Loading...
HomeMy WebLinkAboutCONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA AND GEOSYNTEC CONSULTANTS, INC. CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIAAND GEOSYNTEC CONSULTANTS, INC. This Agreement is made and entered into this tOkist‘ day of OAVADeX 2017 by and between Augusta, Georgia, a political subdivision of the State of Georgia, (hereinafter called "Augusta"or"Client")and Geosyntec Consultants, Inc.,a Corporation, authorized to do business in the State of Georgia, (hereinafter called the"Consultant"or"C/E"),for the following reasons: WHEREAS, Augusta desires to engage a qualified and experienced consulting firm to furnish Programmatic, Operational, and Financial Assessment for Augusta's Environmental Services Department pursuant to RFP Item#17-274 ("RFP"); and WHEREAS, the Consultant responded to Augusta's RFP and has represented to Augusta that it is experienced and qualified to provide the services contained therein; and WHEREAS, Augusta has relied upon such representation and selected Consultant as the most qualified respondent based on its submittal and verbal representation. NOW, THEREFORE, in consideration of the foregoing, the provisions contained herein and the mutual benefits to be derived here from,and for other good and valuable consideration,the receipt and sufficiency of which are hereby acknowledged, Consultant and Augusta agree as follows: ARTICLE I - TERM OF SERVICE The term of this Agreement shall be for a period of one (1) year from the date of execution. By mutual written consent of the parties,this Agreement may be renewed. ARTICLE II—SCOPE OF WORK Consultant agrees to provide all services in accordance with the Scope of Work outlined in RFP, any addenda, attachments,thereto, and all of Consultant's response to RFP are attached as Exhibit B, which are attached hereto and incorporated by reference. ARTICLE III - COMPENSATION The method of compensation is set forth in the Work Authorization attached as Exhibit C.The rates are inclusive of all taxes except such value added, sales, services or withholding taxes that are imposed in some jurisdictions, which shall be paid by Augusta, Georgia. Where compensation is subject to an agreed"not to exceed"budget, Geosyntec Consultants, Inc. shall notify Client before the"not to exceed"limit is exceeded and shall not continue to provide the Services beyond the limit unless Client authorizes an increase to the limit. The "not to exceed" limit shall only apply to the total approved budget.Any amount allocated to a task or milestone may be exceeded without Client authorization as long as the total budget limit is not exceeded. Any adjustment to the Services, authorized tasks, milestones, schedule or assumed responsibilities will not be effective until the Parties have mutually agreed to an equitable adjustment of the "not to exceed" budget in writing. Rates for days of actual testimony at depositions,trials,or hearings will be two times the rate shown on the rate schedule. Where a fixed price is agreed upon, a change in the anticipated conditions or the assumptions set forth in the Proposal shall be grounds for an equitable adjustment of the schedule and/or compensation. Regardless of the compensation method, C/E shall periodically submit invoices to Client. Client shall pay each invoice within thirty (30) days of the date the invoice is received by Augusta. If Client objects to all or any portion of any invoice, Client shall notify C/E of the objection within fifteen(15)days from the date of the invoice, give reasons for the objection, and pay that portion of the invoice not in dispute. ARTICLE IV—INDEPENDENT PARTIES Augusta, Georgia and the Consultant shall at all times be considered independent parties and, in no event, shall either be liable for the debts and obligations of the other. Consultant shall not have any claim against Augusta, Georgia for vacation pay, paid sick leave, retirement benefits, social security, workers compensation, health, disability, professional malpractice or unemployment insurance benefits or other benefits. ARTICLE V—NOTICE Any notice or consent required to be given by or on behalf of any party hereto to any other party hereto shall be in writing and shall be sent by (a) registered or certified United States mail, return receipt requested, postage prepaid, (b) personal delivery, (c) overnight courier service, or (d) delivered in person to the Consultant or its authorized representative. All notices sent to the addresses listed below shall be binding unless said address is changed in writing no less than two weeks before such notice is sent. Future changes in address shall be effective upon written notice being given via certified first class U.S. mail, return receipt requested. Such notices will be addressed as follows: If to Augusta: Janice Allen Jackson, Administrator Augusta, Georgia 535 Telfair Street, Suite 910 Augusta, GA 30901 With a copy to: General Counsel Augusta Law Department 535 Telfair Street, Building 3000 Augusta, Georgia 30901 If to Consultant: GEOSYNTEC CONSULTANTS, INC Attn; Bill Gaffigan, MBA, CVA _j � N SU1 349 Address (3.5.5 i 0& IS 'V City, State, Zip Ice Aoso,id/ Cic ?Of Lf L( ARTICLE VI—TERMINATION Either party may, for its own convenience and at its sole option, without cause and without prejudice to any other right or remedy of other party, elect to terminate this Agreement, in whole or in part, by delivering to the address listed in the Notices article of this Agreement, a written notice of termination specifying the effective date of termination. Such notice shall be delivered at least thirty days (30) days prior to the effective date of termination. All obligations cease upon Augusta's notification to Consultant. Augusta, Georgia will however, honor those obligations made in accordance with the Terms of Agreement which were made in good faith prior to such written notification. Upon termination, all finished or unfinished documents, data, studies, and reports prepared by the Consultant in accordance with the Scope of Work shall become the property of Augusta, Georgia. Augusta shall promptly pay the Consultant for all services performed to the effective date of termination provided that the Consultant submits to Augusta properly computed invoices no later than thirty (30) days after the effective date of termination. Consultant Default — If the Consultant defaults by failing to substantially perform, in accordance with the terms of this Agreement,Augusta in its sole discretion may, in the case of a termination for breach or default, allow Contractor an appropriately short period of time in which to cure the defect. In such case, the notice of termination shall state the time period in which cure is permitted and other appropriate conditions. If consultant fails to remedy to the recipient's satisfaction the breach or default or any of the terms, covenants, or conditions of this Agreement within ten(10) days after receipt by consultant or written notice from the recipient setting forth the nature of said breach or default,the recipient shall have the right to terminate the Agreement without any further obligation to Consultant. Any such termination for default shall not in any way operate to preclude the Augusta from also pursuing all available remedies against Consultant and its sureties for said breach or default. If Consultant fails to perform the services within the time specified in this Agreement or any extension or if the Consultant fails to comply with any other provisions of this Agreement,Augusta may terminate this Agreement for default. Augusta shall terminate by delivering to C onsultant a notice of termination specifying the nature of default. Consultant shall only be paid the Agreement price for services performed in accordance with the manner of performance set forth in this Agreement. Consultant acknowledges that project delays due to site acquisition shall not constitute a default on the part of Augusta. In addition, Consultant acknowledges that site acquisition shall require the legislative authorization of the Board of Commissioners. ARTICLE VII—CONFIDENTIALITY The Consultant shall comply with all applicable federal, state, and local laws and regulations relating to confidentiality and privacy. Consultant agrees to take reasonable steps to insure the physical security of any confidential data under its control. Consultant agrees that it will inform each of its employees or agents having any involvement with personal data or other confidential information of the laws and regulations relating to confidentiality. ARTICLE VIII—INSURANCE In accordance with the terms of this Agreement,Consultant shall maintain the following insurance: Commercial General Liability Insurance, with a limit of not less than $1,000,000 per occurrence and $1,000,000 general aggregate, and naming Augusta as an Additional Insured. Workers' Compensation Insurance in accordance with statutory requirements and Employers' Liability Insurance with limits of not less than $1,000,000 for each accident, disease—each employee and disease— policy limit. Professional Liability Insurance with limits of not less than $1,000,000 per claim and aggregate. Prior to performing Services under this Agreement if requested by Augusta, Consultant shall furnish Augusta with certificates of insurance, which evidence the requirements of this Article. Certificates will provide Augusta with at least thirty (30) days' advance written notice prior to cancellation of the above policies and at least ten (10) days' written notice in the event of cancellation for non-payment of premium. ARTICLE IX—GENERAL INFORMATION A. Right of Inspection. Augusta shall have the right,at its sole discretion to inspect and review the services provided by Consultant hereunder to determine their acceptability. Augusta shall also have the right to review all of Consultant's records pertaining to this Agreement and Consultant agrees to properly maintain its records so as to allow Augusta to audit as may be required by law. Consultant shall make such records available to Augusta officials within seventy-two (72) hours written request. B. 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 reasonable defense attorneys' fees, to the extent caused by the negligent performance of Consultant's Work. C. Georgia Laws Govern. This Agreement shall be governed by and construed and enforced in accordance with the laws of the State of Georgia. D. Venue. This Agreement shall be deemed to have been made and performed in Augusta, Georgia. For the purpose of venue, all suits or causes of action arising out of this Agreement shall be brought in the Superior Court of Richmond County, Georgia. 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. E. Assignments. Augusta has entered into this Agreement in part on the basis of personal reliance in the integrity and qualifications of Consultant. Consultant agrees it shall not delegate, assign, subcontract,transfer,pledge, convey, sell, or otherwise dispose of the whole or any part of this Agreement or its right, title, or interest therein to any person, firm, or corporation without the previous written consent of Augusta. Any attempted assignment by Consultant without prior express written approval of Augusta shall at Augusta's sole option terminate this Agreement. F. Warranty. Consultant will perform our services in a manner consistent with that level of care and skill ordinarily exercised by members of our profession currently practicing in the same locality under similar conditions. G. Licenses, Permits and Certifications. Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications, and permits required under federal, state and local laws. H. Ownership of Documents-Title to all documents,drawings and specifications with respect to work performed under this Agreement shall vest with Augusta when Augusta has compensated Consultant in full, as provided herein, for the services described in this document. I. Waiver. The waiver by either party of any failure on the part of the other party to perform in accordance with any of the terms or conditions of this Agreement shall not be construed as a waiver of any future or continuing similar or dissimilar failure. J. Severability. In the event any provision of this Agreement is held to be unenforceable for any reason, the remainder of the Agreement shall be in full force and effect and enforceable in accordance with its terms. K. No Conflict. Consultant represents and warrants that it presently has no interest, direct or indirect, and covenants and agrees that it will not, during the term of this Agreement, acquire any interest, direct or indirect that would conflict in any manner or degree with the performance of its duties and obligations hereunder. Consultant further covenants and agrees for itself, its agents, employees, directors and officers to comply fully with the provisions of the Official Code of Georgia (OCGA §§45-10-20 et. seq.) and the provisions of the Augusta, Georgia Code of Ethics governing conflicts of interest of persons doing business with Augusta, as such provisions now exist and may be amended hereafter. Consultant represents and warrants that such provisions are not and will not be violated by the Agreement or its performance hereunder. L. Compliance with Applicable Laws. The Consultant's attention is directed to the fact that all applicable federal, state, and county laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over this type of service shall apply to the Agreement throughout, and they will be deemed to be included in the Agreement the same as though herein written out in full. M. All Exhibits, Addenda, Responsive Proposals, Agreement, Agreement Amendments, Attachments, Insurance Certificates, Notice to Proceed, Change Orders, Project Acceptance, Fee Schedules, Working Task Schedules Exhibit C, Revised Schedule Exhibit D, Rate Sheet Exhibit E, and RFP Exhibit A are hereby incorporated by reference and shall be deemed to be a part of this Agreement for all purposes. N. Controlling Provisions. This Contract will govern the provision of services provide under this Agreement. In the event of a conflict, the provisions of this Agreement in conjunction with RFP shall govern. If any portion of this Agreement shall be in conflict with any other portion,the various documents comprising the Agreement shall govern in the following order of precedence: Agreement, Modifications or Amendments issued after the execution of the Agreement; and RFP. O. Georgia Open Records Act. Consultant shall comply with the Georgia Open Records Act, OCGA § 50-18-70 et seq. P. Judicial Interpretation. The law of the State of Georgia shall govern the construction of this Agreement. Should any provision of this Agreement require judicial interpretation,it is agreed that the court interpreting or construing the same shall not apply a presumption that the terms hereof shall be more strictly construed against one party by reason of the rule of construction that a document is to be construed more strictly against the party who itself or through its agent prepared same, it being agreed that the agents of all parties have participated in the preparation hereof and all parties have had an adequate opportunity to consult with legal counsel. In interpreting this Agreement in its entirety, the printed provisions of this Agreement and any additions written or typed hereon shall be given equal weight, and there shall be no inference, by operation of law or otherwise, that any provision of this Agreement shall be construed against either party hereto. Q. Modification. Consultant acknowledges that this Agreement 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. R. Sole Agreement. This Agreement constitutes the sole agreement between the parties. No representations oral or written not incorporated herein shall be binding upon the parties. No amendment or modifications of this Agreement shall be enforceable unless approval by action of Augusta. S. Necessary manifests for the disposal of Hazardous Substances. If Client insists upon the signing of such manifests by C/E's agents or employees, such signing shall be as Client's agent so that C/E will not be considered to be a generator, transporter, or disposer of such Hazardous Substances, and Client shall indemnify C/E against any claim or loss resulting from such signing and from C/E's non-negligent handling of Hazardous Substances. If unanticipated Hazardous Substances or conditions are,encountered C/E may suspend work for safety reasons until mutually agreeable arrangements are made, which may involve amendments to this Agreement. T. CONFIDENTIALITY: C/E will maintain as confidential any documents or information provided by Client and will not release, distribute, or publish same or C/E's test results to any third party without prior permission from Client, unless compelled by law or order of a court or regulatory body of competent jurisdiction. Such release will occur only after prior notice to Client. U. USE OF DOCUMENTS: Provided that C/E has been fully paid for the Services, Client shall have the right to use the documents, maps, photographs, drawings, and specifications resulting from C/E's efforts on the Project. Reuse of any such materials by Client on any extension of this Project or any other Project without C/E's written authorization shall be at Client's sole risk. C/E shall have the right to retain copies of all such materials. C/E retains the right of ownership with respect to any intellectual property rights such as, but not limited to, patentable concepts or copyrightable materials arising from its Services. Work products delivered in electronic form are subject to anomalies, errors, misinterpretation, deterioration, and unauthorized modification, or may be draft or incomplete work products, electronic documents provided by C/E are furnished solely for convenience and only those professional work products in hard-copy format bearing C/E's signature or professional stamp may be relied upon by Client or other recipients. Client may perform acceptance tests or procedures regarding electronic versions of final documents (not drafts) for a period of sixty (60) days after transmission. Any errors detected on electronic versions of such final documents within the 60-day acceptance period will be corrected by C/E at no additional charge to Client. V. DELAYS AND FORCE MAJEURE: In the event that C/E field or technical work is interrupted due to causes outside of its control, C/E's schedule for performance and compensation shall be equitably adjusted (in accordance with C/E's current Rate Schedule) for the additional labor, equipment, time, and other charges associated with maintaining its work force and equipment available during the interruption, and for such similar charges that are incurred by C/E for demobilization and subsequent remobilization. Except for the foregoing provision, neither Party shall hold the other responsible for damages or delays in performance caused by force majeure, acts of God,or other events beyond the reasonable control of the other Party.Delays within the scope of this Section which cumulatively exceed forty- five (45) days shall, at the option of either Party be subject to termination for convenience or to renegotiation. W. ASSIGNMENTS: Neither Party to this Agreement shall assign its duties and obligations hereunder without the prior written consent of the other Party. X. VALIDITY AND SEVERABILITY: The provisions of this Agreement shall be enforced to the fullest extent permitted by law. If any provision of this Agreement is found to be invalid