall be made or recommended for award through the Augusta, Georgia Administrator, to the most responsible and responsive offeror whose proposal is determined to be the most advantageous to Augusta, Georgia. No other factors or criteria shall be used in the evaluation. The contract file shall contain a written report of the basis on which the award is made/recommended. The contract shall be awarded or let in accordance with the procedures set forth in this Section and the other applicable sections of this chapter. Any or all of the firm(s)may be requested to expand on their response and/or make a formal presentation. PRICE PROPOSALS-Price shall be submitted in a separate sealed envelope Price is not the driving factor of this award and shall be considered as follows: In making this decision,the Using Agency and the Procurement Director shall take into account the estimated value,the scope,the complexity and the professional nature of the services to be rendered. Should the Using Agency and the Procurement Director be unable to negotiate a satisfactory contract with the offeror considered to be the most responsible and responsive at a price for the Using Agency and the Procurement Director determines to be fair and reasonable to Augusta, Georgia; negotiations with that offeror shall be terminated. The Using Agency and the Procurement Director shall then undertake negotiations with the second most responsible and responsive short-listed offeror. If negotiations with the second most responsible and responsive short-listed offeror are unsuccessful, negotiations shall be terminated and the Using Agency and the Procurement Director shall then undertake negotiations with the third most responsible and responsive short-listed offeror. Should Using Agency and the Procurement Director be unable to negotiate a contract with any of the short-listed offerors, the Using Agency and the Procurement Director and the using agency may select from the additional offerors that were not short-listed in order of their responsibility and responsiveness and the Using Agency and the Procurement Director may continue negotiations in accordance with this section until an agreement is reached. Price information shall be separated from the proposal in a sealed envelope and opened only after the proposals have been reviewed and ranked. The names of the respondents will be identified at the proposal opening; however, no proposal will be handled so as to permit disclosure of the detailed contents of the responses until after award of contract. A record of all responses shall be prepared and maintained for the files and audit purposes. Price shall be submitted in a separate sealed envelope with the following information on the outside of it: RFP 16-260—NPDES Storm Water Monitoring and Inspections—Fee Proposal When in the best interest of the Augusta, Georgia, Augusta reserves the right to request additional fee information and to request a"Best and Final"offer. RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 20 of 21 • PRICE PROPOSAL Task Task Frequency Per Unit Cost Estimated Project Quantity** Attend Preconstruction Meeting (2 hours including travel to and Once per project 1 from site) Bi-Weekly-BMP's* Every 14 Days 12 Rain Event BMP's* After qualifying rain-0.5in. 12 Sample Nephelometric Turbidity After qualifying rain 0.5in. 12 (NTU)* Notes: *Reports are required to be prepared and submitted to AUD the next business day. Normal Business Hours:Monday through Friday 8am-5pm,Saturday 8am-5pm,excluding all non-working Federal Holidays when construction activity is being conducted. 'Reports to be prepared and submitted to EPD per EPD requirements with copy to AUD. **Quantities are provided for project estimate purposes only,consultant will be paid per report prepared and submitted. SUBMIT THIS PAGE IN A SEPARATE SEALED ENVELOPE LABELED SUBMITTED BY: NAME: COMPANY: ADDRESS: CITY/STATE: TELEPHONE NO.: FAX NO.: EMAIL: RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 21 of 21 e , s Our File No:2016-0572 ► Statement of Qualifications z:, NPDES Stormwater .: . ., -..-, Monitoring-and M1 ; �, .. :Inspections% . .... _ . { .. City of Augusta, Georgia RFQ #16-260 yL ., "^' - prepared for G R,. O R GIA prepared by 0 Cranston t. , Engineering IS ; 11/ u-'-'roup,47p P.C. ENGINEERS - PLANNERS - SURVEYORS , t A A1/4 Cranston Engineering Group, P.C. tma`ivia^it ENGINEERS-PLANNERS -SURVEYORS AUGUSTA-CHARLESTON-HILTON HEAD 452 ELLIS STREET,AUGUSTA,GEORGIA 30901 POST OFFICE BOX 2546,AUGUSTA,GEORGIA 30903 TELEPHONE 706-722-1588 www.cranstonengineering.com December 20, 2016 Ms. Geri A. Sams, Director Augusta Procurement Department 535 Telfair Street—Room 605 Augusta, Georgia 30901 Re: RFP Item#16-260 NPDES Stormwater Monitoring Our File No. 2016-0572 Dear Ms. Sams: In response to your request for qualifications dated November 10, 2016, we are pleased to submit the accompanying statement of qualifications and cost proposal for your consideration in the selection of a professional vendor for the NPDES Stormwater Monitoring and Inspections project. We are proposing a team of exceptionally qualified engineers and technicians from our firm. Cranston Engineering Group, P.C. has an outstanding combination of experience, personnel, and facilities to perform all of the tasks necessary for stormwater sampling, monitoring, inspections, and reporting on the City's utilities department projects. Our firm has extensive experience performing NPDES stormwater monitoring and inspections for a variety of public and private clients in the Augusta area over the past decade. In fact, we are currently working on the NPDES Stormwater Monitoring Project for the City of Augusta. We appreciate the opportunity of making this proposal and for being of service to the City. We trust that you will find our qualifications and cost proposal satisfactory to perform the tasks required at a reasonable fee and that you will select our team to accomplish this important work. We stand ready to meet with you at your convenience, if desired, and are prepared to furnish any additional information or to answer any questions you may have. Sincerely, CRANSTON ENGINEERING GROUP, P.C. /*de,//4...., _. Mitchell B. Murchison, PE MBM/mwb CRANSTON ENGINEERING GROUP,P.C. D.1. Technical Approach Overview Cranston Engineering Group has extensive experience performing National Pollutant Discharge Elimination Service (NPDES) stormwater monitoring and inspections for a variety of public Y _ , , and private clients in the Augusta area. Our firm combines the r ,` :; ') technical ability and experience into a team of qualified engineers ' x * • "'� � and technicians. r n All members of the team are Georgia Soil and Water Conservation .... : s` r F •a Commission (GSWCC) certified in either Level II or IA. The y M z ,_' Iiii -�. ., t Cranston team is very familiar with the NPDES General Permit . requirements and over the past five years has performed more ` ' s than 2,000 site inspections and over 150 sampling and NTU tests. . t; , ® '` i We bring this extensive experience and knowledge to the City of Augusta to provide superior service in NPDES stormwater monitoring and inspections. A crucial aspect of the NPDES inspection project is reporting. In general, there will be bi-weekly inspections performed for each project and an associated field report that is certified and signed by the inspecton personnel. Should there be a qualifying rainfall event (0.5 inches of rain or more), we will conduct a rainfall inspection and � r)on ,r, . ap�= collect samples from all active monitoring points. These rainfall events - 4 ; i and sample tests also have associated reports that the inspection , . y.,. ",7":„' team will complete and provide to the Augusta Utilities Department o" :` (AUD) and contractor, generally by the next business day. or m "1 r. We will retain all reports in our electronic files should AUD need ' reproductions. Additionally, we will provide a monthlyletter report .:. h ,.'.. ' for each project to the Environmental Protection Division (EPD) to document the rainfall inspection sampling as required by the General 4 Permit. D.2. Financial Responsibility Overview Cranston Engineering Group has a demonstrated background of sound business practice over the course of nearly 50 years in the industry. A solid record of measured growth and the ability to respond quickly to changes in the marketplace have enabled Cranston to continue with providing the highest quality services to clients. The Company leadership continually reviews its financialposition to assure proper stewardship of funds. Strategic planning,with an emphasis on financial performance, and regular analysis o financial reporting is under continual review by the management team. The result is a very stable financial position with the ability to grow in response to market conditions. CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORMWATER MONITORING AND INSPECTION(RFQ#16-260) 1 CRANSTON ENGINEERING GROUP,P.C. D.5. Organizational Qualifications Firm Profile , . : ^ACranston ,, M Engineering ` :..;,c ILVI* Group P.C. --F x l��!\I1PEIMP 7 ;,-,..t. x .! ENGINEERS-PLANNERS-SURVEYORS 'n - ,- Company Name `° Cranston Engineering Group, P.C. , 410 ''' It k1 r. Company Addressi `' 452 Ellis Street " " Augusta, Georgia 30901 Contact Information Mitchell B. Murchison, PE Cranston Engineering Group, P.C. is a leading consulting firm Telephone: 702-722-1588 that provides civil engineering, structural engineering, planning, Fax: 706-722-8379 and land surveying services throughout the southeast. Since our mmurchison@cranstonengineering.com founding in 1967, we have specialized in creating design solutions that meet our clients' expectations and enhance the communities in Company Website which they are located. www.cranstonengineering.com Our philosophy is that the best designs come out of a collaborative Ownership process that seeks to create the future in imaginative ways. Our Ownership Type: Corporation people work constantly to achieve quality results by applying State of Incorporation: Georgia good design practices, the latest technology, and teamwork with Years in Business: 49 complementary professionals. We regularly provide professional services to governmental, industrial and private development 1 . clients for a wide variety of projects. We are dedicated to providing q- ` cutting-edge design solutions to enable our clients to conceive and implement their goals, regardless of size, scope or complexity. Through its principals and associates, Cranston Engineering Group, P.C. regularly provides design, surveying, and consulting c ..� r services for municipal, industrial, and private clients in the fields of I\ *.- ., "''`ri _ parks and recreational facilities, master planning, site planning and ,. • design, surveying and mapping, streets and highways, structures, storm sewerage, sanitary sewerage, solid waste management, treatment facilities, water supply, dams and reservoirs, waterfront , w r development, hydrology and hydraulic works, and feasibility and .�, - '' t,, engineering studies. a CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORM WATER MONITORING AND INSPECTION(RFQ#16-260) 3 CRANSTON ENGINEERING GROUP,P.C. E.l. Experience with NPDES Stormwater Monitoring and Inspection Projects Overview The following represents project summaries of a selected sampling of ongoing or recently completed projects by Cranston Engineering Group, P.0 that involve extensive work performing NPDES stormwater monitoring services. NPDES Stormwater Monitoring.Augusta, GA. (2014- Present) In this ongoing project, Cranston Engineering has provided monitoring and . . , inspection services for water and sanitary sewer projects issued by the n Augusta Utilities Department. These services include bi-weekly NPDES _ r _. inspections, rainfall inspections, stormwater sampling and testing, and .°'' . reporting for bi-weekly inspections and qualifying rainfall events. Bi-weekly reports are provided to the Augusta Utilities Department (AUD) project manager, contractor, and additional key personnel on the project. Monthly reports are provided to the Environmental Protection Division ; , (EPD)when there have been qualifying rainfall events that trigger sampling J` " �' and testing of the stormwater. All inspection, monitoring, and reporting , have been in accordance with NPDES General Permit No. GAR 100002. } Ongoing projects run concurrently from the time that the Notice of Intent (NOI) was filed to when the project has sufficient final stabilization and the Notice of Termination (NOT) has been filed. Individual projects that have taken place during this services contract are:Augusta Library Refurbishment, Butler Creek Interceptor Phase III, Gordon Highway 16 Inch Water Main, Gordon Highway 30 Inch Water Main, Highway 56 24 Inch Water Main, Jamestown Sewer Extension Phase IIIB, Rockwood Pigments Effluent Force Main, Goodrich Street RWPS Improvements, and Jimmie Dyess Parkway Water Main & Sanitary Sewer. Many of these projects overlapped one another at some point, and the Cranston team included them in the inspection schedule •- ` as necessary. It has been the job of the project manager, Mitchell , Murchison, to keep the team organized and informed of when new ,- .,,_- projects were added. Mr. Murchison held kickoff meetings with the inspection team to inform them of the site locations, sampling °*: locations, and any project specific needs that AUD requested. In 2.,)°' ' -O ;- addition to the bi-weekly and monthly reporting, when any of the sites f 4¢ experienced erosion that required immediate action, the inspectors x =,,,,;;.forl provided photos to document the deficiencies and sent them to .