or unenforceable,the provision shall be construed and applied in a way that comes as close as possible to expressing the intention of the Parties with regard to the provisions and that saves the validity and enforceability of the provision. In the event that any provision or portion of this Agreement is held to be unenforceable or invalid, the remaining provisions or portions shall remain in full force and effect. Y. NO THIRD PARTY RIGHTS: This Agreement shall not create any rights or benefits to Parties other than Client and C/E. No third party shall have the right to rely on C/E's opinions rendered in connection with the Services without C/E's written consent,which may be conditioned on the third party's agreement to be bound to acceptable conditions and limitations similar to this Agreement. Z. INTEGRATED WRITING: This Agreement constitutes a final and complete repository of the agreements between Client and C/E. It supersedes all prior or contemporaneous communications, representations, or agreements, whether oral or written, relating to the subject matter of this Agreement. Modifications of this Agreement shall not be binding unless made in writing and signed by an Authorized Representative of each Party. AA. NON-DISCRIMINATION AND AFFIRMATIVE ACTION: C/E is an Equal Opportunity (EO) and Affirmative Action Employer and unless exempt, shall abide by the EO clauses set forth at 41 CFR §60-1.4(a), 41 CFR §60-250.5(a), 41 CFR §60-300.5(a), and 41 CFR §60-741.5(a). These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race, creed, religion, color, sex, physical or mental disability, medical condition, genetic information, national origin, age, marital status, domestic partner status, sexual orientation, gender identity, citizenship status, weight, height, arrest record, protected veteran status or any other group status protected by law. Moreover,these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, creed, religion, color, sex, physical or mental disability, medical condition, genetic information, national origin, age, marital status, domestic partner status, sexual orientation, gender identity, citizenship status, weight, height, arrest record, protected veteran status or any other group status protected by law. We shall also abide by the provisions of,41 CFR §61-250.10 and 41 CFR §61-300.10 (which relate to veterans' employment reports); and of 29 CFR Part 471, Appendix A to Subpart A (posting of employee notice). All of these clauses are incorporated by reference as terms and conditions of this agreement and are binding to Subcontractors/Vendors. Subcontractors/Vendors may be required to develop their own written affirmative action programs and/or otherwise comply with the regulations of 41 CFR Part 60. BB. Counterparts and Facsimile Execution. This Agreement may be executed by facsimile in any number of counterparts, each of which, when executed and delivered, shall be deemed an original and such counterparts together constitute one and the same instrument. Signature pages may be detached from the counterparts and attached to a single copy of this document to physically form one document. IN WITNESS WHEREOF, the parties hereto have caused the Agreement to be executed under seal as of the date first above written. GEOSYNTEC CONSULTANTS, INC AUGUSTA, GEORGIA I, ;ilk 7474- .9.---- s Its: Hardie Davis, Jr., Mayor ,4ex Attest: 1,��,A�tfest: f"-/-71:4_.e.o17(..-__ As Its: Secretary +`" folk,. ('--a' Iiii I ""�'� ' \ fA IIS.*.'%!/ �L��.1�i . 4 Notary Public en. .1'! 1 /•,0.,, ' r '.r si , My Commission Expires: t44, � � a , or 1, ',Ace% is 1 •0 eve ,�IIINfI//� 4 . y..>a... .i ,,`••PP Bpk��yii �V `1 C ORrt• : e .. ,kx ti A• ?v ,,, /Irii$r.%%% �%� EXHIBIT A RFP #17-274 EXHIBIT A G E` O R G I A PROFESSIONAL SERVICES REQUEST FOR PROPOSALS Item #17-274 Consultant Services Programmatic, Operational and Financial Assessment For Augusta, Georgia — Environmental Services Department RFP Due: Friday, September 22, 2017 @ 11:00 a.m. One (1) Original and Six(6) Copies of RFP shall be submitted Thanks for doing business with us. . . Geri A. Sams, Procurement Director 535 Telfair Street, Room 605 Augusta, Georgia 30901 Rev.6/12/2015 EXHIBIT A GEOR G I A Table of Contents Request for Proposal Instruction to Submit Purpose Viewing of the Augusta Code Compliance with Laws Proposal for All or Part Local Vendor Preference Minority/Women Business Enterprise (MWBE) Policy Augusta Georgia License Requirement Terms of Contract Notice to All Proposers Required to be returned with your submittal. Both documents must be notarized Attachment B Return the 2 pages Systematic Alien Verification for Entitlements(SAVE) Program Request for Proposal Specifications EXHIBIT A PROFESSIONAL SERVICES Request for Proposals Request for Proposals will be received at this office until Friday,September 22,2017 @ 11:00 a.m.for furnishing: RFP Item#17-274 Consultant Services — Programmatic, Operational and Financial Assessment for Environmental Services Department RFPs will be received by:The Augusta Commission hereinafter referred to as the OWNER at the offices of: Geri A.Sams, Director Augusta Procurement Department 535 Telfair Street-Room 605 Augusta, Georgia 30901 RFP documents may be viewed on the Augusta Georgia web site under the Procurement Department ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 535 Telfair Street —Room 605,Augusta,GA 30901. All questions must be submitted in writing by fax to 706 821-2811 or by email to procbidandcontract@augustaga.gov to the office of the Procurement Department by Tuesday, September 12, 2017 @ 5:00 P.M. No RFP will be accepted by fax,all must be received by mail or hand delivered. No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening. 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 No RFP will be accepted by fax all must be received by mail or hand delivered. GERI A.SAMS, Procurement Director Publish: Augusta Chronicle: September 1,September 5,and September 7, 2017 Metro Courier September 6,2017 cc: Louis C. Brazzell, Deputy Administrator Lori Videtto, Environmental Services Department Revised: 2/17/2016 EXHIBIT A INSTRUCTIONS TO SUBMIT 1.6 Minority/Women Business Enterprise (MWBE) Policy:Court Order Enjoining Race-Based Portion INSTRUCTIONS TO SUBMIT of DBE Program Augusta,Georgia does not have a race or gender conscious Disadvantaged 1.1 Purpose: The purpose of this document is to Business Enterprises(DBE)program for projects provide general and specific information for use having Augusta, Georgia as the source of by vendors in submitting a proposal to supply funding. Augusta does enforce mandatory DBE Augusta, Georgia with equipment, supplies, and requirements of federal and state agencies on or services as listed above. All proposals are contracts funded by such agencies and has a DBE governed by the Augusta,Georgia Code. Program to comply with U.S. Department of Transportation (DOT), Federal Transit Administration (FTA), Federal Aviation 1.2 Viewing the Augusta Code: All proposals are Administration (FAA) and other federal and governed and awarded in accordance with the state mandated DBE requirements for certain applicable federal and state regulations and the DOT, FTA, FAA, and other federal and state Augusta, Georgia Code. To view the Code visit assisted contracts as required by 49 C.F.R. Part Augusta's website at www.augustaga.gov or 26,et.seq.and/or49 C.F.R.Part 23,et.seq. This http://www.augustaga.gov/index.aspx?NID=68 DBE program is only for DOT, FTA and FAA 5 Guidelines&Procedures. 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,GA. obtain and maintain all licenses, permits, liability 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.auqustaga.gov home page. 1.4 Proposals 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,or aggregate by so stating, but must name a unit be subjected to penalties as may be required by price on each item submitted upon. 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, or be Attn: Geri A.Sams, subjected to penalties as may be required by law. Director of Procurement 535 Telfair Street,Room 605 1.8 Terms of Contract:(Check where Augusta,GA 30901, applicable) Fax: 706-821-2811 or [ ](A)Annual Contract Email: [ ](B)One time Purchase procbidandcontract@augustaga.gov [X](C)Other EXHIBIT A 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. E-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 EXHIBIT A G E' O R G IA 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. Conflict of Interest EXHIBIT A 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 EXHIBIT A G E OR GIA 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:Name 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 EXHIBIT A PROFESSIONAL SERVICES RFP 17-274 - Programmatic, Operational and Financial Assessment Environmental Services Department I. INTRODUCTION: Augusta, Georgia, located in the east central section of the state, is approximately 150 miles east of Atlanta. Augusta's land mass is 305 miles and the current population is about 200,000.The Savannah River serves as the boundary between Augusta and Aiken County, South Carolina. Augusta is Georgia's second oldest and second largest city. Augusta, Georgia is a combined government serving all of Richmond County. It is a full service government, providing all of the services traditionally split between city and county government. The Department of Environmental Services (Department) is one of sixteen administrative functions reporting to the City Administrator. Currently, the Department provides or manages the following programs and services: • Landfill operations. • Solid waste and recyclable collections(contract collectors and haulers). • Fleet maintenance (department equipment only). • Demolition (contracts). • Vacant lot cutting and cleaning (mostly contracts). • Litter collection and illegal dump cleanup. • Street sweeping (contract). • Host of environmental services, including industrial storm water, air quality, asbestos, mold, etc.). The Department has a staff of 53 primarily assigned to landfill operations and collection services. The Department operates as an internal service fund. The 2017 budget is $36,946,310. The Department serves approximately 60,000 households and 120 commercial customers. Augusta's landfill operation is the largest full service municipal landfill in the state, handling over 1300 tons of waste each day. Generally, the Department has and continues to do a good job. However, it faces some key challenges, such as the following: • Fifty-three percent (53%) of the landfill's business resides with two top waste companies; • Potentially inadequate financing for short and long term capital needs; • A rate structure that has not been adjusted annually in accordance with the CPI in the last five years; • Uncertainty regarding what services Augusta wants to provide,and how much revenue Augusta must generate to provide the desired level of service; and • The absence of a long-term strategy to ensure sustainability. Overall,Augusta wants to ensure that the Department is operating in the most efficient and effective manner possible and is positioned for the future. Therefore,Augusta seeks the services of a qualified firm or individual to perform a programmatic, operational and financial assessment of the Department. EXHIBIT A II. SCOPE OF SERVICES: Augusta, Georgia seeks proposals from independent, qualified firms or individuals with expertise in the management of solid waste collections and municipal solid waste landfills to perform a programmatic, operational and financial assessment of the Department as further described herein. The selected firm shall have knowledge of public accounting through in-house resources or capability through a partnership to perform a complete financial and accounting assessment of the Department. The assessment will include all facilities, equipment, personnel, finances, technology, systems, policies and procedures and other recommended categories. The scope of work outlined herein should be viewed as preliminary. The scope of work will be further developed and refined during the proposal evaluation process and negotiation of any contract that may be awarded. This project has a degree of urgency. Therefore, the selected firm will be asked to complete the project or at least achieve substantial completion within 60 days of contract award. Programmatic Review • Evaluate the range of services provided by the Department and recommend any needed changes based on industry best practices • Evaluate downtown garbage collection • Evaluate the Department's organizational structure and functions • Recommend appropriate alignment between services,structure and personnel (optimal organizational model) • Should Augusta remain in the landfill business? Operational Review • Conduct comprehensive review of ordinances that govern the business. • Review work flow processes and use of technology. • Review scheduling and routing system. • Review the current GPS system and identify areas for enhanced usage and effectiveness. • Evaluate the current vehicle fleet, including condition and replacement schedules, maintenance schedules and costs. • Is the landfill fleet appropriate in terms of number and type? • Review current performance measures based on industry standards. • Provide recommendations for streamlining procedures and processes for current and required functions. • Evaluate the CNG program, including the cost structure and the feasibility of/need for expansion. • Are the landfill compliance procedures aligned with applicable state and federal requirements? Financial Review • Analyze the rate structure for Collections and Landfill. • Evaluate the rate structure and level of reserves required to support current and future operations, and capital and regulatory requirements for the landfill. • Evaluate staff scheduling and process for managing overtime. EXHIBIT A • Identify cost saving technologies to support current and future programs and operations. • Is Augusta compensating its vendors (primarily the haulers) adequately for the work they perform? • Review city wide external audit, financial practices, and other information to determine if a forensic audit is recommended. III. SUBMITTAL INSTRUCTIONS: Responses will be received by Augusta, Georgia, (hereinafter called the "Owner"), at the office of the Procurement Director, 535 Telfair Street, Room 605, Augusta, GA until Friday, September 22, 2017 @ 11:00 a.m. and then, at said office,publicly opened and read aloud. Specific services to be provided are shown in the proposed scope of services. You are required to submit one(1)marked unbound original and six(6)copies of your Proposal. Any interested qualified firm(s) and/or party is requested to make a response to accomplish the Scope of Services described herein. The response is to be signed by a duly authorized official of the firm and must be submitted in the time, manner and form prescribed. Each RFP must be submitted in a sealed envelope,and must be plainly marked on the outside"RFP 17-274 Programmatic, Operational and Financial Assessment — Environmental Services Department, and the envelope should bear, on the outside, the name of the vendor, his address and his license number, if applicable. Fee proposals are required to be submitted in a separate sealed envelope. If the RFP is forwarded by mail, or other second party delivery service, the sealed envelope containing the RFP must be enclosed in another envelope addressed to: Geri A.Sams Procurement Department 535 Telfair Street-Room 605 Augusta,Georgia 30901 RFP Packages may be obtained at the Augusta,Georgia Procurement Department,at the address listed above. The RFP Package contains provisions required for the project. All firms responding are cautioned to read this information carefully for understanding and request clarification from Augusta on any questions pertaining to this request. Questions should be directed to Geri Sams, Director of Procurement, and must be in writing. 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 Tuesday,September 12,2017 @ 5:00 P.M. No RFP will be accepted by fax or email,all must be received by mail or hand delivered. Questions discussed with any other officer,agent or employee of Augusta,Georgia will not be considered binding in consideration of this proposal and shall not affect the risks or obligations assumed by the vendor or relieve him from fulfilling any of the conditions of the Contract. Acknowledgment of Addenda Addenda may be issued in response to changes/additions in the RFP. It is the responsibility of the responders to ensure awareness of all addenda issued for this solicitation. You are required to acknowledge the addenda by initialing in the appropriate place on Attachment B as requested. All addenda issued for this project will be posted on Augusta's website,www.augustaga.gov. Expenses of Preparing Responses to this RFP Augusta accepts no responsibility for any expenses incurred by the responders to this RFP. Such expenses are to be borne exclusively by the responders. Georgia Open Records Act Without regard to any designation made by the person or entity making a submission, Augusta considers all information submitted response to this invitation or requests to be a public record that will be disclosed upon request pursuant to the Georgia Open Records Act, O.C.G.A. 50-18-70 et seq., without consulting or contacting EXHIBIT A the person or entity making the submission, unless court order is presented with the submission. You may wish to consult an attorney or obtain legal advice prior to making a submission. Failure to provide all of the requested information may cause the RFP to be rejected as non-responsive. An official authorized to bind the firm to the terms and provisions of the RFP must sign. After RFPs have been submitted,the vendor shall not assert that there was a misunderstanding concerning the quantities of work or of the nature of the work to be done. If an award of contract is made as a result of this solicitation, contract will be made on the basis of the response which best satisfies the intent of this Request for Proposals and other factors considered in the best interest of the Owner. Negotiations may be undertaken with those firms who Statements of Qualifications shows them to be qualified, responsible, and capable of performing the work. 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. 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 contract will be awarded approximately 30—45 days after the RFP opening. The Owner reserves the right to reject any or all statements received as the result of this request. 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 the firm prior to the signing of a contract. An official authorized to bind the firm to the terms and provisions of the proposal must sign the proposal. For a proposal to be considered it must remain valid for at least 90 days from the time that the Owner receives it. IV. PROPOSAL FORMAT: All proposals shall be organized in such a manner as to facilitate ease of review based on the scope of work. Each proposal shall contain the following information: 1. Qualifications of the firm • Brief description of the firm, organizational structure and years in business. • Relevant experience of the firm. • A list of clients for which the proposer has provided services similar to the scope outlined herein (indicate whether the client(s)is(are)a past or current client). • A list of all persons to be assigned or employed on the project and their qualifications. • Project leader. • Location of the firm's office(s). • Any subcontractors. 