„--:.,.4v 4,, � the AUD project manager and contractor. The inspection team -'r. , . and project manager stay in constant contact with the AUD project managers to keep inspection and reporting information continuously updated. Client: City of Augusta, GA Utilities Department Project Manager:Mitchell B.Murchison, PE Contact:Steven Behrend, PE, Project Manager Key Staff Involved: Phone:(706)312-5057 D. Scott Williams, PE, Principal In Charge Vince Grandjean, Lead Inspector Matt Boyce, Inspector CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORMWATER MONITORING AND INSPECTION(RFQ#16-260) 4 CRANSTON ENGINEERING GROUP,P.C. Columbia County NPDES. Columbia County, GA. (2015-Present) This ongoing NPDES inspection project is for the Columbia County, Georgia Water Utility Department. Cranston Engineering provides NPDES inspection services on an as needed basis for qualifying water utility and sewer utility projects. The services include weekly or bi-weekly NPDES inspections, rainfall inspections, stormwater sampling and testing, and reporting. Reports are generated and provided to appropriate personnel with Columbia ; County and select contractors. All inspection,monitoring,and reporting are in accordance with NPDES - ,, ,, 1 ,► - -. General Permit No. GAR 100001 and/or 100002 (as necessary). Client: Columbia County,GA,Water Project Manager:Mitchell B.Murchison,PE Utility Department Key Staff Involved Contact:Eric Hinds D.Scott Williams,PE,Principal In Charge ' Phone:(706)651-0433 Vincent Grandjean, Inspector = James Brown Boulevard Streetscape.Augusta, GA. (2009 - Present) ,. 1 This streetscape project, from Wrightsboro Road to Reynolds ,4,p.• •_ r Street, is an important connection from the Laney Walker— °, t ',. Bethlehem neighborhood to Downtown Augusta. Along this ` ` ` ( corridor are several notable civic buildings and public areas: tI _. i Dyess Park; the John H. Ruffin, Jr. Courthouse; the Augusta � 1 `= Library headquarters; the new Trade, Exhibit and Event Center; and the Augusta Riverwalk. The overall project is expected to increase pedestrian use and safety improve the streetscape along this main corridor. 3 - I""" '` ` ' lFurther work on James Brown Boulevard, also known as Ninth - *'ll Street, has included the design of sidewalk and crosswalk enhancements, historic lighting, functional decorative paving, fountains, street furnishings, sanitary and storm sewers, water mains, and associated landscape plantings. As required by the Georgia Environmental Protection Division (EPD), projects that disturb over one acre of land require coverage under the appropriate general permit for stormwater discharges associated with construction. As a part of those permits certain inspections, monitoring, and reporting are required for this area. During the construction of the project, we continuously provide NPDES stormwater monitoring (including sampling of runoff, when appropriate), inspections and reporting required by EPD as part of the permit. This construction project comes under permit GAR 100002 for infrastructure projects. Our NPDES work will continue throughout the duration of the project until all construction is completed. Client:Augusta Downtown Development Authority Project Manager:Mitchell B. Murchison, PE Contact:Margaret Woodard, Director Key Staff Involved: Phone:(706)722-8000 D. Scott Williams, PE, Principal in Charge Vincent Grandjean, Lead Inspector Matt Boyce, Inspector CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORM WATER MONITORING AND INSPECTION(RFQ#16-260) 5 CRANSTON ENGINEERING GROUP,P.C. Laney-Walker Bethlehem Community Development. Augusta, GA. (2009- Present) w , This project represents a series of ongoing planning and design projects �' 4associated with the revitalization of the Historic Laney-Walker and Bethlehem communities located in downtown Augusta. Together the two communities consist of approximately 1,020 acres and contain over 3,500 parcels, with an 1,' , -it array of land uses including residential, industrial, commercial and recreational. +i1 For each of the projects, we had the responsibility for the design, inspection, monitoring, sampling, and turbidity testing related to the protection of the adjacent property from the erosion of sediment. The design involved the proper placement of best management practices (BMPs) which would reduce or eliminate the movement of eroded sediment from the site. The inspections are performed weekly as long as the project is under construction.To date,there have been a total of approximately 398 site inspections and turbidity testing has been performed on approximately 87 samples gathered as a result of a one half inch rainfall event. The monitoring, sampling, and testing are performed whenever there is a qualifying rainfall `A event, in accordance with the requirements of National Pollutant Discharge (}'-; , Elimination System (NPDES) permit GAR 100001 or GAR 100003, in effect at ------ 4 ryt: 4 the time the work is performed. Reports of the inspections and test results are -.•0 i , > ;- sent to the client and the Georgia Environmental Protection Division according L. b "I . i,.Cj to the terms of the permit. Client Augusta Housing&Community Project Manager Kyle Titus, PE } '" Development Department Key Staff Involved: _.. - Contact:Carla Delaney, Director D. Scott Williams, PE, Principal In Charge Phone:(706)821-1797 Vincent Grandjean, Lead Inspector Matt Boyce, Inspector Ronald Reagan Drive 72 Inch Pipe Replacement. Columbia County, GA. (2015) The principal aim of this project was to replace the existing 72" corrugated , , . - metal pipe (CMP) system, which had begun to show signs of failure, with a ,�•'�,�`�°4v.r, „, `" 72" reinforced concrete pipe (RCP) system. The new system will continue to '` oji s, " " I,...---- convey �.convey the received stormwater to the existing outfall where it will terminate at •,' \ . a new headwall structure followed by a grouted riprap apron. . ` " We had our survey staff verify critical horizontal and vertical points within the existing survey provided. Concurrently with field verification activities, - we performed the necessary hydrology/hydraulic calculations to support the project based on the survey provided, and modified the design as necessary. w 1.i•' Cranston's team took progress photos and created both a Grading and Storm -' .- Drainage Plan and an Erosion, Sediment, and Pollution Control (ESPC) ;� !.- Phased Plan. During construction, we provided periodic construction site . .. 0 inspections as well as National Pollutant Discharge Elimination System a `' s.°: , - T (NPDES) monitoring. Weekly NPDES reports were provided to Columbia ". r• �'` �;� ..- County, and monthly reports were also provided to EPD following qualifying _ ; - rainfall events. , ate, .... � ` Client Columbia County, GA Project Manager. Mitchell B. Murchison, PE 4. ,, - Contact:Mr. Gary Bennett, PE, Key Staff Involved:Scott Williams, PE, _ - lae Stormwater Utility Manager Principal In Charge Phone:(706)855-7246 Kyle Titus, PE, Lead Engineer Vincent Grandjean, Inspector CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORMWATER MONITORING AND INSPECTION(RFQ#16-260) 6 CRANSTON ENGINEERING GROUP,P.C. E.2. Company Accreditations Company Credentials Cranston Engineering Group, PC has been conducting National Pollution Discharge Elimination System (NPDES) General Permit inspections, monitoring, and testing for more than seven No.GAR100003 years. Our team of professionals are qualified and experienced in providing such services for our clients. Autlmrintion To Otechmo•tinder Tb 'n°"IPollutant"`^"" elle".yeYm As illustrated in Table 1, we have 16 Georgia Soil and Mann WaterdnNran Aeeoctebd WIN Con tivoto Activity Water Conservation Service (GSWCC) Level II certified r====== General Permit professionals and three GSWCC Level 1A certified No.GAR100002 ""�"m"""'"�' professionals""'""°' on staff.This enables us to have redundancy On.al awe of . wpdmntawwm Emmaus and overlap for providing NPDES services to ensure that per*fPrturolE macs A"'"O1Uitlan TO D1°°"°q°UMM Tn. the oversight is-covered at all times throughout the life of etlontl PgYYM DbCMpe ElYnlntbn aryYm dnr OYMterpn Iwoctetetl WIM Co-1 -0-, CI al Pit fo IMn a •mmtinmYnPmeR the ro ect. This alsogives us the resources necessary " p R101 n r:' " to handle very large projects without sacrificing quality or State MOapaY �pxeusuunT Mm.w/erne roe.We.".d�..u.r c"eoi DepartmentdlYWnl Reewvtn a.ronee0 to 0pn*gy p,. . Environmental Protection ONtebnam1waame MbM.n efficiency. Aotand:Nten To OYchama Under lln dYwwam BpYnox b.Mr3 National Padotent Embargo Elimination Slot. w. for BMWMono ConU"Non Pn}cb ono Our team is knowledgeable and understands all three n.7mpYrro wpw�d'="7,="="rs"pv iwn " Urm """"` ""p General Permits (GAR100001, GAR100002, and GAR100003) covered under the NPDES program. We have experience in providing inspection and testing services for all three types of projects and understand the differences within the permits. cotWe document every inspection and testing event and provide reports to the contractor and owner and, when necessary, Environmental Protection Division (EPD)within 24 hours of being onsite.We conduct all turbidity testing in- house using LaMott Model TC3000e and Model 2020we Cranston Engineering Group's team is knowledgeable in all three General Permits(pictured above)under the NPDES program. turbidity meters. This gives us the ability to provide the results to the contractor and owner in a timely manner. In addition to the qualifications and experience discussed above, we also enjoy a longstanding working relationship with the City of Augusta and more specifically the Augusta Utilities Department. Cranston has been working with the Utilities Department continuously for most of our 49-year history. Ke Personnel Credentials The Cranston team for this project consists of Mitchell B. Murchison, PE— Project Manager, Vincent Grandjean — Lead Inspector, Matt Boyce— Inspector, and D. Scott Williams, PE—Principal in Charge (Quality Control). We feel that these individuals have a unique combination of experience, knowledge, and skills that make them efficient and effective at providing the services necessary for this project. However, in addition to these individuals, our team also has 12 other certified staff members qualified and capable of providing assistance as necessary throughout the life of the project. Detailed resumes for each of these key personnel are provided on the proceeding pages herein. Table 1: Cranston Staff Certification Overview Table 2: Key Personnel Project Roles Discipline Staff Individual Role *GSWCC Level II 16 Mitchell B. Murchison, PE* Project Manager *GSWCC Level IA 3 Vincent Grandjean* Lead Inspector Professional Engineer(GA) 13 Matt Boyce* Inspector Registered Land Surveyor(GA) 3 D. Scott Williams, PE Quality Control Geographic Information Systems 1 Thomas Parrott Additional Landscape Architecture 1 Parrish Underwood Inspectors as *GSWCC-Georgia Soil and Water Conservation Commission Patrick Boylan Needed *Resumes provided herein for primary team. CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORMWATER MONITORING AND INSPECTION(RFQ#16-260) 7 • MITCHELL B. MURCHISON, PE Cranston Project Manager Engineering Mitchell Murchison is a Project Manager assigned to the firm's Municipal Design r� Group. His engineering experience with Cranston Engineering Group, P.C.hasimiaitiermva% Group PC. been comprehensive, includingprojects such as storm drainage,road im�\ikvirmor P , P j 8 rove- ` P ENGINEERS-PLANNERS-SURVEYORS ments,site developments, land subdivisions, levee certifications,recreational park complexes, a lake marina,railroads,golf courses,pumping stations,water works and wastewater systems. PROJECT MANAGER Selected projects that represent his experience include the following: EDUCATION Augusta NPDES Stormwater Monitoring,Augusta,GA.Project manager for monitoring and inspection services for projects issued by the Augusta Bachelor of Science in Engineering with Utilities Department. Services include bi-weekly NPDES inspections,rainfall Specialization in Environmental Engineering,Mercer University,2006 inspections,stormwater sampling and testing,and reporting for bi-weekly Masters of Business Administration,University inspections and qualifying rainfall events. of South Carolina,2013 Columbia County NPDES,Columbia County,GA.Project manager for ongoing project to provide Columbia County with weekly NPDES inspection