2. Response to the Scope of Work 3. Responsiveness to other procurement requirements contained in this RFP 4. Evaluation criteria(see detailed evaluation schedule) • Overall quality of proposal • The firm's ability to perform the proposed scope of work • The firm's experience and quality of available services • The firm's understanding of the scope of work as demonstrated through the response • The firm's ability to perform the work in 60 days 5. Fee Proposal: Proposal shall submit fees in a separate sealed envelope per instructions and signed by responsible party. Fees shall not be included within the body of the proposal. EXHIBIT A V. BASIS OF AWARD, SELECTION PROCESS AND AWARD OF CONTRACT: A. The evaluation criteria weights will be used as the basis for the evaluation of proposals and are not listed in order of importance. B. Firms will be evaluated on the basis of how well the firm and its individual professionals meet the criteria as outlined. 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 in the order as identified. Submit all required information for any subconsultants/subcontractor(s)that will be used to perform any part of the requested services. Consultants/Contractors will be evaluated using the listed criteria. An evaluation committee will review and score all responsive and responsible proposals based on the information provided i.e., Scope of Services, Firm Qualifications, Proposer Requirements and Information, Proposal Format and Evaluation Criteria. C. Interviews are optional. In the event that the evaluation committee elects to conduct interviews, these will consist of an oral presentation to the evaluation committee that will not exceed the duration of one hour. Responders listed for interviews will respond to questions from the evaluation committee that is relevant to the responders' proposal. D. After all scoring has been completed, the committee will submit its recommendation for award to the Augusta Commission,who will make the final decision,as to award of contract. EXHIBIT A (; L;.O R C 1 A CRITERIA FOR EVALUATION RFP—Evaluation/Scoring Guidelines Evaluation Process All proposals will be evaluated by an Augusta, Georgia Selection Committee (Committee). The Committee may be composed of Augusta,Georgia staff and other parties that may have expertise or experience in the services described herein. The Committee will review the submittals and will rank the proposers. The evaluation of the proposals shall be within the sole judgment and discretion of the Committee. All contacts during the evaluation phase shall be through the Augusta,Georgia Procurement Office only. Proposers shall neither contact nor lobby evaluators during the evaluation process. Attempts by Proposer to contact members of the Committee may jeopardize the integrity of the evaluation and selection process and risk possible disqualification of Proposer. The Committee will evaluate each proposal meeting the qualification requirements set forth in this RFP.Proposers should bear in mind that any proposal that is unrealistic in terms of the technical or schedule commitments may be deemed reflective of an inherent lack of technical competence or indicative of a failure to comprehend the complexity and risk of Augusta, Georgia's requirements as set forth in this RFP. If needed, the selection process will include oral interviews. The consultant will be notified of the time and place of oral interviews and if any additional information that may be required to be submitted. Cumulative Scores will include the total from Phase 1 and Phase 2. It is the intent of the Owner to conduct a fair and comprehensive evaluation of all proposals received. The contract for this project/service will be awarded to the proposer who submitted a proposal that is most advantageous to the Owner. Evaluation Criteria: Proposals will be evaluated according to each Evaluation Criteria, and scored on a zero to five point rating. The scores for all the Evaluation Criteria will then be multiplied according to their assigned weight to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project/service is three hundred seventy-five(375)points without presentations. i , jy in]� {{�,{{ lf /' /l r f � 11 {.iQ l r e Not Non-responsive,fails to meet RFP specifications.The approach has no probability of success. Acceptable For mandatory requirement,this score will result in disqualification of proposal. Below average, falls short of expectations, is substandard to that which is the average or 1 Poor expected norm,has a low probability of success in achieving project/service objectives per RFP. 2 Fair Has a reasonable probability of success,however,some objectives may not be met. Acceptable, achieves all objectives in a reasonable fashion per RFP specification. This will 3 Average be the baseline score for each item with adjustments based on interpretation of proposal by Evaluation Committee members. 4 Above Very good probability of success,better than that which is average or expected as the norm. Average/Good Achieves all objectives per RFP requirements and expectations. Excellent/ Exceeds expectations,very innovative,clearly superior to that which is average or expected 5 Exceptional as the norm. Excellent probability of success and in achieving all objectives and meeting RFP specification. EXHIBIT A The Evaluation Criteria Summary and their respective weights are as follows: 1. Completeness of Response(Pass/Fail) a. Responses to this RFP must be complete. Responses that do not include the proposal content requirements identified within this RFP and subsequent addenda and do not address each of the items listed below will be considered incomplete,be rated a Fail in the Evaluation Criteria and will receive no further consideration. Responses that are rated a Fail and are not considered may be picked up at the delivery location or returned to the vendor(at vendor's expense). Please provide shipping instructions and/or fees upon the completion of the competitive process. Conflict of Interest Statement(Pass/Fail) b. Discloses any financial,business or other relationship with the Augusta,Georgia that may have an impact upon the outcome of the contract or the construction project/service. c. Lists current clients who may have a financial interest in the outcome of this contract or the construction project/service that will follow. d. Discloses any financial interest or relationship with any construction company that might submit a bid on the construction project/service. 2. Qualifications&Experience(10 points) a. Relevant experience, specific qualifications, and technical expertise of the firm and sub- consultants/proposers to conduct the required services as listed in this RFP and adhering to all required license requirement for federal,state and local services. 3. Organization&Approach (15 points) a. Describes familiarity of project/service and demonstrates understanding of work completed to date and project/service objectives moving forward b. Roles and Organization of Proposed Team i. Proposes adequate and appropriate disciplines of project/service team. ii. Some or all of team members have previously worked together on similar project/service(s). iii. Overall organization of the team is relevant to Augusta,Georgia needs. c. Project and Management Approach i. Team is managed by an individual with appropriate experience in similar project/services. This person's time is appropriately committed to the project/service. ii. Team successfully addresses all requirements of this RFP. iii. The team and management approach responds to project/service issues. Team structure provides adequate capability to perform both volume and quality of needed work within project/service schedule milestones. d. Roles of Key Individuals on the Team i. Proposed team members,as demonstrated by enclosed resumes,have relevant experience for their role in the project/service. ii. Key positions required to execute the project/service team's responsibilities are appropriately staffed. e. Working Relationship with Augusta,Georgia i. Team and its leaders have experience working in the public sector and knowledge of public sector procurement process. ii. Team leadership understands the nature of public sector work and its decision-making process. iii. Proposal responds to need to assist Augusta,Georgia during the/service. EXHIBIT A 4. Scope of Services(25 points) Programmatic Review a. Evaluate the range of services provided by the Department and recommend any needed changes based on industry best practices. b. Evaluate downtown garbage collection. c. Evaluate the Department's organizational structure and functions. d. Recommend appropriate alignment between services,structure and personnel(optimal organizational model). e. Should Augusta remain in the landfill business? Operational Review a. Conduct comprehensive review of ordinances that govern the business. b. Review work flow processes and use of technology. c. Review scheduling and routing system. d. Review the current GPS system and identify areas for enhanced usage and effectiveness. e. Evaluate the current vehicle fleet, including condition and replacement schedules, maintenance schedules and costs. f. Is the landfill fleet appropriate in terms of number and type? g. Review current performance measures based on industry standards. h. Provide recommendations for streamlining procedures and processes for current and required functions. i. Evaluate the CNG program,including the cost structure and the feasibility of/need for expansion. j. Are the landfill compliance procedures aligned with applicable state and federal requirements? Financial Review a. Analyze the rate structure for Collections and Landfill. b. Evaluate the rate structure and level of reserves required to support current and future operations,and capital and regulatory requirements for the landfill. c. Evaluate staff scheduling and process for managing overtime. d. Identify cost saving technologies to support current and future programs and operations. e. Is Augusta compensating its vendors(primarily the haulers)adequately for the work they perform? f. Review city-wide external audit, financial practices, and other information to determine if a forensic audit is recommended. 5. Schedule of Work(10 points) a. Schedule shows completion of the work within or preferably prior to the Augusta,Georgia overall time limits as specified in the RFP. b. The schedule serves as a project/service timeline, stating all major milestones and required submittals for project/service management and applicable law compliance. c. The schedule addresses all knowledgeable phases of the project/service, in accordance with the general requirements of this RFP. 6. Proximity to Area(10 points) a. Within Richmond County 10 points b. Within CSRA 6 points c. Within Georgia 4 points d. Within SE United States(includes AL,TN,NC,SC,FL) 2 points e. All Others 1 points 7. References(5 points) Provide as reference the name of at least three (3) agencies you currently or have previously consulted for in the past three(3)years. EXHIBIT A 8. Presentation by Team(10 points) (Optional) Team presentation conveying project/service understanding, communication skills, innovative ideas,critical issues and solutions. 9. Q&A Response to Panel Questions(5 points) (Optional) Proposer provides responses to various interview panel questions. 10. Cost/Fee Proposal (10 points) Enclosed in a separate sealed envelope. Will NOT be disclosed in any part of the RFP. a. Lowest Fee 10 b. Second 6 c. Third 4 d. Fourth 2 e. Fifth 1 Weighted scores for each Proposal will be assigned utilizing the table below: x.3'11 fl / No E action itemsg ��#� .1x gl<it Completeness of Response • Package submitted by the deadline 1 • Package is complete(includes requested information as N/A Pass/Fail Pass/Fail required per this solicitation) • Attachment B is complete,signed and notarized 2 Qualifications&Experience 10 3 Organization&Approach 15 4 Scope of Services 25 5 Schedule of Work 10 6 Proximity to Area 10 7 References 5 fight� die s �,. Wei` lit 8 Presentation by Team 10 9 Q&A Response to Panel Questions 5 10 Cost/Fee Proposal Consideration 10 rf/r rf t t /f r rf k i It � r , r � �, /, . t:;: „r,zi; 1„ �'!,`� f/, ;�`i r i �,t ; ' r ;;> 100 Proposals will be evaluated according to each Evaluation Criteria,and scored on a zero to five point rating. The scores for all the Evaluation Criteria will then be multiplied according to their assigned weight to arrive at a weighted score for each proposal. A proposal with a high weighted total will be deemed of higher quality than a proposal with a lesser-weighted total. The final maximum score for any project/service is three hundred and seventy-five(375)points without presentations. Submit all required information for any subconsultants/subcontractor(s) that will be used to perform any part of the requested services. Consultants/Contractors will also be evaluated using the above listed criteria in that order of importance. EXHIBIT A SUBMIT IN A SEPARATE, SEALED ENVELOPE FEE PROPOSAL FORM Responder: The cost proposal must be submitted in a separate,sealed envelope with the Responder's name and RFP Item #17-274 Consultant Services—Programmatic, Operational and Financial Assessment for Environmental Services Department,clearly identified on the outside of the envelope. By signing this page, Responder acknowledges that he has carefully examined and fully understands the Scope of Work, and other attached documents,and hereby agrees that if the proposal is accepted,the Firm will contract with Augusta Georgia according to the RFP documents. Total Fee Please describe(in detail)fees reflective in Total Fee above: SUBMITTED BY: Name of Firm: Address: Contact Person Submitting Proposal: Title of Contact Person: Telephone Number: Fax Number: E-Mail Address: Signature of Authorized Representative Print Name Date SUBMIT WITH FEE PROPOSAL-SEALED ENVELOPE EXHIBIT A ..._____,,,,4 gnPeoet&xernent. 1-196a/giment G E,--' I, R ` 5 1 A MAILED TO: All Vendors Nancy Williams, Quality Assurance Analyst Lori Videtto, Environmental Services FROM: Geri Sams Procurement Director , "1v./ DATE: September 15, 2017 SUBJ: Responses to Vendor Questions RFP ITEM: RFP Item 17-274 Consultant Services — Programmatic, Operational and Financial Assessment for Environmental Services Department RFP OPENING DATE: Friday, September 22, 2017 @ 11:00 a.m. ADDENDUM 1 Respondents on this project are hereby notified that this Addendum shall be attached to and made part of the above-named RFP Package. The changes and clarifications shall supplement the contract documents for the above referenced project. Changes shown in this document shall supersede previously dated contract documents. Acknowledge receipt of all Addendums on Attachment B within the Specifications package. Responses to Vendor's Questions: 1. Under the Scope of Services, beneath the Operational Review section, there is a bullet point as follows: "Review the current GPS system and identify areas for enhanced usage and effectiveness." Could you please elaborate on what it is you are hoping to accomplish, utilizing the GPS, and is this concerning the Landfill equipment, Collections equipment or both? Answer: This is in relation to the GPS system that is used on the landfill equipment, over the road trucks, and light vehicles. It is currently used primarily for safety accountability(speed, idle time, etc), location tracking, and inspection logging. 2. Can you expand on the "Operational Review" task to "Review scheduling and routing system"? Does Augusta require an assessment and potential redesign of the current garbage collection routing plan within this scope of services? Answer: Augusta is asking for an assessment of the current collection system. The current collection routes are set by the various contractors, however we would look for input as to the overall efficiency and effectiveness of the system. Also, parts of the collection program are handled in-house, as such, input would be needed on this aspect as well. Room 605 - 535 Telfair Street,Augusta Georgia 30901 13 (706)821-2422-Fax(706)821-2811 *$;0 Scan this QR code with your v,NA«.au;ustaga.2ov = smartphone or camera equipped Register at w ww.demandstar.comisupplier for automatic bid notification �'tc1a •n tablet to visit the Augusta,Georgia Addendum 1 RFP Item#17-274 Consultant Services-Programmatic,Operational And Financial Assessment Pace 1 of 2 EXHIBIT A 3. Given the recent weather-related issues in the Augusta area, will the due date of September 22 be altered? Answer: There are no plans to extend the due date. 4. Due to weather, we request the deadline for questions be extended. Answer: There are no plans to extend the deadline for last day for questions. 5. Due to weather, we request the deadline for submittals be extended. Answer: Please see response to question three (3) above. Please acknowledge addendum in your submittal END ADDENDUM Addendum 1 RFP Item#17-274 Consultant Services-Programmatic,Operational And Financial Assessment Page 2 of 2 EXHIBIT B GEOSYNTEC'S RESPONSE TO RFP #17-274 RFP # 17-274 Consultants Services for ilh.h. ,_ ,.., ,. Programmatic, Operational € and Financial Assessment - Environmental services 7,,omen epar f z. � A IA k, Ixd. f 1 i !' , Si aP 9 , I - , ' 1- -l 1 '4!': ' I i ' j ''. ; rk.....,,,„w.ilt . - J , ( f`� +•• ' I r.ti -''''''"" .1.• s >r ,':. 4 f ,... .., , _ • r . * . ..,,. A ' ...- , ,, , ,, _ ,, . -- Prepared by: Prepared for: Geosyntecc' / ....--- C E' 0 R G 1 A consultants EXHIBIT B TABLE OF CONTENTS 1. INTRODUCTION 1 2. QUALIFICATIONS OF FIRM 2 2.1 Company Description 2 2.2 Relevant Assessment Experience 2 2.3 Similar Client Engagements 5 2.4 Organization, Staffing, and Project Management 5 2.5 Organization Chart 9 2.6 Proximity to Area 9 2.7 Financial Responsibility 10 2.8 Conflict of Interest 10 3. SCOPE OF WORK 10 3.1 Geosyntec's Understanding of the Scope of Work 10 3.2 Ability to Perform Work in 60 Days 11 3.3 Proposed Project Schedule 11 3.4 Scope of Services—Programmatic,Operational and Financial Review 12 3.4.1 Programmatic Review 14 3.4.2 Operational Review 16 3.4.3 Financial Review 18 3.5 Deliverables 20 4. RESUMES 20 5. REFERENCES WITH PROJECT DESCRIPTIONS 20 ATTACHMENTS Attachment 1 Resumes Attachment 2 Attachment B Attachment 3 Systematic Alien Verification for Entitlements (SAVE) Program Attachment 4 Addenda EXHIBIT B 1. INTRODUCTION Geosyntec Consultants, Inc. (Geosyntec) is pleased to be able to present this proposal for consulting services to the City of Augusta (Augusta) as requested in Request for Proposal (RFP) number 17-274 to perform a programmatic, operational, and financial assessment of the Environmental Services Department (Department). As described further in this proposal, Geosyntec has assembled a multi- disciplinary team of highly qualified,senior level waste management industry professionals and specialists to provide the services described in the RFP. The Team assembled for this project includes Geosyntec, as the prime consultant, supported by industry professionals JAB Associates (collections), and Mr. James Herak (former DeKalb County, GA Operations) and Kimberly L. Nelson, Ph.D., MPA (Public-Sector organization). Together, we bring project expertise in: (i) waste collection operations; (ii) landfilling and other post collection practices; (iii)financial planning and accounting associated with solid waste systems; and (iv) long-term planning and policies as they pertain to public sector waste management and contract management. Our understanding is that the Department is one of 16 administrative functions reporting to the City Administrator, Janice Allen Jackson. It operates as an internal service fund with a staff of over 50 personnel primarily assigned to landfill operations and managing contracted collection services. These functions serve approximately 60,000 households and 120 commercial customers within the County and hauling customers from within the Central Savannah River Area (CSRA). The Department provides or manages the following programs and services: • The Deans Bridge Road Landfill operations. • Solid waste and recyclable collections (by contract primarily with Advanced Disposal and Inland Waste Services). • Fleet maintenance of Department equipment. • Management of demolition projects through third-party contracts. • Vacant lot cutting and cleaning, litter collection, and illegal dump cleanup. • Other environmental services, including industrial storm water, air quality, asbestos, mold abatement. In the RFP, the Department identified a series of issues and challenges to be evaluated, including: (i) dependency upon only two major customers for most of the revenue at the landfill; (ii) uncertainty regarding short and long-term capital needs; (iii) a stagnant rate structure for services provided; and (iv) the absence of long-term planning to address financial and operational stability. In addition, the Department is working through a period of realignment following the resignation of its long-tenured Director under circumstances that have created uncertainty among stakeholders (citizens, Augusta Commission, other elected officials, and customers) and concern that there may be serious issues with past fiscal, managerial, and operational practices. These concerns, along with the Department's intent to "get back to its core competencies" and move forward with a stable organizational and financial structure has led to the issuance of this RFP. EXHIBIT B We are excited about the opportunity to serve the Department and Augusta. This proposal was prepared by our core team of Mr.William Gaffigan, MBA and Mr.Thomas Ramsey, P.E., and was reviewed by Mr. Robby White, in accordance with the firm's peer review policy. 