services over PROFESSIONAL REGISTRATIONS multiple sites,as well as stormwater sampling following qualifying rainfall events. Professional Engineer: Georgia No.35685 Augusta Canal Inflow Design Flood Analysis,Augusta,GA.Ongoing hydrologic South Carolina No.31403 and hydraulic modeling of the First Level of the Augusta Canal.Project also Georgia Environmental Protection Division, includes developing inundation models for canal breach scenarios. Certified Erosion Control Designer,Level II Certification ID 46296 Augusta Stormwater Inventory-Rae's Creek Basin,Augusta,GA. Project Engineer to provide services within the Rae's Creek Basin to assist in the PROFESSIONAL AFFILIATIONS development of a watershed based Stormwater Management Program. Water Environment Federation Augusta Stormwater Inventory-Butler Creek Basin,Augusta,GA.Project Georgia Association of Water Professionals Engineer for the area-wide condition assessment and mapping of the Butler Exchange Club of Augusta Southeast Stormwater Association Creek Basin stormwater conveyance structures.The work is being performed Leadership Columbia County Class of 2015 for Michael Baker Corporation as the prime consultant. Augusta ADA Assessment,Augusta,GA.Manager of this project to assist the City of Augusta with the preparation of an ADA Self-Evaluation and Transition Plan in compliance with the Americans with Disabilities Act. Betty's Branch,Columbia County,GA. Design and permitting for stream bank stabilization along a 400±linear feet section of Betty's Branch. Services included the design, inspection,monitoring,sampling,and turbidity testing. Reed Creek Aerial Sewer Crossing,Columbia County,GA. Design and permitting for 850 linear feet of streambank stabilization, a 48"stormwater outfall,and an aerial sewer crossing replacement.This project included NPDES inspections and monitoring. Longleaf Drive Culvert Crossing Rehabilitation,Edgefield County, SC.Project Manager for the driveway repairs and rehabilitation design for Longleaf Drive Culvert Crossing near 55 Longleaf Drive,Trenton, SC. Ronald Reagan Drive 72"Pipe Replacement,Columbia County,GA.Project Manager for the replacement of an existing 72"corrugated metal pipe system with a 72"reinforced concrete pipe system,approximately 432 linear feet in length.This project included NPDES inspections and monitoring. James Brown Boulevard Streetscape,Augusta,GA. Project Manager for the streetscape design of approximately 3,000 linear feet of roadway,including NPDES inspections and monitoring. CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORM WATER MONITORING AND INSPECTION(RFQ#16-260) 8 CRANSTON ENGINEERING GROUP,P.C. VINCENT GRANDJEAN ACranston Lead Inspector Engineering Vincent Grandjean is a Field Technician assigned to the Municipal Design Group.His � experience covers 13 years,with the last three years at Cranston Engineering Group,P.C. :.►�_1[1SMIni Group P.C. Mr.Grandjean's National Pollutant Discharge Elimination System(NPDES) ENGINEERS-PLANNERS-SURVEYORS inspection experience has included work in both Georgia and South Carolina.He has been performing this work for the past three years and has made over 700 site visits FIELD TECHNICIAN to check and report on the quality of associated best management practices(BMPs). The following represents Mr.Grandjean's relevant monitoring and inspection experience: EDUCATION Associate in Applied Fire Science&Technologies James Brown Boulevard Streetscape,Augusta,GA. Specializing in Construction Design Diamond Lakes Campground,Augusta,GA. European Institute for Public Safety Vernon,France 2007 Halali Farm Road 12 inch Water Line,Columbia County,GA. Reed Creek Aerial Sewer Crossing,Columbia County,GA. Augusta Library Refurbishment,(AUD),Augusta,GA. PROFESSIONAL REGISTRATIONS Butler Creek Interceptor,Phase III(AUD),Augusta,GA. GSWCC Level IA Certified Personnel Gordon Highway 16 inch Water Main(AUD),Augusta,GA. Certification ID 72924 Gordon Highway 30 inch Water Main (AUD),Augusta, GA. GDOT Worksite Erosion Control Supervisor Certification 590731 ID 103459733 Highway 56 24 inch Water Main (AUD),Augusta, GA. Jamestown Sewer Extension Phase IIIB(AUD),Augusta,GA. Rockwood Pigments Effluent Force Main(AUD),Augusta,GA. Ronald Reagan 72 inch Pipe Replacement,Augusta, GA. Jimmie Dyess Parkway Water Main& Sanitary Sewer(AUD),Augusta,GA. Goodrich Street RWPS Improvements(AUD),Augusta, GA. MATT BOYCE ACranston Inspector Engineering Matt Boyce is an Engineering Technician assigned to the Municipal Design Group. His experience covers fourteenyears,with the last twelve years at Cranston i■ .c�l�..�+��a. Group PC. p p� Engineering Group. ENGINEERS-PLANNERS•SURVEYORS His National Pollutant Discharge Elimination System (NPDES)inspection experience includes work in both Georgia and South Carolina.Mr. Boyce has ENGINEERING TECHNICIAN performed this work for the past five years,making over 800 site visits to report on the quality of the best management practices(BMPs)installed to prevent erosion and migration of eroded material. EDUCATION Associate in Applied Science in General The following represents some of his relevant monitoring and inspection experience: Technologies Specializing in Engineering Design Certificate in Computer Graphics Aiken Technical College,2002 Aiken County Government Complex,Aiken County, SC. Laney-Walker/Bethlehem Neighborhood Redevelopment,Augusta,GA. Diamond Lakes Basketball Courts,Augusta,GA. PROFESSIONAL REGISTRATIONS The Aubern at Sand Ridge,Augusta,GA. Georgia Environmental Protection Division Sage Creek Development,Aiken County, SC. Certified Erosion Control Designer Level IA Cherry Tree Crossing Demolition,Augusta,GA. Certification ID 68187 James Brown Boulevard Streetscape,Augusta,GA. Augusta National Golf Course Offsite Drainage,Augusta, GA. Augusta Utilities Department(AUD)NPDES Inspection Projects,Augusta,GA. Ronald Reagan Drive 72"Pipe Replacement,Columbia County, GA. Bartram Trail Subdivision,Columbia County,GA. CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORMWATER MONITORING AND INSPECTION(RFQ#16-260) 9 CRANSTON ENGINEERING GROUP,P.C. E.3. NPDES Turbidity Sampling and Testing Experience Overview Our team has extensive experience in providing turbidity sampling and testing for similar projects. Table 3 below summarizes some of our experience. Our inspection team has completed over 150 turbidity tests in the t49° past five years. All of our testing is completed in-house using LaMott w : Model TC3000e and Model 2020we turbidity meters. Our team is very familiar with the NPDES requirements for testing and has been able to produce consistent, reliable results on all past and current ;� �'. projects. Table 3:Detailed NPDES Sampling and Testing Experience List #of Samples& Project Name Duration Turbidity Tests Augusta TEE Center 21 months 9 Augusta TEE Center Parking Deck 11 months 6 Grifols Biomat Plasma Center 9 months 3 PCS Nitrogen Administration Building 10 months 3 PCS Nitrogen Security Complex 13 months 4 Demolition at Cherry Tree Crossing* 10 months 5 Diamond Lakes Basketball Facility 12 months 15 Starbucks Production Facility 30 months 8 Halifax Subdivision Streambank Stabilization 5 months 1 Laney-Walker/Bethlehem Pine Street Lane East(TO#4) 28 months (ongoing) 18 Laney-Walker/Bethlehem Holley Street(TO#1) 10 months 3 Laney-Walker/Bethlehem Pine Street Alley (TO#2)* 40 months 56 Laney-Walker/Bethlehem 11th Street& Spruce Street(TO#P1) 16 months (ongoing) 10 Augusta Library Refurbishment(AUD) 16 months (ongoing) 7 Butler Creek Interceptor, Phase III (AUD) 7 months 5 Gordon Highway 16 inch Water Main (AUD) 9 months 7 Gordon Highway 30 inch Water Main (AUD) 2 months 3 Highway 56 24 inch Water Main (AUD) 13 months 5 Jamestown Sewer Extension Phase IIIB (AUD) 8 months 7 Rockwood Pigments Effluent Force Main (AUD) 11 months 5 Jimmie Dyess Parkway Water Main & Sanitary Sewer(AUD) 3 months (ongoing) 2 Goodrich Street RWPS Improvements (AUD) 16 months (ongoing) 9 *Multiple sampling locations Total: 191 CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORMWATER MONITORING AND INSPECTION(RFQ#16-260) 10 • CRANSTON ENGINEERING GROUP,P.C. E.4. NPDES Field Inspection Experience Overview The Cranston team has been providing NPDES Best Management Practices 09,111111111111 (BMP) inspections for similar projects for over ten years. Table 4, below, summarizes some of our experience. 4,., Our team has completed over 2,000 inspections in the past seven years, making our staff very familiar with the NPDES requirements for BMPs and the ..-,.•':!7;4:;„:.- associated inspections. In addition to the team's field experience, theyhave '=: • 1.� ;- ' , assisted with the development of erosion and sedimentation control plans. ° This work has provided our staff with an excellent foundation of experience forcompleting inspections, recognizing issues, and identifying improvement opportunities. Table 4: Detailed NPDES Field Experience List #of Site Project Name Inspections Duration Primary Inspector Aiken County Government Complex 107 24 months Matt Boyce Ellicott IV at Trolley Run 94+ 4 years, 7 months Matt Boyce The Crest at Sage Creek 125+ 4 years, 9 months(ongoing) Matt Boyce The Aubern at Sand Ridge 29 16 months Matt Boyce Augusta TEE Center, including Parking Deck 125 21 months James Dean Grifols Biomat Plasma Center 20 9 months James Dean PCS Nitrogen Administration Building&Security Complex 80 13 months Patrick Nordmann Demolition at Cherry Tree Crossing 48 10 months Matt Boyce Diamond Lakes Basketball Facility 75 12 months Matt Boyce Starbucks Production Facility 140 30 months Patrick Nordmann Halifax Subdivision Streambank Stabilization 15 5 months Mitchell Murchison Betty's Branch Streambank Stabilization 17 3 months Mitchell Murchison Laney-Walker/Bethlehem Neighborhood Redevelopment 398+ 7 years(ongoing) Matt Boyce The Ridge at Sage Creek 99+ 3 years, 5 months James Dean James Brown Boulevard Streetscape I 71 16 months(ongoing) Vincent Grandjean Diamond Lakes Campground 44 10 months Vincent Grandjean Augusta Aviation Ramp Project 38 8 months Vincent Grandjean Halali Farm Road 12 inch Water Line 26 5 months Vincent Grandjean Reed Creek Aerial Sewer Crossing 21 8 months Vincent Grandjean Augusta Library Refurbishment, (AUD) 59 16 months(ongoing) Vincent Grandjean Butler Creek Interceptor, Phase III (AUD) 26 7 months Vincent Grandjean Gordon Highway 16 inch Water Main (AUD) 34 9 months Vincent Grandjean Gordon Highway 30 inch Water Main (AUD) 10 2 months Vincent Grandjean Highway 56 24 inch Water Main (AUD) 47 13 months Vincent Grandjean Jamestown Sewer Extension Phase IIIB (AUD) 28 8 months Vincent Grandjean Rockwood Pigments Effluent Force Main (AUD) 44 11 months Vincent Grandjean Ronald Reagan 72 inch Pipe Replacement 13 2 months Vincent Grandjean Jimmie Dyess Pkwy Water Main&Sanitary Sewer(AUD) 7 3 months(ongoing) Vincent Grandjean Goodrich Street RWPS Improvements(AUD) 61 16 months(ongoing) Vincent Grandjean Bartram Trail 5, 6, 9 and Dry Pond 185 10 months Vincent Grandjean Total: 2,086+ CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORMWATER MONITORING AND INSPECTION(RFQ#16-260) 11 CRANSTON ENGINEERING GROUP,P.C. • F. Proximity to Area All associated services for the NPDES Stormwater Monitoring project will be completed out of our main office, which is located in downtown Augusta, GA. This office has been in existence in the downtown area since 1967. Our staff is familiar with the Augusta area and can respond to any and all projects located within Augusta in a timely manner. Current NPDES Monitoring Projects with City of Augusta t Legend As of December 20,2016 NPDES Nbnitoring Site r _ r,J p �:. 3J r J• n \..s: 1' � � r' .r 4 • is t p t,. J ("{,rcyJ,.^,t H. da , 'J.'�'soR` �E 1,� "'-:',,' ,.-.,;-,>,..,- / a .F;, ;,4 iit' }� ``� ,gid p , ,, .3.- , , r 14 .., -' ' �✓_'�}� '- "'0x` Y l yt /.`��tt1/4 , • P'''' yy , . cr....„, ; 7 �. s�,.-� •.r1.,,_,-, -,,,,,,,,:,,..-.,-.,,,,,-, l --i, :.::: AUU ' y hist it ' ,w �r'W, Utllltl8s 3 ; ,d ._ -- t ' �w.� r w , Dept .� ,�,. � a �va°° '�,r F'i. � y, �bri v�ar � �-',�,y"p'4�n Kay t' � •G`v.. Aug• (' eet � � �� $rs ; Qy. a ,-":171,'"`14-1",� �' r $ 4 r Cranston , , • .,-, . . r Engineering t, ��" d. a� (� vAgnaooso 1pUd`.. -',..`"!'4,06.-,,,,,,.,.. �y_ Ay �� .. � W,��i,7f � _�2 .�. {< ,c� 1.'..- s..�i .� i '-',"!-A` ,✓� ..'`'� �t' C e * ,� � "S f�GC�uptr � � y� a s. . Qs �p r �+ ltI,, r,� dE ,. J l tV 4-�}�71"�, wrgh' '' , ,�;� '3'�t � -' `'�• R�?a)�i .0.. J Stix .Y,- �r f�S1 F, ; t"k^wn s /`/ pi` ! 3bC . f)t .4:,.! i `per ,\ 1c' , tSu)i� <5 dA� -C.( ,_ - ,-:-, , - tib ▪ ,a- .`,';`...—'-i'",, A ., M 1y ^5 � � - �LL�y. f �, lit � ..._ t i� a `. Gorden� Mvby � ,, „,,71,..,,, , r,r" 4 „,„,. , .., , ,,,„_„,......„, ,,,,,,,,,,„„,...„,;:„ __ ..„.4„,;;;‘,......„,. . r,„,,,,, x0a'Nd'! r! iii f,,J . - _ . , - „ <�+.) , �."„,.,,,,,,,,-,-.2,,.,,,,:, ,� .' �f C 4 ; ' f ' !'-k a �. .. .- ,, }y1'c Y Ir?.3• ..� ,� J”.‘2;•;-".-1,5_, ,I ` ' -:‘,..-74-,5\,-. `� i„:„...,::,..,,,,,J,,,,,,,,,,,..4'' N, ,?-- , .,• _. .......„.. . ... y x ..,...- Jr y �.t ,,, nl_pA y P.., a6� ,Y �''r`",x*a`Ctixlei ;Al,...,):,..,,,,,.,,,,..., ` f Y.r ]r�,1 _ ” r ti �' .