2. QUALIFICATIONS OF FIRM 2.1 Company Description Geosyntec personnel have first- Geosyntec was founded in 1983 as a specialized consulting hand operations, planning, and and engineering firm that works with public-sector and financial oversight experience private clients to address their complex problems involving the environment, natural resources, and infrastructure. with large landfills and solid Our clients come from a variety of sectors including mining, waste operations and can use solid and hazardous waste, oil and gas, chemical, their knowledge of what does aerospace, pharmaceutical, diversified manufacturing, advanced technology, power and utility, real estate, law, and does not work to the benefit and environmental management. Our public-sector clients of the City of Augusta. include personnel from municipal, state/regional, and national governmental agencies. Geosyntec is employee-owned with a staff of more than 1,200 engineers, scientists, and related technical and project support staff located in more than 80 offices throughout the United States and in Canada, Malaysia, Australia, Ireland, and the United Kingdom. As described in Section 2.6 below, Geosyntec has several offices in Georgia that are able to serve Augusta. Geosyntec has nationally recognized expertise in the solid waste management industry, as it is a core practice area in which we have actively participated since the firm's founding. We bring a unique mix of professionals with technical industry, operations and market and financial analysis, and regulatory capabilities to our municipal clients' projects. Our Team has provided solid waste engineering and planning services to dozens of public and private clients across Georgia, the Southeast, and nationally. Professionals from our Kennesaw, Georgia office serve as officers with the Georgia Chapter of the Solid Waste Association of North America (SWANA) and regularly make technical contributions at the Georgia SWANA conferences. We have deep solid waste project experience in Georgia, and are very well known and respected by senior officials within the Georgia Environmental Protection Division (GA EPD). With more than 30 years of service, Geosyntec's solid waste professionals have been involved in more than 1,000 solid and hazardous waste management projects, with lifecycle services to clients including asset acquisition and divestment, pre-development planning and impact assessment, engineering design and permitting, bidding and procurement, construction management and quality assurance, operation and compliance, and renewable energy development and carbon emission reductions. 2.2 Relevant Assessment Experience Geosyntec is well qualified to provide consulting services to Augusta to assist in the review and assessment of the Department. Geosyntec's range of experience related to the RFP includes public sector landfill EXHIBIT B operations review, financial review, equipment maintenance reviews, capital projects budgeting, regulatory compliance assessment, organizational review, franchise and other waste services contracts, and budgeting. More importantly, our professionals are familiar with the specific challenges that solid waste operations pose. Their experience includes real-world forensic and operating experience from dozens of waste management and disposal operations, resulting in first-hand knowledge of the common pe pitfalls that can plague solid waste service orations. In addition, we have experience working with dozens of public sector and private industry clients that operate efficient and well-managed solid waste operations. Finally, since Geosyntec is often called upon to provide structural fixes to issues that are operational in nature, we understand the limitations of engineering and where operations and management must step up for a facility to perform well. The range of integrated environmental services provided by the Department are complicated operations that involve coordinated and sometimes competing interests involving scheduling, customer service, trucking, heavy equipment, construction, maintenance, finance, and personnel management. Geosyntec's specific waste facility assessment expertise includes the following areas: ,09,;,;,1,.. 71,:i,11.14, Landfill Operations: Our Proposed team includes solid r , t x waste professionals who have actively managed similar *' landfill facilities in the past. Based on this experience, ‘4' ; Geosyntec has been able to provide consulting guidance 119r � rA to our clients on a wide range of"bread and butter" issues associated with landfill operations,compliance,phasing of waste placement, reduction in leachate generation and cost, optimizing cover soils usage, reducing slope maintenance, managing landfill gas and leachate, as well as overall determination of financial cost of services. Waste Collection Operations: Geosyntec and its team members have • experience managing waste collection operations, trucking, ,.• , • maintenance, and routing. This real-world experience helps us guide tut our clients to address contract and service issues and the varied personnel, operations, maintenance, and capital purchasing issues that are associated with collection, hauling, and disposal of solid wastes. c Staffing and Safety: We believe in " the necessity for a culture of safety in an organization. The training and tracking the pattern of accidents and near misses serve to .. protect personnel, the organization and provide a feedback • " "~` mechanism to make process changes. In addition, personnel expenditures are the single largest expense item in waste management systems. Good facility design and processes and even application of technology such as GPS in equipment enhances the potential for better results but does not replace proper staffing, organization, or management. Based on workflow the right personnel can be correctly deployed drive better results. EXHIBIT B Financial Management: The highly integrated nature of environmental services management requires accurate and understandable information - r 0110111 available on a timely basis. This makes reporting and support systems are ow 04 I very important. Integration refers to the ability to capture, analyze and report on revenue, expenses, assets, liabilities, cash flows and capital expenditures at the appropriate level of detail by department. It also often requires allocation of expenses to develop a picture of true costs. Organizations should have and develop core competencies and find and develop relationships for value added and trusted expertise outside. Equipment Utilization and Maintenance: As described further in Section 2.4,the Geosyntec professionals selected to support Augusta have experience in the selection, purchase, maintenance, and utilization of heavy equipment needed for hauling and landfill operation. We understand the advantages and disadvantages of the various types and sizes of equipment, as well as the multiple options available for operating and maintaining equipment (everything from in-house maintenance to "power-by-the-hour" turnkey equipment supply offers). Contract Management: Waste services can involve a Geosyntec has provided a wide remarkable number of specialized contracts, including host range of these services to public agreements, franchise agreements, long-term maintenance contracts, and capital projects contracting. The sector clients, including; professionals proposed by Geosyntec have experience in Municipalities negotiating and managing these contracts,and can help the • Chicago Department understand the current contractual • Jacksonville commitments it must work within as well as how to • structure future contracts in a manner that reduces risk and New York City improves the ability for the Department to succeed. • Phoenix • Portland Benchmarking: It has been said you get what you inspect. • Sacramento We can review,analyze,and measure operational outcomes • and key performance indicators and compare them to San Diego industry benchmarks via data and models the team has Counties developed in our practices and over our careers in solid • DeKalb (GA) waste. During this analysis, for example, we would identify • Fulton (GA) costs associated with Augusta's facilities and compare them • Mecklenburg (NC) to those associated with well-run public and private facilities. • Indian River(FL) • Miami-Dade (FL) Please refer to the project descriptions provided in Section • Anne Arundel(MD) 5 of this proposal for recent and specific information of how • Geosyntec has provided the services described for our Los Angeles (CA) clients. • Orange (CA) .01 In summary, Geosyntec has outstanding experience in the critical aspects of the project. Our deep understanding of the particular issues associated with the operation of landfills gives us the ability to"see" the effect of operations, design, and regulations on the Department's financial performance. We believe EXHIBIT B this experience,coupled with a proven record of accomplishment for supporting our clients in their efforts to improve their facilities makes us well qualified to serve Augusta on this project. 2.3 Similar Client Engagements Since 1983, Geosyntec has provided technical and advisory services to a portfolio of Georgia-based solid waste clients. This includes eight municipalities and services at over 25 waste management client facilities in Georgia (Table 1). Table 1: Waste Management Client Facilities Facility Name I County Name Facility Name Location Magnolia Landfill Baldwin County Bolton Road Landfill City of Atlanta Catoosa County Landfills Catoosa County Button Gwinnett Landfill Gwinnett landfill iCity of Calhoun Landfill City of Calhoun Crymes Landfill Site DeKalb County a City of LaGrange Landfill City of LaGrange East DeKalb Landfill DeKalb County Dalton-Whitfield County Dalton-Whitfield Z Landfills County Hickory Ridge Landfill City of Atlanta Dade County Landfill Dade County Hwy 78 C& D Landfill Walton County Seminole Road Landfill DeKalb County Live Oak Landfill City of Atlanta Dougherty County Landfill Dougherty County Pine Bluff Landfill Cherokee County cc Pine Ridge Landfill Butts County R&B Landfill Banks County Richland Creek Landfill City of Buford RTS Landfill Hall County Superior Landfill Chatham County Taylor County Landfill City of Mauk Turner Bend Road Landfill Floyd County Turkey Run Landfill Meriwether County Walker County Landfill City of Chickamauga Bankhead Landfill City of Atlanta Weathers Farm LAS City of Rome In addition, we have provided similar services for hundreds of clients throughout the United States. 2.4 Organization, Staffing, and Project Management Based on the scope of services identified in the RFP and the quick turnaround time requested (60 days), Geosyntec believes that the best approach to completing the work is to engage a group of highly experienced, senior-level personnel actively in the review of Augusta facilities, operations, and finances to quickly identify major issues and make recommendations for improvements. By using this project approach, Geosyntec can quickly and cost-effectively help Augusta identify major opportunities to increase financial stability,improve operations,and identify a long-term strategy for Department services without spending large amounts of effort investigating low-priority issues. Therefore,the project will be primarily completed by senior level personnel from Geosyntec and the rest of its Team members,each of EXHIBIT B whom has a strong understanding of what is required to perform these types of reviews. We believe this project approach has several benefits: 1. Because the number and types of issues identified in the RFP is quite broad (including landfill operations,capital planning, rate structures,contracts management,fleet maintenance, and staff organization), early efforts must focus on narrowing the number of prospective review issues or else the project will become unwieldy; 2. Because market conditions and financial circumstances change with time, a rapid review that identifies high-priority issues that can be reviewed in further detail and acted upon quickly will bring the maximum benefit to Augusta; and 3. As is commonly the case with programmatic,operational,and financial reviews,Geosyntec would not be surprised to find that a majority of benefits could be realized by concentrating on a handful of issues. Therefore, prioritization becomes a major goal of the review. Based on this project approach, the Project Team consists of individuals with many years of directly applicable experience working for solid waste hauling and disposal companies from an owner's perspective. We are not simply bringing in a group of consulting staff who will collect data to compare and contrast Augusta to other clients, but are offering a team who have had experience "in the trenches" and can see through the reams of data to quickly identify and focus on key operational and financial issues. We believe this is a unique offering among professional consultants. Project Team managers, with brief biographies of each, are presented below. All team member resumes have been provided in Appendix 1. William Gaffigan, MBA, CVA, Project Manager Mr.Gaffigan is the Director of Environmental Finance and Economic Consulting for Geosyntec and is based in Atlanta. He is a financial professional with more than 25 years of experience as an executive and consultant in the solid waste industry. - In his solid waste industry career, he served as a regional controller over 22 operations for a large public waste company, and Vice President of Mergers and Acquisitions. He has consulted for municipal entities, investors, private waste k companies. He has valued over one hundred hauling, transfer station, MRF and ts' landfills and has closed approximately 60 transactions. He has also been called upon and qualified as an expert witness on valuation of solid waste operations and landfill costs and has extensive experience in cost and pricing structures associated with solid waste systems. He has also conducted multiple Statement No. 18 of the Governmental Accounting Standards Board (GASB) Accounting for Municipal Solid Waste Landfill Closure and Post Closure Care Costs reserve analysis. On a personal level, Mr.Gaffigan has deep ties to Augusta, as his mother and sister reside in the area. EXHIBIT B Thomas B. Ramsey, P.E., Operations Assessment Task Manager Mr. Ramsey,a Principal of the firm has more than 25 years of experience in landfill and transfer station operations,engineering,and construction. He is a registered professional engineer in 11 states, including Georgia. Of particular note for this project, prior to joining Geosyntec in 2002, Mr. Ramsey worked with a major private solid waste company and for five years was responsible for the management of 20 landfills and 20 transfer stations in the Southeast, including a �' number of regional facilities that disposed over 3,000 tons per day. As part of this work, he regularly reviewed operating practices to reduce costs and improve performance. This specifically included review of landfill operating practices, heavy equipment maintenance, capital project planning and budgeting, and staffing. As a professional engineer, he also understands how landfill design and construction has a direct impact upon ongoing and future costs associated with solid waste operations. This experience provides Mr. Ramsey with an understanding of the perspective of a landfill owner and operations manager, helping him to identify simple, robust,and effective means for reducing capital and operational costs. Mr. Ramsey knows the technical issues, the heavy equipment, the day-to-day issues, and can "talk the talk" with landfill and transfer station operations personnel. Robby White, Financial Assessment Task Manager Prior to joining Geosyntec in 2010, Mr.White, a Senior Principal for Geosyntec, has over six years' experience as a landfill manager overseeing day-to-day operations at two regional landfills in Georgia and South Carolina. Because of this experience, Mr. White understands landfill operations from an insider's perspective and . understands every day issues that are faced by these operations. This experience includes staffing levels and organization, heavy equipment procurement and \410, maintenance, managing operations to reduce operating costs, and long and short- range financial planning. 4 Jesse Varsho, P.E., P.G., Operations Assessment Task Manager Mr. Varsho, is a Principal of the firm has more than 15 years of experience in the IV solid waste industry working for both public and private sector clients on both the '/." MSW and industrial waste sectors. Mr.Varsho is experienced in the siting,zoning, . design, permitting and closure of solid waste management facilities, including MSW landfills, transfer stations/MRFs. He evaluates existing facilities for compliance with local, state and federal regulations. Mr.Varsho develops landfill .00 capacity estimates and cost estimates for closure, post-closure care, and waste facility construction. EXHIBIT B James Burnham, Operations Assessment Task Manager Mr. Burnham has more than 25 years of experience in solid waste industry in technical and advisory roles, including financial modeling, operational analyses, , 4,."1", contract analysis and bid responses for solid waste related services, marketplace t' * review and budgeting, project development,and expert witness in legal cases. In addition, he has provided forensic operational and financial assessments for er struggling operations. Over the course of his career, Mr. Burnham has worked .,' rfor a large public solid waste company and as an industry consultant has been i*„, . ' engaged by more than 50 solid waste related companies for assignments that VI vary in scope and size. Members of the Geosyntec team have benefited from a lk .04 seven plus year collaboration with Mr. Burnham. James Herak, MBA, Operations Assessment Task Manager Mr. Herak is a former Supervisor of Landfill Operations for DeKalb County, Georgia has more than 35 years of experience in solid waste industry within the public sector as well as the private sector. He brings both collections and landfill operations experience, as well as equipment and facility evaluation expertise. 