� '� 1�" 1 4�j t 6<Jf'A1 '?" #'" /i t �a A.4."-'"I' ! �! it .. /. . ..,. ,, , )n\\ rr.`t� !t -a f�f r r34 ,� v. � � �.Yv "r c raJe 45. d'f. rnk J ' ,i,,,:`..',0-,.,,,fa-';-'4, , r„ i ,ii�� ,fir / ,-2!,.',:„.„,....-;:„.:;':' oli i g 1 'fir' �jpp''''.'4,14" crN • ▪a r ; 1 IS , rld�l "h i t PYd,/l'IGAl c src ''.4',`:,,,C,‘ .4'4',,-,„:4 ,04-4,i,'',,ao°� t L )90-10'� 9'+. /\ " rz ir / 'f, >, rc I t ..ara�tt. .. »..:s.s� t . ''' r't:ti ,w� r h. .cry "*` .. : .l!' 1 S ▪ r X111: �"'" CITY OF AUGUSTA,GEORGIA STATEMENT OF QUALIFICATIONS-NPDES STORMWATER MONITORING AND INSPECTION(RFQ#16-260) 12 CRANSTON ENGINEERING GROUP, P.C. G. Cost Our cost proposal has been included in a separate sealed invoice labeled"Attachment A-Fee Proposal"as requested. H. References Contact Phone Email Steve Behrend, Augusta Utilities Department (706) 312-5057 sbehrend@augustaga.gov Margaret Woodard, Augusta Downtown (706) 722-8000 mwoodard@ Development Authority myaugustadowntown.com Eric Hinds, Columbia County Water Utility (706) 651-0433 ehinds@columbiacountyga.gov Carla Delaney, Augusta Housing and (706) 821-1797 cdelaney@augustaga.gov Community Development Department Ron Houck, Augusta Recreation and Parks (706) 796-4088 rhouck@augustaga.gov Department Attachments Attachment A - NPDES Stormwater Monitoring Fee Calculations (enclosed separately). Attachment B - Consolidated Vendor Package. Attachment C - SAVE Program Affidavit CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORM WATER MONITORING AND INSPECTION(RFQ#16-260) 13 C• • 1 A Attachment B You Must Complete and Return the.2 pages of AttEilMattl.WO Your Submittal, Document Must Be Notarized. Augusta,Georgia Augusta Procurement Department ATTN:Procurement Director 535 Telfair Street,Suite 605 Augusta,Georgia 30901 Name of Proponent: Cranston Engineering Group, P.C. Street Address: 452 Ellis St. City,State,Zip Code: Augusta, GA 30901 Phone: (706) 722-1588 Fax: (706) 722-8379 Email: dswilliams@cranstonengineering.com Do You Have A Business License? Yes: X No: Augusta,GA Business License#for your Company(Must Provide): LCB19990014493 Your State/Local Business License#for your Company(Must Provide): Utility Contractors License#(Must Provide if applicable): MUST BE LISTED ON FRONT OF ENVELOPE General Contractor License#(Must Provide if applicable): Additional Specialty License#(Must Provide if applicable): NOTE: Company must be licensed in the Governmental entity for where they do the majority of their business. If your Governmental entity(State or Local) does not require a business license, please state above (Procurement will verify),your company will be required to obtain a Richmond County business license if awarded a RFP. For further information regarding Augusta,GA license requirements,please contact the License and Inspection Department @ 706 312-5050. List the State,City&County that issued your license: Augusta, Georgia - Richmond County Acknowledgement of Addenda:(#1) :(#2) :(#3) :(#4) :(#5) : (#6) :(#7) :(#8) NOTE: CHECK APPROPRIATE BOX(ES)-ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta,Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting,subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the proposal or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta,Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing In nature and shall remain in full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract In default and to exercise any and all applicable rights remedies Including but not limited to cancellation of the contract,termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Non-Collusion of Prime Proponent By submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the proposal have been arrived at independently without collusion,consultation, communications, or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or to any competitor. (c)No attempt has been made,or will be made,by the vendor to induce any other person,partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. RFP 16-260 NPDES Storm Water Monitoring and Inspections RFP Due Tuesday,December 20,2016 @ 11:00 a.m. Page 6 of 21 Conflict of Interest By submission of a proposal,the responding firm certifies,under penalty of perjury,that to the best of its knowledge and belief: 1.No circumstances exist which cause a Conflict of Interest in performing the services required by this RFP,and 2.That no employee of the County,nor any member thereof,not any public agency or official affected by this RFP,has any pecuniary interest in the business of the responding firm or his sub-consultant(s)has any interest that would conflict In any manner or degree with the performance related to this RFP. By submission of a proposal,the vendor certifies under penalty of perjury,that to the best of Its knowledge and belief: (a)The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted in the proposal have not knowingly been disclosed by the vendor prior to opening, directly or indirectly,to any other vendor or competitor. c)No attempt has been made,or will be made,by the vendor to induce any other person,partnership or cooperation to submit or not to submit a proposal for the purpose of restricting competition. For any breach or violation of this provision,the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price,or otherwise recover,the full amount of such fee,commission,percentage,gift, payment or consideration. Contractor Affidavit and Agreement By executing this affidavit,the undersigned contractor verifies its compliance with 0.C.G.A. § 13-10-91, stating affirmatively that the individual,firm, or corporation which 1s contracting with Augusta, Georgia Board of Commissioners has registered with and is participating in a federal work authorization program' [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L.99-6031,In accordance with the applicability provisions and deadlines established in 0.C.G.A§13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s)in connection with the physical performance of services pursuant to this contract with Augusta,Georgia Board of Commissioners,contractor will secure from such subcontractor(s) similar verification of compliance with 0.C.G.A §13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s)is retained to perform such service. Georgia Law requires your company to have an E-Verify*User Identification Number(Company I.D.)on or after July 1,2009. For additional information or to enroll your company,visit the State of Georgia website: httas://e-verifv.uscis.gov/enroll/ and/or htte://www,dol,state.RB.us/Ddflrules/300 10 1.adt **E-Verify* User Identification Number(Company I.D.) 64684 tau: E-VERIFY USER IDENDIFICATION NUMBER(COMPANY I.D.)MUST BE PROVIDED: IN ADDITION,THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING(MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. Cranston Engineering Group, P.C. 447?..0100. -- IF'Name ..., - BY: Auth. Id Officer or gent (Contractor Signature) Vice President Title of Authorized Officer or Agent of Contractor D. Scott Williams, PE . Pri+ted Name of Authori.