400, During his seven years as the operations supervisor for DeKalb County, he worked closely with Geosyntec in their role as a prime contractor with the County. He is a `` SWANA Georgia and National Certified Landfill Operator. 01 '�i p _, a ' ll `"}s y`j t Kimberly Nelson, PhD, MPA, Program Assessment Task Manager Dr. Nelson is the Albert and Gladys Hall Coates Distinguished Term Associate c4ssa, git,• Professor at the University of North Carolina. In addition to her distinguished teaching and research accomplishments on public sector issues she consults with 'fj municipal entities on organizational alignment, structure and strategic planning. In the course of her regional consulting, she has worked with DeKalb County, Georgia. We are pleased to have her on the team to access her public sector expertise to provide organizational diagnostics and strategic planning support. EXHIBIT B 2.5 Organization Chart 7 G r. a R G I A 1 Local Project Coordinator Project Manager Lauren Fitzgerald,PhD,EIT - Bill Gaffigan,MBA,CVA* Company Title: Engineer Company Title: Principal a I Program Assessment Operations Assessment Financial Assessment Task Managers Task Managers * Tom Ramsey,PE* Task Managers Bill Gaffigan,MBA,CVA Robby White* Company Title: Principal Company Title: Principal Company Title:Sr.Principal Sean O'Donnell Jesse Varsho,PE,PG* Company Title: Principal Bill Harris,MBA Company Title: Consultant Company Title: Consultant Subcontractors Subcontractors James Burnham* Subcontractors Kimberly Nelson,PhD,MPA* Rushston&Co(CPA Firm) Recycling/Waste Collections/Contracts *Key Personnel Jim Herak,MBA* Former DeKalb County Operations Figure 1: Proposed Organizational Chart 2.6 Proximity to Area Geosyntec will manage the project from our Kennesaw,Georgia office. Geosyntec has three offices in Georgia with a total of more than 130 employees serving our clients in- and out-of-state. In addition, Geosyntec maintains a presence within Augusta. Geosyntec's Lauren II Fitzgerald, Ph.D.,a member of the Project Team, lives and works out of Augusta. Dr. Fitzgerald is an environmental engineer with over three years of experience in environmental investigations and working with public stakeholders. Geosyntec Team Member Locations City of Augusta The Project Manager, Mr. Gaffigan, also has deep ties to the Augusta area,as several members of his immediate family have lived in Augusta EXHIBIT B for many years. Over the nine-week project, Mr. Gaffigan intends to spend a substantial amount time working in Augusta. 2.7 Financial Responsibility Geosyntec Consultants is financially stable with a strong balance sheet and has the necessary financial and personnel resources to provide services at the level required by the City of Augusta. We are a growing company with approximately$250 million in annual gross revenues and remain debt-free. As a result of steady growth and profitability, Engineering News-Record (ENR) consistently ranks Geosyntec as one of the nation's top environmental design firms. Geosyntec's Dun & Bradstreet rating is IR3 ("good credit approval") and in addition to our own financial resources, we maintain a significant line of credit with Citibank. Upon request,Geosyntec would be happy to provide the City of Augusta with a certified financial statement. 2.8 Conflict of Interest No employee, officer, or agent of the firm have any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project. This proposal is made without prior understanding, agreement or connection with any corporation, firm, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud. In addition, by signing Attachment B, Geosyntec agrees to the Conflict of Interest terms the City of Augusta provided. 3. SCOPE OF WORK 3.1 Geosyntec's Understanding of the Scope of Work Geosyntec understands that Augusta is requesting a thorough review of its solid waste operations and financial condition. As described in the RFP, the review appears timely, since Augusta has financial and operational concerns related to its current operations primarily caused by a lack of strategic planning and/or mission drift that may put Augusta at financial risk. As a result, there is a need to help Augusta better understand the operational and financial health of the current organization as well as make programmatic decisions for the future. Further,we would recommend that Augusta bring"fresh eyes"to the Department to receive non-biased,expert review that draws upon and shares experience gained from other operations and organizations. Because the exact issues to be reviewed will not become apparent until after the work is initiated, we understand the scope of services outlined by Augusta may be further developed and refined during the proposal evaluation process and negotiation of any contract that may be awarded. We have deep experience and a high level of comfort working with "short-fuse" projects that evolve quickly during the work period, and are confident in being able to offer Augusta unique perspective in this regard. EXHIBIT B 3.2 Ability to Perform Work in 60 Days Geosyntec understands that Augusta needs the project to be completed with a sense of urgency, since the project needs to be completed within 60 days of contract award. To that end, Geosyntec has organized its work in a manner that will meet the required schedule (Figure 2). As described previously, we believe that one of the keys to timely completion of the project is to bring to bear experienced, senior level personnel to perform most of the work. Further, we have organized the work to assign specific portions of the review to the professionals who are most familiar with that aspect of the review (for example, landfill operations versus financial reserves). In this manner, different activities can be conducted simultaneously, allowing the work to be completed efficiently as significant findings can be identified quickly and the scope of services adjusted as necessary to bring maximum value to Augusta. Begin-End Weeks Comments 10/01/17 10/06/17 1 10/08/17 10/13/17 2 Mon-8th,Columbus Day 10/15/17 10/20/17 3 10/22/17 10/27/17 4 10/29/17 11/03/17 5 11/05/17 11/10/17 6 Fri-10th,Veteran's Day 11/12/17 11/17/17 7 11/19/17 11/24/17 8 Thur/Fri-23/24 Thanksgiving 11/26/17 11/30/17 9 Total Days 60 Work Days 40 Figure 2: Proposed Dates 3.3 Proposed Project Schedule As shown on the schedule presented below (Figure 3), Geosyntec has considered the time and effort required for the various review components of the project. As can be seen, the schedule requested by the City is aggressive,therefore, Geosyntec will need to work on multiple reviews in parallel. We believe this reality further reinforces our proposed project approach of engaging a group of senior level personnel as a team to tackle all of the review areas requested. EXHIBIT B Weeks: Oct 1 - Nov 30, 2017 Project Tasks __-1111©©©©111111111:11•1 Ana ysis I. Programmatic Review Evaluate Range of Services Evaluate Downtown Garbage Collection Evaluate Department's Structure and Functions Recommend Optimal Organizational Model Evaluate Should Augusta Remain in Landfill Business/Options? II. Operational Review Comprehensive Review of Ordinances Work Flow Processes and Technology Use Review Assessment of Scheduling and Routing System. Assess Opportunities to Enhanced Use of GPS System Evaluate Condition and"Right Sizing" of the Current Vehicle Fleet Landfill Fleet Appropriate in Terms of Number and Type Review Current Performance Based on Industry Standards Recommendations for Streamlining Procedures and Processes Evaluate CNG Program's Cost and Expansion Potential Landfill Compliance Procedures Aligned with State and Federal Regulations III. Financial Review Analyze Rate Structure for Collections and Landfill Evaluate Landfill Rates,Reserves,Capital and Regulatory Requirements Evaluate Staff Scheduling and Process for Managing Overtime Identify Cost Saving Operations and Program Technologies Evaluate Augusta's Vendor Compensation(primarily the haulers) Evaluate Need for a Forensic Audit Figure 3: Proposed Schedule by Task 3.4 Scope of Services - Programmatic, Operational and Financial Review To complete the scope of services, Geosyntec proposes establishing the programmatic, operational, and financial reviews as separate project elements, with the work performed for each element within four phases: (i) background data review; (ii) site visit; (iii) analysis and additional operations review; and (iii) report preparation and communication of findings. Significant overlap exists between work activities in each element: for example, the site visit and analysis will be conducted simultaneously. However, breaking the work into parallel elements with sequential phases within each element allows for maximum efficiency and flexibility. During each phase, Geosyntec will provide feedback to the Department on the different issues under consideration within the programmatic,operational,and financial review elements. Geosyntec's proposed approach to completing the work within the three project elements (i.e., programmatic, operational, and financial review) is presented in Sections 3.4.1 through 3.4.3. Prior to that, however, a brief overview of Geosyntec's vision for a phased approach to project completion is described. EXHIBIT B Phase 1—Background Data Review: In the first phase of work, Geosyntec will perform a review of existing data to better understand the Department's current services, operations, and finances. Preliminary details regarding the information needed for this review are provided in Sections 3.4.1 through 3.4.3 below for each of the three project elements. Upon commencement of the project, Geosyntec will request these data from the Department. Once the data are received, Geosyntec will schedule a site visit under Phase 2. It is expected that initial review of background data will be completed ahead of the site visit, with final review completed after the site visits have taken place. This will enable more contextual understanding of the data. Phase 2—Site Visit: Soon after commencing with the work, Geosyntec will schedule a focused three-day long site visit to meet with Augusta and tour the Department's sites and facilities, including the Deans Bridge Road Landfill and operations support facilities. The site visit is designed to be loosely structured to provide maximum flexibility for the project team, with the goal of identifying and pursuing issues as they become apparent. However, Geosyntec anticipates interviewing Department personnel regarding issues that have been identified from an initial review of background data to gain a more detailed and contextual understating of the facts surrounding each issue. More extensive interviews will be requested with the manager or supervisor responsible for facility operations, maintenance,and financial controls. In addition to interviews,Geosyntec will perform a detailed visual inspection of operating practices and conditions at the Department's operations support, customer services, and landfill facilities. It is expected that during the site visit, Geosyntec personnel may split up to be more efficient with our time. Operational reviews will be focused on either the landfill or collection-related operations support facilities, while financial review will primarily be with Department management accounting personnel. The interviews and visual review of field conditions will help determine if there are any issues that may not have been apparent during the initial background data review, identify data gaps, and confirm that information as presented is consistent with field conditions. The site visit and background data review will enable Geosyntec to develop an overall picture of Department operations and finances for comparison with practices commonly observed at well-run facilities around the country. For example, it is Geosyntec's experience that operational procedures tend to be heavily influenced by past internal practices, and as a result, well meaning, hard-working personnel can nonetheless become unaware that their operations are either ineffective or inefficient. Phase 3—Analysis and Additional Operations Review: Following the site visit, Geosyntec will commence with analysis of findings while completing the data review. Specific details regarding the analysis performed for each project element are provided in Section 3.4.1 through 3.4.3. Some supplemental operational review tasks may be required based on findings,which may require additional site visits. Note that our Project Manager, Mr. Gaffigan, and our local project coordinator, Lauren Fitzgerald, Ph.D., will remain available to perform follow-up site visits on an as-needed basis should issues be identified that were not fully addressed during the three-day site visit. Mr. Gaffigan can work out of August as-needed during the nine-week project schedule to provide superior project management and access. Phase 4- Report Preparation and Communication of Findings: Once the site visit is completed,Geosyntec will commence with drafting a report outlining our main observations and recommendations. By proactively commencing with preparation of the report while completing the analyses of different project EXHIBIT B elements, Geosyntec can meet the aggressive schedule for project completion in 60 days. Details regarding the anticipated deliverables to be provided are described in Section 3.5. 3.4.1 Programmatic Review The overall purpose of the programmatic review is to look at the "big picture" with regard to how the Department is organized, the services it provides, and long-term planning required to provide services to the public. As part of the programmatic review,the Project Team will evaluate the overall organizational structure of the Department, staffing levels, and the resources available. We will select and employ a rigorous organizational diagnostic model that allows us to get a better understanding of whether the current structure and services provided by Augusta are consistent with good industry practices and, if not, where improvements can be made. Geosyntec will initially perform a review of existing data pertaining to the Department's programs. Information needed for this review should be provided in electronic format. A preliminary list of information that would be helpful for Geosyntec to review for the assessment includes: Summary and detailed data describing the services A complete organizational chart for all Department provided by the department functions. Description of service,contracts, documentation,and issues concerning downtown garbage collection A list of employees,tenure,and backgrounds by function Departmental policies and procedures Any prior studies or position papers on Augusta's being in the landfill business We would expect that in performing the operational and financial reviews outlined in the next sections, many answers to programmatic questions will also be revealed. Generally, it has been our observation that when public entities provide valuable services that are well planned and operated,the value of these services is made apparent in a number of ways, including: • Employees that are engaged, knowledgeable, and interested in learning; • The mission of the organization is clear, can be readily understood by employees, and is proactive within the community; • An organizational structure that is clear, allowing employees to understand how their role promotes the overall mission; • Established systems are in-place for organizing and reviewing data related to operations and finances; • Long-term planning and regular assessments of the value of services provided occur; and • Consistent and transparent communication takes place with elected officials and the public in general. While these traits do not perform the day-to-day tasks of any operation, they form the foundation upon which the individual employees and the overall organization can thrive. Therefore, as the project Team EXHIBIT B performs its programmatic assessment of the Department, these qualitative traits will be reviewed in addition to the quantitative review of financial reports, maintenance records, and organizational charts. Our programmatic review will also address the following five subtasks and questions specifically requested in the RFP: • Evaluate the range of services provided by the Department and recommend any needed changes based on industry best practices; • Evaluate downtown garbage collection; • Evaluate the Department's organizational structure and functions; • Recommend appropriate alignment between services, structure, and personnel (optimal organizational model); and • Should Augusta remain in the landfill business? "Should Augusta remain in the landfill business?" We believe the answer to this question is strategic in nature and is core to defining the mission of the Department. As such it needs to be evaluated from a strategic perspective. Our view from a purely financial perspective is that the 63 million plus cubic yards of airspace at Deans Bridge Road Landfill represents a significant asset to the City. The closure and post-closure responsibility associated with owning the landfill represents a smaller but significant long-term liability. The landfill operations should be a long-term (100 year plus) source cash inflow from operations while purchase of equipment and the construction activities require a significant use of cash. The level of cash inflow expected from a landfill is not static, as there are always potential changes that may affect volume including economic growth, recycling and competition. For example, a new construction and demolition (C&D) landfill is currently being developed by a private entity in the Augusta market. This will likely have the effect of lowering C&D volume to Dean Road. Also,there is potential for a private entity to utilize a transfer station to move waste that is not under City contract to another landfill based on comparative economics of the alternative total cost of transfer, transportation, and disposal cost to the other facility most likely owned by private entity. Whether to remain in the landfill business it is not the same question as "should the City of Augusta continue to own the landfill?" There are options that fall outside of being an owner/operator and selling the landfill. There are many managed competition arrangements available to the City to structure receiving both short-term and long-term financial benefits, transferring the long-term liabilities and protecting citizens from undesirable price increases and environmental issues. We can recommend and evaluate the alternatives for the Department. In addition, we have experience with multiple clients who have established or operate in a flow control market. EXHIBIT B 3.4.2 Operational Review The overall goal of the review is to provide Augusta with a high-level review regarding the efficiency of Department operations and to help identify areas were improvements can be made or current operating practices are not in conformance with general industry standards. For this, Geosyntec needs to develop an understanding of the effectiveness,efficiency,and compliance profile of the Department's operations. Our experience is that operational reviews provide significant insights into understanding current and historical financial performance, cost structure, and historical capital expenditures. This review will provide vital information necessary to make a recommendation concerning the need for a forensic audit. To better understand current operations provided by the Department, Geosyntec will initially perform a review of existing site data related to overall operations. Information needed for this review should be provided in electronic format. A preliminary list of information that would be helpful for Geosyntec to review for the assessment includes: Brief history for each facility and major developments or contracts impacting their Design plans and latest aerial topographic survey for the operations (Including the CNG filling station in Deans Bridge Road Landfill Hephzibah). Last Strategic Plan (if available) Past 5 years' landfill waste receipts and disposal space planning review Last 5-year Capital Plan (if available) Local ordinances and/or contracts that have a significant impact on operations Organizational structure and personnel assigned to Bid and final cost information for major capital projects each facility undertaken in the past 5 years Major contracts related to truck and equipment Truck and heavy equipment register by age and engine maintenance hours Major software used to manage maintenance,track Truck and heavy equipment maintenance summary waste receipts, schedule and route collection records vehicles,and track compaction at the landfill From this information, Geosyntec will gain an overview of the existing Department operations. In addition,we will identify any preliminary data gaps and make recommendations for further data collection needed to address these data gaps,scanning through information quickly to focus on truly relevant issues. Based on prior experience and information obtained from Augusta,the background data will be reviewed for the following major operational issues: • Equipment fleet size and use and whether the fleet is appropriately sized for the required services; • Is there is a clear relationship between maintenance, usage, and age and the decision to replace or maintain trucks and equipment; EXHIBIT B • Wage and salary expenditures, use of overtime; • Capital costs for landfill construction; • Capital costs for collection vehicles and heavy equipment; • Collection scheduling and routing; • Trucking and heavy equipment maintenance expenses, along with use of outside vendors versus internal mechanics; • Landfill operating costs, including internal resources and outside vendors; • Use of software for collection and disposal (i.e. truck routing, tracking services, charging customers, recording waste receipts at the landfill, GPS use for trucks and equipment, etc.); and • Disposal space planning and budgeting. With this information, we can quickly review Department operations to assess efficiency as compared to typical industry standards, review existing information systems used to plan and track operational expenses, and assess the reasonableness of capital and annual expenses. During our operational review, we will execute the ten following subtasks specifically requested in the RFP including: • Conduct comprehensive review of ordinances that govern the business; • Review work flow processes and use of technology; • Review scheduling and routing system; • Review the current GPS system and identify areas for enhanced usage and effectiveness; • Evaluate the current vehicle fleet, including condition and replacement schedules, maintenance schedules and costs; • Assess whether the landfill fleet is appropriate in terms of number and type of vehicles; • Review current performance measures based on industry standards; • Provide recommendations for streamlining procedures and processes for current and required functions; • Evaluate the CNG program, including the cost structure and the feasibility of/need for expansion; and • Assess whether compliance procedures at the landfill are aligned with applicable state and federal requirements. EXHIBIT B 3.4.3 Financial Review The purpose of the financial review is to obtain a third-party evaluation and recommendations concerning specific questions and issues currently confronting the Department related to: (i) rate structure; (ii) cost of services; (iii) potential cost savings; (iii) sufficiency of reserves and (iv) evidence suggesting fiscal impropriety that may warrant recommending a forensic audit. The Geosyntec teams has the experience and analytical tools to address these questions and issues. We have conducted a number of evaluations after management changes. This review will provide vital information necessary to make a recommendation concerning the need for a forensic audit. Similar to the operational review, to better understand Department finances Geosyntec will initially perform a review of existing data. Information needed for this review should be provided in electronic format. A preliminary list of information that would be helpful for Geosyntec to review for the assessment includes: Past 3 years'financial results Current calculation and supporting documentation for landfill closure and post-closure and other reserves Last Strategic Plan (if available) Top 25 customers by revenue Last 5-year Capital Plan (if available) Accounts receivable and aging Annual budgets for the past 3 years Access to check register Procedures for handling cash Current rate structure for collection and disposal services provided Procedures for procurement and capital projects Organizational structure and personnel assigned to each facility From this information, Geosyntec will gain an overview of the existing Department finances. In addition, we will identify data gaps and make recommendations for further data collection needed to address these gaps, scanning through information quickly to focus on truly relevant information. During our financial review, we will execute the six subtasks specifically requested in the RFP. A brief summary of our initial approach is listed below: • Analyze the rate structure for collections and landfill: We understand that the landfill disposal rate structure is under scrutiny. It has not been modified for CPI adjustments for five years and has a volume based scale which has drawn criticism surrounding issues of fairness for all haulers. The Department's decisions to not make annual CPI adjustments to the disposal rate structure has potentially resulted in forgone revenues in the range $1.25— 1.5 M over the prior five years. In addition, in our experience,annual evaluations of the rate structure are critical because even a CPI based adjustment mechanism does not cover the greater than inflationary cost increases related to employee benefits, particularly retirement that public-sector typically experience. Our technical framework for analyzing tipping rate EXHIBIT B structures contains multiple dimensions including: relationship of rates to the actual cost of providing the services, need to fund reserves, potential to drive changes is waste receipts(up or down) and the objective as well as stakeholder's perception of the reasonableness of the rate structure. • Evaluate the rate structure and level of reserves required to support current and future operations, and capital and regulatory requirements for the landfill: Geosyntec will review existing calculations for closure, post closure against GASB Statement No. 18 requirements as well as other reserves for reasonableness. Geosyntec will also evaluate funding requirements for projected near-term capital and construction expenditures. • Evaluate staff scheduling and process for managing overtime. • Identify cost saving technologies to support current and future programs and operations: There is a rapidly growing universe of technologies available to support operations and programs. Cost savings from the adoption of modern technologies requires both a needs analysis and financial analysis of expected benefits. Augusta has already made significant investments in technologies. Examples include software such as the Insight customer service system and the on-board scales, GPS and in-cab routing systems required by Augusta for its hauling vendors, Advanced and Inland. We believe the first phase an evaluation should include a survey as to whether Augusta is receiving the expected benefits from its existing technology investments. • Assess whether Augusta is compensating its vendors (primarily haulers) adequately for the work they perform: It is our understanding that the long-term collection contracts currently in place are under evaluation for renegotiation mid-term. We have read the 2012 Augusta Georgia Solid Waste and Recycling Collection Agreements between the City its vendors. We understand the agreements and recognize that the vendors' compensation mechanism has multiple several components and variables. Geosyntec can support the City in those renegotiations. We are well positioned to evaluate the adequacy of the compensation. We have well-developed frameworks for analyzing private sector hauling companies profit structures and their required rates of return. • Review city-wide external audit, financial practices, and other information to determine if a forensic audit is recommended: We will provide a recommendation concerning a forensic audit. This recommendation will be based on our review of the results of the latest city-wide external audit,which will be further informed by information obtained from our operational review and our applied experience. In the city-wide audit,we will be focusing one two things, first is the existence of "red flag" audit specific language, such as material weakness, significant deficiency in control, material misstatement, and noncompliance with certain provisions, and second, we will review the scope and limitation statements as to which procedures were done and opined upon. If needed,we have access to specialized resources. We have developed a working relationship with Rushton & Company a Gainesville, Georgia based CPA firm which has a specialized in Public-sector accounting and audit practice. They have staff who hold Certified Fraud Examiners(CFE) credentials. We have discussed the RFP with them and subject to the requirements of the final scope of services can utilized there expertise strategically on an as-needed basis. EXHIBIT B 3.5 Deliverables The final deliverables, subject to further discussion with the Department, will include a PowerPoint Executive Summary and a written report. The PowerPoint Executive Summary will be presented to the Department, in Augusta, by the Project Manager and two task managers. The written report will describe what we did, what we learned, and will be responsive to the specific programmatic, operational, and financial issues and questions listed in the RFP. The report will have an executive summary. 4. RESUMES Key Personnel resume are provided in Attachment 1. 5. REFERENCES WITH PROJECT DESCRIPTIONS Integrated Solid Waste Operations Review and Assessment Solid Waste Authority of Central Ohio (SWACO), Franklin County, Ohio SWACO manages over a million tons of solid waste annually through an integrated regional network of Mr.Ty Marsh, Executive Director waste processing, transfer, and disposal facilities in a Address: 4239 London Groveport Road, flow control environment. Following a major turnover Grove City, OH 43123 in executive management, SWACO needed a top-to- Email: ty.marsh@swaco.org bottom review of their operations to assure their Fax: 614-871-5103 stakeholders that the organization could continue its Phone: 614-801-6437 mission well into the future. Geosyntec provided an independent assessment of their solid waste operations, financial planning, staff organization and - maintenance operations. This included a review of ` . • landfill and transfer station operations, landfill gas ,. .._ (LFG) systems, heavy equipment maintenance, capital P4 * ~ VIM • a= projects planning, financial reporting, in-house !.' 3 �. � ��" engineering, and overall organization of their operations. Geosyntec conducted a records review and on-site review and assessment, including interviews and surveys. Facilities reviewed included SWACO's operating and closed landfills, LFG systems at both landfills, and two transfer stations. Issues of focus included: landfill and transfer station operational procedures, landfill gas collection system operation, equipment procurement and maintenance,personnel organization,financial planning,financial reporting, and capital projects procedures. Geosyntec's team of professionals with decades of experience in the review areas. Based on our extensive experience with landfill finances and operations, as this work was completed, we could quickly gain a high-level understanding of the organization, finding both strengths and weaknesses of operational and financial practices and procedures versus typical industry standards and benchmarks. We made several presentations to SWACO management to help them create a plan and schedule for implementing changes to their organizational structure, overhauling budgeting procedures EXHIBIT B and cash flow tracking systems, and improving data collection and management systems. We also provided SWACO with a revised capital planning model and risk management approach. Geosyntec's review was used to gain an understanding of where their operations were well-run as well as find areas where improvements could be made. The experience and understanding of our professionals with "real-world" solid waste operations and financing allowed Geosyntec to develop prioritized, actionable recommendations to our client for improving operational efficiency and long-term planning with the goal of achieving an optimized operation that will remain strong well into the future. Solid Waste Management System Budget, Cost of Services, and Reserve Analysis Dalton Whitfield Solid Waste Authority (DWSWA), Dalton County, Georgia DWSWA owns and operates highly integrated solid Mr. Dirk Verhoff, Executive Director waste infrastructure that includes two landfills, a MRF, Address: 587 Gazaway Drive SE a commercial landfill gas-to-energy project, public Dalton, GA 30721 drop-off centers and transfer facilities, and a Email: dverhoeff@dwswa.org countywide recycling program. DWSWA operates this Fax: 706-277-2546 system within the flow-control environment. As with Phone: 706-264-2762 other municipal entities, they were encountering challenges and opportunitiesp g resulting from changing k .�; financial conditions in the general economy coupled '~ with changing costs of waste management services, increased demand for services, increased recycling mandates, and the need to justify fees assessed for services within the jurisdictions they serve. Geosyntec performed a comprehensive financial analysis of DWSWA, providing strategic consulting on a range of issues. Major goals included completing their annual budget cycle and establishing prices for the services performed. We also provided consulting support to help DWSWA better understand the regional marketplace and address assertions that their services were not cost competitive. Geosyntec's expertise in analyzing integrated waste systems provided perspective and a factual basis that allowed our client to complete annual budgeting in a timely fashion, identify long-term financial trends, identify needed changes to fee structures,and estimate accruals needed for long-term reserve requirements. EXHIBIT B Long-term Solid Waste Planning Options Study Frederick County, Maryland Frederick County operates an integrated solid waste Mr. Kevin Demosky, Director management system that manages over 175,000 tons Address: 12 East Church Street of solid waste annually within the County, with Frederick, MD 21701 operations that include single stream recycling, Email: KDemosky@FrederickCountyMD.gov organics composting,solid waste transfer,and disposal Fax: 301-600-2521 facilities. In December 2014, the State of Maryland phone: 301-600-2963 issued a Zero Waste Plan in which overall targets for recycling will increase to over 80% over the next 25 TotalWaste years. The County currently achieves an overall 2710001°n= recycling rate of 50% as measured by state guidelines, ,;:;;;;el t;zl Trash however, in an effort to stay ahead of State 27,000 tons 77,000 tons 30,000 tons 137,000 tons requirements, they retained Geosyntec to support MATERIALS VARIES COMPOST LANDFILL their efforts to identify and review potential options RECOVERY 53%IS _Fe O t-o=Count' FACILITY Commemai sai for increasing recycling and waste diversion rates over (MRF) both near- and long-term horizons. Geosyntec's 734,000 tons diverted from landfill Source:2013 MRA Report evaluation of potential hard and soft infrastructure (49.5%) Tonnage values rounded to nearest 1 000 options and programs included cost-benefit analyses, lifecycle cost and environmental footprint assessment, review of operational complexity, and ease of integration into existing County programs. Based on this, Geosyntec helped the County develop a strategic plan for phased implementation of selected systems to meet incremental recycling and diversion goals through 2040, initially focusing on composting of food scraps from residences, restaurants, and public schools. Geosyntec's support enabled the County to identify potential paths for increasing waste diversion and recycling to meet their goals for sustainable waste management. Our professional's experience and understanding of advanced yet workable solid waste management systems and technologies allowed us to develop prioritized, actionable recommendations, providing critical input to guide future steps toward higher waste recycling and diversion while avoiding potential costly mistakes associated with unproven or speculative concepts and technologies. EXHIBIT B ATTACHMENT 1 RESUMES EXHIBIT B William GAFFIGAN, MBA CVA Specialties Project Manager ✓ Project Management V Strategic Planning Career Summary ✓ Valuation of landfills Mr. Gaffigan is the Director of Environmental Finance and Economic V Rate and cost Analysis V Consulting for Geosyntec and is based in Atlanta. He is a financial Analysis of Public Sector professional with more than 25 years of experience as an executive and financial statements consultant in the solid waste industry. In his solid waste industry career, V Reserve Analysis including GASB#18 he served as a regional controller over 22 operations for a large public waste company, and Vice President of Mergers and Acquisitions. He has Education: al entities, investors, MBA,Finance,West Virginia consulted for municipal private waste companies. He University,WV has valued over one hundred hauling, transfer station, MRF and landfills B.A.,Economics,Indiana University and has closed approximately 60 transactions. He has also been called of Pennsylvania,PA upon and qualified as an expert witness on valuation of solid waste Registrations/Certifications operations and landfill costs and has extensive experience in financial CVA-Certified Valuation Analyst, review and management associated with solid waste systems. He has National Association of also conducted multiple Statement No. 18 of the Governmental Certified Valuation