-d Officer or Agent ( }ry_ Su.-•CRI;ED . ' ' WORN : ORE ME 0 N THIS THE A'"�` DAY OF � ,20 NN ,i,I 1111 I 1 ,t .0 Y: Not.Vy Public F,` �\ $)i1 ,i/o My Commission Expires: as,' , , \; ',,,,,,,,,, `ttllir° Sir iv, �a 1 ; • I _• _L„ tf,r You Must Complete and Retum_the 2 pa >,3 01"Atto hrn rrt a with Your Submftt a {4, y t1, REV.2/17/2016 � . � 6 � Ti` I qty' "0,, RFP 16-260 "Ii:',,,,;,,,.,,o ,�1j 11 a ',.Inspections ,)/d RFP D• tr�n) GOA .@ 11:00 a.m. Page 7 of 21 G is O R G I A j You Must Cohloiete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements(SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License,Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to my proposal for an Augusta, Georgia contract for RFQ#16-260 NPDES Stormwater Monitoring and Inspections (RFP Project Number and Project Name) D. Scott Williams (Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity) Cranston Engineering Group. P.C. (Print/Type: Nome of business,corporation,partnership,or other private entity) 1.) X I am a citizen of the United States. OR 2.) X I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false,fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Gela. Signatur- of Applicant D. Scott Williams Printed Name *Alien Registration Number for Non-Citizens SU CRI D A 0 ORN BERG E ME 0 THIS THE Tik DAY OF ,20} 1 ik lk A t Notary Public �. v,-`` i �t -t My Commission Expires: $ Y • f , } G' ;t' `.,''' Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUB l' 6s.'!;:'., IN 4 ff ("' ° REV.7/12/2015 r.XTe d' .1 4 RFP . ,A) ' '"` .j", ` ing and Inspections (�6r.II'�` , 0,2016 @ 11:00 a.m. Page 8 of 21 Cranston Engineering Group, P.C. HIM MVO ^'i!s ENGINEERS-PLANNERS- SURVEYORS maimilmaN PRICE PROPOSAL Task Task Frequency Per Unit Cost Estimated Project q y Quantity** Attend Preconstruction Meeting (2 hours including travel to and Once per project $450.00 from site) 1 Bi-Weekly-BMP's* Every 14 Days $250.00 12 Rain Event BMP's* After qualifying rain-0.5in. $200.00 12 Sample Nephelometric Turbidity (NTU)+ After qualifying rain-0.5in. $125.00 12 Notes: *Reports are required to be prepared and submitted to AUD the next business day. Normal Business Hours:Monday through Friday 8am-5pm,Saturday 8am-5pm,excluding all non-working Federal Holidays when construction activity is being conducted. +Reports to be prepared and submitted to EPD per EPD requirements with copy to AUD. **Quantities are provided for project estimate purposes only,consultant will be paid per report prepared and submitted. SUBMIT THIS PAGE IN A SEPARATE SEALED ENVELOPE LABELED SUBMITTED BY: NAME: Mitchell Murchison COMPANY: Cranston Engineering Group. P.C. ADDRESS: 452 Ellis Street CITY/STATE: Augusta. GA TELEPHONE NO.: (706) 722-1588 FAX NO.: (706) 722-8379 EMAIL: mmurchisonacranstonengineering.com CITY OF AUGUSTA,GEORGIA-STATEMENT OF QUALIFICATIONS-NPDES STORMWATER MONITORING AND INSPECTION(RFQ#16-260) 'ACORO® DATE(MM/DD/YYYY) �� CERTIFICATE OF LIABILITY INSURANCE 4/20/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Shaji Pillai Blanchard & Calhoun Insurance Agency, Inc. AICNE Etta: (706)650-6000 FAX No):(706)650-6001 245 Davis Road E-MDAILSS:spillai@blanchardcalhounins.com ADRE PO Box 212359 INSURER(S)AFFORDING COVERAGE NAIC# Augusta GA 30917-2359 INsuRERA:Cincinnati Insurance Company 10677 INSURED INsuRER B Accident Fund General Insurance 12304 Cranston Engineering Group PC INSURER C: PO Box 2546 INSURERD: INSURER E: Augusta GA 30903-2546 INSURERF: COVERAGES CERTIFICATE NUMBER:16/17 All Lines REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP WM/ LIMITS LTRINSD VD POLICY NUMBER (MDD/YYYY) (MM/DD/YYYYI X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE X OCCUR PRS aEc 100,000 PREEMIMI DAMAGE SES(Eaoccurrence) $rc EPP 0048983 11/12/2016 11/12/2019 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRO X POLICY JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED — AUTOS AUTOS EBA 0048983 11/12/2016 11/12/2017 BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE X HIRED AUTOS R AUTOS (Per accident) - $ Uninsured motorist combined $ 100,000 X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 4,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 4,000,000 DED X RETENTION$ 0 EPP 0048983 11/12/2016 11/12/2019 $ WORKERS COMPENSATION , PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE X ER ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A B (Mandatory in NH) WCV6095507 11/12/2016 11/12/2017 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Augusta-Richmond County Commission THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 535 Telfair Street ACCORDANCE WITH THE POLICY PROVISIONS. Suite 800 Augusta, GA 30901 AUTHORIZED REPRESENTATIVE Ash Smith/SHAJI C�.S4 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1NS025/2014011 CORO® DATE(MM/DD/YYYY) A CC CERTIFICATE OF LIABILITY INSURANCE 4/20/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Christine Hayes Dawson-Taylor & Company PHONE(A/C.No.Extl: (706)733-6888 (AIC,No):AX (706)738-4063 P. O. Box 14729 E-MAIL ADDRESS:chayes@dtcinsurance.com 3510 Wheeler Rd. INSURER(S)AFFORDING COVERAGE NAIC# Augusta GA 30919 INSURER A:Continental Casualty Company INSURED _INSURER B: Cranston Engineering Group, P.C. INSURERC: PO Box 2546 INSURERD: INSURER E: Augusta GA 30903 INSURER F: COVERAGES CERTIFICATE NUMBER:16/17 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR ,INSD WVD POLICY NUMBER JMM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE _ $ POLICY PRO-JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVEN/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liability AEH003010855 11/27/2016 11/27/2017 AGGREGATE $2,000,000 PER CLAIM $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Augusta-Richmond County Commission THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Accounting Department ACCORDANCE WITH THE POLICY PROVISIONS. 535 Telfair Street Suite 800 AUTHORIZED REPRESENTATIVE Augusta, GA 30901 M J. Taylor Jr./ASH l r ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD NS025(2014011 + r