Analysts Accounting Standards Board(GASB)Accounting for Municipal Solid Waste Landfill Closure and Post Closure Care Costs reserve analysis. Relevant Experience Cost of Services, Dalton-Whitfield Regional Solid Waste Authority, NW, GA. Project Manager for advisory engagement to provide a cost of services and financial analysis in support of the DWRSWA annual budgeting and planning cycle. Provided recommendations on multiple issues including pricing as well as closure and post closure reserves. DWSWA has a highly integrated solid waste infrastructure that operates within a flow control environment. They own and operate a MSW landfill,an industrial landfill,a materials recovery facility,a commercial landfill gas-to-energy project,waste convenience/transfer facilities,and a countywide recycling program. Financial and Operations Analysis,SWACO. Provided advisory services as project director and project manager for projects encompassing long-term planning, operations analysis, financial analysis and policy recommendations to improve the performance of an integrated waste transfer, disposal and recycling system which handles approximately one million tons a year. Subsequently engaged for additional phases to develop benchmarking as well as input to strategic planning. Recycling Composition Study,Santa Rosa County,FL. Project Director for a recycling composition study of residential curbside single-stream material. The study was developed to better understand the quality, quantity and composition of material collected from the County's three franchise zones by private waste collection franchisees. Additionally, served as a technical advisor for a landfill master planning project which included planning for optimization of airspace and gas production for a planned landfill gas(LFG)project. Solid Waste Management Options Study,Frederick County,MD. Technical lead for an in-depth stakeholder focused study of long-term waste planning and diversion options. Engagement included qualitative and quantitative evaluations of a significant number of waste diversion options which included, among others, a three-container curbside collection program,centralized and distributed composting,and an advanced MRF. MRF Operations and Cost Study,Mecklenburg County,(Charlotte)NC. Project Manager.Lead advisory engagement with Mecklenburg County's Land Use&Environmental Services Agency involving their MRF. This MRF,known as the "Metrolina" MRF, can process 80,000 ton per year of single stream material. Advisory components included determination of current and long-term cost of operations as well as short and long-term financial planning EXHIBIT B recommendations related to the renegotiation of the operations contract with a third party and future infrastructure investment. Feasibility Study Landfill Gas to Energy, Maryland Environmental Service, Maryland. Technical lead. Conducted financial analysis on proposed landfill gas to electricity project. Modelled projected financial performance including generation revenue,value of renewable energy credits, O&M costs and capital expenditures. Valuation of Collection Routes, City of Wa/a Wa/a, WA. Served as subject matter expert on a litigation support engagement to value residential hauling routes located in an area annexed by a City. The routes were operated by a private waste company at the time of annexation, but would be serviced post annexation by the City. Valuation of a Landfill Development, Polk County, FL. Served as subject matter expert on a litigation support engagement to evaluate claims by a developer of damages to a landfill and materials handling project based on the permitting entitlements requested verses provided by County. Engagement components included a market study, revenue and cost modeling and an expert report. Valuation of C&D Recycling Facility, Confidential Private Owner, Central Pennsylvania. Technical lead in valuation of a 1,000 ton per day C&D recycling operation for management planning purposes. The engagement included the evaluation of multiple potential add-on alternative energy projects at facility including the gasification of bio-mass (C&D)to produce liquid fuel. Integrated Waste Disposal System Valuation Engagement, Taylor County Landfill, Confidential Private Investor. Project Manager. Conducted operations and financial due diligence and determined investment value for an integrated waste system which included hauling,transfer stations and rail components. Purpose:acquisition. EXHIBIT B THOMAS B. RAMSEY, P.E. Specialties Operations Assessment Task Manager V Environmental Design and Construction Career Summary ✓ Solid Waste Operations and Financial Analysis Mr. Ramsey has more than 25 years of experience in solid waste management ✓ Civil Engineering industry in technical, operating, and advisory roles, including economic Education: analyses, operational review, design, and construction. In the course of his career, he was responsible for planning and operating results at over a dozen M.S.,Environmental Engineering, Georgia MSW and C&D landfills and transfer facilities. Specific projects that Duke University illustrate his experience include the following: B.S.,Civil Engineering,Dartmouth College Relevant Experience B.A.,Engineering,Dartmouth College Overall Financial and Operational Review and Assessment, Solid Waste Authority, Central Ohio. Work included a high-level assessment of landfill Registrations/Certifications finances, operations, capital budgeting, and staffing for two 600 ton per day (TPD)transfer stations and a 3,000 TPD operating landfill. Provided a prioritized Professional Engineer:GA and 10 other states assessment of recommendations to improve financial planning and operations to properly set service rates to be charged in the future. Long-term Solid Waste Planning, Frederick County, MD. Work includes public outreach and technical review associated with identifying waste processing options available and diversion to meet Maryland zero-waste goals. Effort includes public workshop outreach, identifying potential technologies, identifying expected costs and impact on existing rate structures,and presenting results based on technical review and public feedback. Provide Expert Guidance to Landfill Privatization and Host-Agreement,Loudon County, TN. Reviewed draft request for proposal to provide insight on contract terms and conditions which would best serve the County's interests while maximizing interest by private waste disposal services companies. Perform Market Review for a Greenfield Demolition Debris Landfill Development,Norfolk, VA. The work included the determination of market volumes, pricing, and competitors to determine the best and highest use of property that was under negotiations for potential condemnation proceedings. Integrated Collection, Processing, and Disposal Market Reviews Providing In-depth Detail of Company and Competitor Facilities,Market Share, Waste Flows,and Pricing, Waste Management,Inc.,Atlanta,GA and Charlotte, NC. This comprehensive market review included analysis of both internal operations as well as the competitive market. Reviewed existing collections operations cost and routing efficiency, matching billing to service levels, and reviewing the types of efficiency of collection equipment for the various service agreements in the market area. EXHIBIT B ROBBY WHITE Specialties Financial Assessment Task Manager ✓ Waste Containment Facility Planning&Design V Coal Combustion Residuals Career Summary Management Mr.White's areas of expertise encompass a wide array of landfill management V Landfill Management and environmental consulting services. Mr. White spent six years working as a Consulting district manager and environmental protection manager with Waste V Environmental Permitting& Management in Georgia and South Carolina. He directed landfill permitting and Regulatory Compliance expansion efforts, and provided environmental and regulatory leadership for ✓ Landfill Gas-To-Energy numerous facilities. His responsibilities included budget and operating metric Education: monitoring for constant improvement of processes, procedures, and overall B.S.,Biology,University of South quality performance. He ensured compliance with Solid Waste Regulations for Carolina,Columbia,SC Subtitle D, C&D, and industrial waste landfills. Mr. White assisted in the Registrations/Certifications permitting, building, and operation of a 2,400 cubic foot per minute landfill gas 40 Hour OSHA 29 CFR 1910.120 to energy facility. Relevant Experience Financial Analysis, Matlock Bend Landfill, Tennessee. Due to concerns that the County may not have sufficient funds for Closure and Post-Closure Care(C/PCC),Geosyntec was retained by Louden County to conduct a review of their Operating Contract and C/PCC accrual mechanisms. Mr. White reviewed historical waste receipts, contract requirements, C/PCC costs, permit conditions, and local economic conditions to develop an economic model that predicted the County's C/PCC reserves at closure. The model predicted that the County was under accruing for C/PCC by over$3.00 per ton. As a result of Geosyntec's evaluation, Louden County is working to revise its Operating Agreement with their third-party contractor. Landfill Management,Superior Landfill, Savannah, Georgia. As a District Manager Mr. White was responsible for the day-to-day operations, budgeting, financial forecasting, capital planning, construction, environmental compliance, permitting, safety, and equipment maintenance. Mr. White developed annual budgets for the facility that included over$12 million in revenue and $7 million in operating expenses. As part of the budgeting process, Mr.White also calculated the remaining life of site capital needs for operations,closure,and post closure care. These data were used to determine the depletion expense for each cubic yard of remaining airspace. The depletion expense was incorporated into the annual budget. Mr. White was then responsible for implementing the annual budget and ensuring on a continuous basis that expenses tracked with revenue to ensure profitability. Mr. White provided weekly financial forecasts. Through this process Mr. White became intimately familiar with managing expenses levels such that they corresponded with revenues on a per ton basis. Landfill Operations,Superior Landfill,Savannah,Georgia. During Mr.White's tenure at Superior Landfill,the landfill tonnage doubled. As a result, Mr.White,continuously reviewed staff levels,equipment needs,and operating hours to accommodate the increasing volumes. Mr. White oversaw the maintained program for the landfill's yellow iron fleet. As a result of Mr. White's management, the facility reduced maintenance expenses over 35% on a cost per ton basis. C&D Mining, Superior Landfill, Savannah, Georgia and Oakwood Landfill, Blufton, South Carolina. Mr. White analyzed wastes streams from the two facilities that totaled 600 TPD. Based on the nature of the waste streams, Mr.White identified portions,specifically old corrugated cardboard and ferrous metals,that could be isolated at the landfills' active disposal areas. The materials were selected due to the inbound volume and strong pricing as a commodity. Utilizing methods that required minimal capital investment, Mr. White estimated the facilities could divert 17%of their combined C&D volume. The project was projected to extend the life of each landfill and improve profitability. EXHIBIT B C&D Sorting Facility, Superior Landfill, Savannah, Georgia. Mr. White performed a waste analysis and feasibility study to determine the viability of a C&D recycling program at Superior Landfill. The waste analysis identified 450 tons of existing C&D volume suitable for sorting. Utilizing a manual and physical sorting system, it was estimated that 60%of the waste stream could be recovered and sold at a blended gross revenue rate that was higher than the facilities tipping fee. The$11.4 million plant would have employed 25 people and processed over 60 tons per hour of mixed C&D waste. Mr. White built a complex economic model for the project that determined that the project would significantly improve the profitability of the landfill and extend its life. Mr. White worked with County leadership and the Savannah Economic Development Authority to ensure county wide participation and improve the economics of the project. Curbside Recycling Program, Chatham County, Georgia. Mr.White worked with county administration and elected officials to implement a curbside recycling program in Chatham County. Mr. White helped the county review alternatives with varying levels of county participation that ranged from a county mandated program to a private program with voluntary participation. Waste Diversion, City of Savannah, Savannah, Georgia. Mr. White served as a team member with other local leaders from within the waste sector to identify opportunities for waste diversion in Savannah. The teamed worked with a delegation from Boras, Sweden to identify practices and technologies used in Sweden that could be implemented in Savannah. The most promising, was Boras' food waste recycling via anaerobic digestion. The biogass from the digester was converted to Compressed Natural Gas (CNG)and used to fuel the city vehicles. Membrane Bioreactor (MBR) Leachate Pretreatment System, Lee County Landfill, South Carolina. Mr. White reviewed historical leachate quality and flow to determine potential treatment technologies. Mr. White then performed a life cycle cost analysis for each treatment train. Based on the life cycle cost analysis and other criteria, Mr. White worked with the facility to select the most appropriate treatment system. After selection, Mr. White served as Project Manager for the design and installation of a 50,000 gallon per day MBR pretreatment facility. EXHIBIT B Jesse P. Varsho, P.E., P.G. Specialties Operations Assessment Task Manager V Solid Waste Operations, Management Career Summary V Long-Term Solid Waste Planning Mr.Varsho has more than 15 years of experience in the solid waste industry for ✓ Reserve cost estimation both public and private sector clients. Mr. Varsho is responsible for assisting V Compliance with the siting, zoning, design, permitting and closure of solid waste management facilities,including MSW landfills,transfer stations/MRFs and CCR Education: landfills. He evaluates existing facilities for compliance with local, state and B.S.,Geological Engineering and federal regulations. Mr.Varsho develops capacity estimates and cost estimates Geology,University of for closure, post-closure care,and construction. Wisconsin-Madison Registrations/Certifications Relevant Experience Professional Engineer:In 9 States Long-Term Solid Waste Planning and Engineering Services, City of Morris, Professional Geologist:In 1 State Morris, Illinois. Project Manager responsible for developing a remedial and closure strategy for Parcels A& B that were out of compliance due to abandonment of the existing landfill operators. Supervised field activities that consisted of evaluating landfill monitoring systems, remedial activities of monitoring systems and groundwater, leachate, and landfill gas management systems along with delineation of waste filling activities. Proposed a revised leachate and final cover system that resulted in potential client savings more than$3,000,000 construction costs. Solid Waste Planning, Market Analysis and Engineering Services. Los Alamos County, Los Alamos County, New Mexico. Assisted in the evaluating various sites for potential landfill development along with closure of the existing unpermitted landfill. Assisted in the development of financial performa for comparison of various long-term solid waste solutions such as: in county landfill,transfer to out of county landfill,and rail. The existing MSW landfill had undefined limits of waste along with a waste slope failure that required remediation. Also, he was responsible for developing the final landform,evapo-transpiration final cover,closure plan,and closure/post-closure cost estimates for the existing landfill facility. Evaluated alternative final covers to support a solar energy project. Solid Waste Planning and Audit Services, West Cook Solid Waste Agency, West Cook County, Illinois. Project engineer responsible for performing MSW landfill audits for potential and existing landfill facilities as part of the Regional Disposal Project(RDP). Assisted with the review and analysis of operations,slope stability,operations and groundwater monitoring data from approved disposal facilities. Updated ongoing environmental audits of these landfills. Prepared technical report addenda as to the compliance status of facilities based on permits, permit applications,and supplemental information supplied by the client. Solid Waste Compliance and Audit Services, Rock River Environmental Services (RRES), Winnebago and Rochelle Counties, Illinois. Project Manager responsible for performing operational and compliance audits at two landfills, two transfer stations and one compost facility. Performed volume calculations to determine in-place waste density versus waste compaction activities to assess various waste compaction modifications. Review operational plans to determine compliance with observed operations and recordkeeping. Odor Management, City of Doral, Florida. Provided technical services to develop an odor monitoring plan to determine the odor source causing citizen complaints related to either an adjacent waste to energy facility,compost facility, or operation MSW Landfill. Placed citizen's odor complaints within GIS database with Odor D/T measurements to determine the various odor"fingerprints";and develop appropriate corrective actions to address them. Provided odor monitoring training to city employees on the technical components of odor monitoring. EXHIBIT B James D. Burnham Specialties: Collection and Contracts Services Assessment V Collection&Solid Waste Operations Career Summary ✓ Financial Analysis bids and Contracts Mr. Burnham has more than 25 years of experience in solid waste industry in ✓ Project Development technical and advisory roles, including financial modeling, operational analyses, bid responses for solid waste related services, marketplace review and Education: budgeting,project development,and expert witness in legal cases. In the course B.S.,Civil and Environmental of his career, he has worked for a large public solid waste company and as an Engineering,University of industry consultant has been engaged by more than 50 solid waste related Wisconsin companies for assignments that vary in scope and size. Specific projects that illustrate his experience include the following: Relevant Experience City of Boston RFP for Collection Service(no disposal). Work included a bonded submittal, alternative equipment evaluation,GPS and volume productivity assessment,financial modeling,competitor analysis,and written submittal. Each of the five districts were independently evaluated and required a unique operational approach for municipal solid waste, recyclables, yard waste, bulky, electronics, special events, and municipal services due to district size (tonnage from 28,000 tpy to 62,000 tpy),geographical location(typical residential to one-way alleys requiring special vehicles),and specific operating days with hard time stops. Collection RFP Responses, Various Companies. 30+ RFP or bid responses for MSW, Recycling, and Yard Waste collection services prepared with proprietary financial and operational services model throughout the Northeast and Midwest. Solid Waste Planning and Development Advisor to a County Board, Kendall County, Illinois. Comprehensive assignment reporting to the County Board for the development of a technology park to encourage waste conversion technologies and recycling as well as provide a location for new landfill. This several years initiative included competitive landfill pricing and volume analysis, conceptual design of technology park, updating Solid Waste Management plan, updating Local Siting Ordinance, essential elements of host agreement, preliminary facility location search, public outreach,solicit and evaluate proposals from interested parties. Participant in County Board and Committee meetings as requested. Market Place Disposal Infrastructure Planning and Development, Browning-Ferris Industries, Greater Chicago Metropolitan Area. Large metropolitan market had limited disposal capacity that required transitioning collection services from direct-haul disposal to long-haul facilities. This three-year project included leading a team to perform a comprehensive market pricing and operational review followed by a strategic plan to replace the disposal infrastructure. The$90+M infrastructure expenditure included the acquisition of a rail-serve landfill,the expansion of two distant landfills,and the development of three transfer stations. Landfill Financial Modeling and Valuation, Various Companies. 75+landfill evaluations including historical analysis and financial projections, market place pricing and competitive analysis for various municipal solid waste, construction & demolition, and special waste facilities throughout the United States. Functioned as an expert witness in several lawsuits relating to landfills. EXHIBIT B JAMES S. HAREK Specialties Operations Assessment Task Manager ✓ General Management of Collection&Disposal Operations Career Summary Education: Mr. Herak's career spans 40 years of experience in the general management of BA Liberal Arts,John Carroll municipal solid waste collection and disposal operations,as well as industrial by- University product and waste processing operations. This experience includes the hiring of MBA,\Case Western Reserve supervisory and operational personnel; development and implementation of University incentive compensation programs; determination of equipment specifications; Registrations/Certifications purchase of equipment; implementation and management of equipment Georgia Landfill Operator maintenance programs;preparation of annual operational and capital budgets; SWANA Landfill Manager monthly financial review of operations, including variance analysis of actual SWANA C&D Manager performance to budget; development and implementation of environmental compliance procedures; development of specifications for projects requiring outside, third party contractors; and providing management of oversite outside contractors. Specific assignments which highlight the aforementioned experience are as follows: Relevant Experience DeKalb County Department of Sanitation,Superintendent of Landfill Operations. Daily management of a 2000 TPD landfill; activities included supervision of MSW disposal operations, yard debris /compost processing, concrete recycling,landfill gas collection system operation and various construction&maintenance activities associated with landfill operations; interfaced with officials from GA EPD on compliance matters relative to the operation of the facility;interfaced with consulting contractors on gas collection system construction,energy facility 0&M, new cell construction and capping construction; collaborated with consulting engineers in preparing tonnage data for the annual density calculation; provided specification input for purchasing, rebuild and maintenance of mobile equipment;attended to employee training and disciplinary matters;and monitor monthly expenditures and prepare the monthly operations report for to senior management. BFI Waste Systems of GA(Allied Waste),General Manager,Atlanta Landfills& Transfer Stations. Responsible for the operation of three landfills (two MSW and one C&D) with an aggregate daily in-take of 4700 tons and three transfer stations which provided 2000 tons per day. Responded to all environmental issues cited by the GA EPD, including gas collection problems, storm water pond clearing and intermediate cover problems; monitored the construction of new 13 acre cell at one landfill; monitored the installation of new high capacity gas flare; initiated equipment rebuild plans for corporate approval; implemented operational audits and time study analyses to establish productivity standards; in co-ordination with the environmental manager, developed the input tonnage data for the annual density calculation; addressed worker concerns including benefits, work schedules, equitable pays rates and equipment safety; and prepared the monthly operational reports for each operating unit, with emphasis on financial variances from actual to budget. EXHIBIT B KIMBERLY NELSON, PhD, MPA Specialties Program Assessment Task Manager V Municipal Organizational Structure,Function,and Management Career Summary ✓ Local Government Innovation Dr. Nelson engages in the traditional academic work of teaching and research in Management and Capacity managing local governments. However, as a faculty member with the School of V Local Government Budgeting Government at the University of North Carolina, much of her time is devoted to and Financial Management working with local government officials to meet the mission of the School to Education: "improve governance in North Carolina." Her work with local government Ph.D.,North Carolina State officials includes training,consulting,and advising managers and elected officials University,Raleigh,NC in areas that include: government form and structure, strategic planning, and M.P.A., University of Texas,San innovation management. Antonio,TX B.S.,Virginia Tech,Blacksburg,VA Relevant Experience Strategic Planning, McHenry County, Illinois. Six-month project to develop a strategic plan for the county government. Worked with the 28-member board and top-level management to draft goals to drive the direction of the organization for the future. Work included an analysis of current operations, demographic changes,and economic trends for the county. Form of Government Change Assistance, DeKalb County, Georgia. Provided information on optional form of government choices for the county. Presented information about form of government options to citizens during a series of community meetings. Strategic Planning,North Carolina League of Municipalities. One-year project to develop a strategic vision and plan for the primary organization that provides technical services, insurance,and legislative advocacy for North Carolina municipalities. A key aspect of the project was to travel throughout the state to conduct a set of focus groups with municipal leaders to assess the trends, opportunities, and threats to North Carolina cities and towns. This information was used to develop a vision for the future of municipalities and establish goals and recommend organizational changes to align with the vision. Form of Government Analysis, Cincinnati, Ohio(contracted with the Cincinnati Research Institute). Researched the current and historical structures of Cincinnati government to analyze and develop recommendations of potential improvements to clarify leadership ambiguities and to improve the efficiency and effectiveness at the top level of the organization. EXHIBIT B ATTACHMENT 2 ATTACHMENT B EXHIBIT B G E C) R G 1 A Attachment B You Must Complete and Return the 2 pages of Attachment B with Your Submittal. Document Must Be Notarized, Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 535 Telfair Street,Suite 605 Augusta,Georgia 30901 Name of Proponent: Geosyntec Consultants. Inc. Street Address: 1255 Roberts Blvd. NW, Suite 200 City,State,Zip Code: Kennesaw, GA 30144 Phone: 678-718-4732 Fax: 678-202-9501 Email: bgaffigan(ggeosyntec.corn Do You Have A Business License?Yes: X No: Augusta,GA Business License#for your Company(Must Provide): Geosyntec does not have an office in Augusta, GA Your State/Local Business License#for your Company(Must Provide):Georgia-J803890; Cobb County, GA- 105096 Utility Contractors License#(Must Provide if applicable): MUST BE LISTED ON FROM OP ENVELOPE General Contractor License#(Must Provide if,appiicable):GC .000 ?89 Additional Specialty License#(Must Provide if applicable):Fngineering License# PFF000260 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. State-Georgia List the State,City&County that issued your license: County-Cobb Acknowledgement of Addenda:(#1) frc2) :(#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 prort4ote 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 contractor 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 17-247 Programmatic, Operational and Financial Assessment—Environmental Services Department RFP Due Friday,September 22,2017 @ 11:00 a.m. Page 6 of 18 Conflict of Interest EXHIBIT B 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.Aa,uslpdf/ruled/300 10 1.pdf **E-Verify * User Identification Number(Company I.D.) 78409 NOTE: E-VERIFY USER IDENDIFICATION NUMBER(COMPANY LD.j MIDST BE PROVIDED: IN ADDITION,THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING(MOO 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. Geosyntec Consultants, Inc. Company Name / • BY: Au oriz-d • icer or Agent (Contractor Signature) Senior Principal Title of Authorized Officer or Agent of Contractor Majdi Othman, PhD, PE Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF ,k.�.���, , 20 t� NOTARY SEA ��f<f111I111/�l# Notary Public +: 4%%ftp; 8 re �9'i My Commission Expires: �r -� i-1 ,01* .y ter- r s REV.2/17/2016 r �► • .. i���++e��BL, rr ti,AlaEV ,vQ/tip► r // m'�'t( ♦til RFP 17-247 Programmatic, Operational and Financial Assessment-Environmental •• Ule nt RFP Due Friday,September 22,2017 @ 11:00 a.m. Page 7 of 18 EXHIBIT B ATTACHMENT 3 SYSTEMATIC ALIEN VERIFICATION FOR ENTITLEMENTS (SAVE) PROGRAM EXHIBIT B ,...--...L_____44_, fit'""-5 G EORGI 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 Item#17-274: Consultant Services for Programmatic. Operational and Financial Assessment [RFP Project Number and Project Name] William Gaffician [Print/Type:Name of natural person applying on behalf of individual,business,corporation,partnership,or other private entity] Geosyntec Consultants, Inc. [Print/Type: Name of business,corporation,partnership,or other private entity] 1.) X I am a citizen of the United States. OR 2.) I am a legal permanent resident 18 years of age or older. OR 3.) I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* In making the above representation under oath, I understand that any person who knowingly and willfully makes a false, fictitious, or fraudulentst to nt or reprf�.entation in an affidavit shall be guilty of a violation of Code Section 16-10-20 o th rial C•f a •.r orgia. 2 if Signature of plicant William Gaffician Printed Name "Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE M ON THIS THE �\ DAY OF 6x20 v"--k r Tom...--ca.� Notary Public it%%OS111101 My Commission Expires: ��" �-+. t'-1 —4.,4:›1TNOTAR;irrdi4S►P ��` .-00 , Z. NoT�y ' L REV.7/12/2015 dr- tto r.0 *_ .. slio RFP 17-247 Programmatic, Operational and Financial Assessment Eel �t • � tepartment RFP Due Fridltiri �-i�',@ 11:00 a.m. r�htlllll��� Page 8of18 EXHIBIT B ATTACHMENT 4 ADDENDA EXHIBIT B grroatxement�zn G E' O R GIA MAILED TO: All Vendors Nancy Williams, Quality Assurance Analyst Lori Videtto, Environmental Services FROM: Geri Sams Procurement Director G DATE: September 15, 2017 SUBJ: Responses to Vendor Questions RFP ITEM: RFP Item 17-274 Consultant Services — Programmatic, Operational and Financial Assessment for Environmental Services Department RFP OPENING DATE: Friday, September 22, 2017 @ 11:00 a.m. ADDENDUM 1 Respondents on this project are hereby notified that this Addendum shall be attached to and made part of the above-named RFP Package. The changes and clarifications shall supplement the contract documents for the above referenced project. Changes shown in this document shall supersede previously dated contract documents. Acknowledge receipt of all Addendums on Attachment B within the Specifications package. Responses to Vendor's Questions: 1. Under the Scope of Services, beneath the Operational Review section, there is a bullet point as follows: "Review the current GPS system and identify areas for enhanced usage and effectiveness." Could you please elaborate on what it is you are hoping to accomplish, utilizing the GPS, and is this concerning the Landfill equipment, Collections equipment or both? Answer: This is in relation to the GPS system that is used on the landfill equipment, over the road trucks, and light vehicles. It is currently used primarily for safety accountability (speed, idle time, etc), location tracking, and inspection logging. 2. Can you expand on the "Operational Review" task to "Review scheduling and routing system"? Does Augusta require an assessment and potential redesign of the current garbage collection routing plan within this scope of services? Answer: Augusta is asking for an assessment of the current collection system. The current collection routes are set by the various contractors, however we would look for input as to the overall efficiency and effectiveness of the system. Also, parts of the collection program are handled in-house, as such, input would be needed on this aspect as well. Room 605 - 535 Telfair Street,Augusta Georgia 30901 (706)821-2422-Fax(706)821-2811 ❑ •.•$t 0 Scan this QR code with your •*' smartphone or camera equipped .auuustae.a�ov Register at www.demandstar.com/supplier for automatic bid notification o o tablet to visit the Augusta,Georgia t Addendum 1 RFP Item#17-274 Consultant Services-Programmatic,Operational And Financial Assessment EXHIBIT B 3. Given the recent weather-related issues in the Augusta area, will the due date of September 22 be altered? Answer: There are no plans to extend the due date. 4. Due to weather, we request the deadline for questions be extended. Answer: There are no plans to extend the deadline for last day for questions. 5. Due to weather, we request the deadline for submittals be extended. Answer: Please see response to question three (3) above. Please acknowledge addendum in your submittal END ADDENDUM Addendum 1 RFP Item#17-274 Consultant Services-Programmatic,Operational And Financial Assessment Page 2 of 2 EXHIBIT C WORK AUTHORIZATION EXHIBIT C From:Bill Gaffigan<BGaffiganc Geosvntec-cat.com> Sent:Friday,October 6,2017 3:30 PM To:Geri Sams Cc:Kenneth S.Bray;Lori M.Videtto Subject:FW:RFP 17-274 Contract Ms.Sams, As requested here are the components of the contract The Contract itself, to which Mr.Bray is making final changes,the last draft is attached. There will be five attachments: 1. A Work Order Authorization- Which Mr.Bray is drafting. It will reference an: Authorization of a"not to exceed"budget of $99,870 for Phase I and,$30,080 for Phase II. The Phase I and II Tasks are identified on Exhibit X-"Revised Figure 3—Proposed Schedule by Task" (attached to this email as"Working Task Assignment and Schedule Revised 10-5-17")Both Phases taken together address all Tasks and described in the RFP and in Consultant's response,this schedule replaces Figures 2&3 pages 11-12 of Consultant's RFP Response. 2. Consultants Response to RFP(attached to this email as"Final Augusta POFA Proposal ITEM 17-274.pdf") 3. Revised Figure 3—Proposed Schedule by Task(attached to this email as"Working Task Assignment and Schedule Revised 10-5-17") 4. Consultant's 2017 Rate Sheet(attached to this email as"Rate Sheet Geosyntec.pdf) 5. Copy of Request For Proposal Item#17-274 Consultant Services Programmatic,Operational and Financial Assessment (attach to this email as"Augusta Financial Assessment Orig RFP.pdf") Please call(678)428-5132 or email with any comments or questions. Regards, Bill Gaffigan Principal Consultant Geosyntec EXHIBIT C SUBMIT IN A SEPARATE, SEALED ENVELOPE FEE PROPOSAL FORM Responder: The cost proposal must be submitted in a separate, sealed envelope with the Responder's name and RFP Item #17-274 Consultant Services—Programmatic, Operational and Financial Assessment for Environmental Services Department,clearly identified on the outside of the envelope. By signing this page, Responder acknowledges that he has carefully examined and fully understands the Scope of Work, and other attached documents,and hereby agrees that if the proposal is accepted,the Firm will contract with Augusta Georgia according to the RFP documents. Total Fee $129,950.00 Please describe(in detail)fees reflective in Total Fee above: Data review: $18,400 Site visits: $32,700 Analysis: $49,450 Report preparation and findings presentation: $29,400 SUBMITTED BY: Name of Firm: Geosyntec Consultants, Inc. Address: 1255 Roberts Blvd., Suite 200, Kennesaw, GA30144 Contact Person Submitting Proposal: William Gaffigan Title of Contact Person: Principal Telephone Number: 678-718-4732 Fax Number: 678-202-9514 E-Mail A dres : affigan(a�G yntec-cat.com Signature of Aut ized Repre entative William Gaffigan Print Name 21 September 2017 ae RFP 17-2 ll Programmatic, Operational and Financial Assessment-Environmental Services Department 71/ RFP Due Friday,September 22,2017 @ 11:00 a.m. Page 13 of 18 EXHIBIT D REVISED WORKING TASK SCHEDULE N Cri) N N N, N N. NI N 0 -I a) a) o o N d) N 0N N V1 to N N Ca 01 CCS s c C c C I- .0 a n_ a s a. a a s m CL a) 0 I X W a) 1%.- 00 N 0 vs a) N s a CO 4444..i0 4 3 0 c as o V v v O a) Y v ca in c, y t ca to VI >. N I- o a) 3 o M L CU 0 NI CU Mo L C m Cr) IZ bO IP 0 7) a 0 a) •E - .CD � _ LL LL p E a) a) -0 a •`- " o o a 13 sin o > a c avs N (.0 jnn :ca' Uo cc JN iii _c o c c o D D c) o E - co) m 3 2 o o m c va) O L 2 C m >, m a) o 2 c o X ami co m es ° � t d � U NUm C C : ..- Oa UJ C U) 6 y 0 4- 4- CD c C .0 c o o3 O rn O 1g C -0 ,rn C a 8 -C2 c .�, 0 zoo , m tUcN c c mO a) N NEmcm ( o LQ- o4-1 0 a E � o a) a Q o 0 N m o com E N Lop o o co coat c OHm .0t omoa > c . o _ m as m ma) Cc co c c a) 0 C 0 m is L ./3 °- , , •o -2 (15 P.' 6 o C a) _C m L m ULNa) NOC, cm Ou3m Ecn Eo owcnoc m 3 a) U � _ (i) ow2 m L oL co L o i .o 0 0 ou_ v aw mcu m > a o a? co 't ) s -0 C) > ao o @ r C 3 n O o tX > o 0 0 =a Q a) '0 O a a ° - u) 0 > rn o i- co m o a) c �o c a c 0_ co a) c -0 z E a) o c m v) 3 a o ti E CC a 0 o u) c a) 3 a) a o o a a) U o m w o Q c a CU N E a' a) a) E a) o a o E 0 o L- U E a) U �o o a) a) U a) a) Cl) O •a ILd m m m E m i Q Y 0 u0i C . 3 E C w •u N m m , , m io •,=`^ L- CC. `�.++ 3 7 7 0 L a) a) 0 -a c >-. z O O a C OL > > > N > O o chi) v) > a) a) > co c C > > a, > > • Q a W W W W W O 0 5 < < W J W Q W J i.t < W W 2 W W * e-I N mLC) e--1 N M Lf) tD N co 01 O r- N M uf) lD e-4 ,-i ,--I .--I 1--1 N N N N N Ni N N N ,--I M CO M CC') co m N • EXHIBIT E RATE SHEET EXHIBIT E Geosyntec 2017 Rate Schedule Title Staff Professional $110 Senior Staff Professional $135 Professional $150 Project Professional $175 Senior Professional $190 Principal $215 Engineering Technician I $55 Engineering Technician II $65 Senior Engineering Technician I $70 Senior Engineering Technician 1I $75 Site Manager I $82 Site Manager II $90 Construction Manager I $105 Construction Manager Il $110 Designer $125 Senior Drafter/Senior CADD Operator $110 Drafter/CADD Operator/Artist $95 Project Administrator/Clerical $60 Direct Expenses Cost plus 3% Subcontract Services Cost plus 6% Technology/Communications Fee 3%of Professional Fees Specialized Computer Applications(per hour) $24 Personal Automobile(per mile) Current Gov't Rate Photocopies(per page) $0.10