0% found this document useful (0 votes)
134 views99 pages

5510 (1) - Terracon - On-Call Geotech - Year 1

Uploaded by

Macon Atkinson
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
134 views99 pages

5510 (1) - Terracon - On-Call Geotech - Year 1

Uploaded by

Macon Atkinson
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 99

DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

2/12/2020 2/12/2020 2/12/2020


DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

Exhibit “A”

GENERAL TERMS AND CONDITIONS FOR ALL ONLINE AGREEMENTS

PLEASE NOTE: These General Terms and Conditions for All Online Agreements (the
“Terms”) apply to all purchase orders (herein “Order”) and agreements (“Agreement”) which the
City of Greenville, South Carolina (“City”) approves or enters into through its web site. If you
have used the City’s website to submit or receive an Agreement for the provision of goods or
services, then the Terms apply. The Terms are incorporated by reference into each web site
purchase order or agreement. No approval or consent by any City employee is valid unless the
Terms apply.

1. Supplier. “Supplier” means the person or business entity providing goods or services to
the City under an Agreement.

2. Entire Agreement. The Terms and the Order are intended by the City and the Supplier to
be a complete and final expression of the Agreement. If there is any conflict between language in
the Terms and the wording of any other document in the transaction which is generated by either
party, then the Terms prevail. No oral order or statement or correspondence to the contrary is
binding, unless it is reduced to writing, is signed by the Purchasing Administrator, and specifically
references this provision. Exceptions will be approved only in extraordinary circumstances. The
Terms also prevail over any course of dealing, course of performance, or usage of trade. However,
notwithstanding the forgoing language, any representation by the Supplier as to the condition of
the goods or services, or their fitness for the City’s particular purpose, shall survive as an express
warranty.

3. Electronic Data Interchanges. When the City transmits the purchase order approval by way
of electronic data interchanges, the Terms apply in the same manner as if they had been included
verbatim in the transmission.

4. Oral Order. Any oral order, by telephone or otherwise, must be confirmed in writing by
the City in order to be binding.

5. Right of Rescission of Oral Order. If the City places an oral order and the Supplier does
not confirm acceptance within fourteen (14) days of the order being placed, then the City may
rescind the order at will.

6. Time Frame for Performance. The duty to begin performance for the delivery of goods or
services becomes binding on the Supplier’s receipt of the Order. The time frame for delivery shall
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

be that as set forth in the Order, and if none is set forth, the time frame shall be a reasonable time.
The duty continues until the delivery of all goods or services contained in the General Scope of
Services set out in the Order. If either the City or the Supplier terminates the Agreement before
completion, then it must do so in accordance with the Agreement as otherwise set out in the
Agreement. The Supplier must complete the delivery of goods or services within the time frame
for performance set out in the Order. Any extension of the time frame for performance must be
for compelling cause shown by the Supplier and approved in writing by the City, with such consent
not to be liberally granted or unreasonably withheld.

7. Cancellation for Cause. The City may terminate the Agreement for the Supplier’s failure
to deliver the goods or services to the City’s reasonable satisfaction, by sending to the Supplier
seven (7) days written notice. Upon termination for cause, the City by commercially reasonable
standards may seek performance by another provider of goods and services and will reserve its
rights to recover any difference in costs and expenses between those actually incurred and those
of the Agreement.

8. Termination without Cause. The City in its discretion may terminate for any reason by
sending to the supplier fifteen (15) days’ written notice. The City shall pay the Supplier for goods
and services which were properly delivered prior to a termination without cause.

9. Compensation. Upon complete delivery of the product in good marketable condition or


receipt of the service as agreed to by the City, the City shall pay to the Supplier the sum stated in
the Agreement, and the Supplier shall accept that amount as full compensation for the goods or
services. The City shall not be obligated to tender partial payment at any time prior to complete
delivery of all goods and services unless it has specifically agreed to so in writing.

10. Monthly Invoices and Payments. In those instances in which the City has consented in the
Agreement to a series of partial payments over time, the Supplier must submit monthly invoices
to the applicable City department project administrator for the work actually completed. The
invoices are due to the City by the tenth day of the month following the month for which invoices
are being submitted. Such invoices shall reference the Agreement number or purchase order
number, whichever is applicable. The invoices shall be accompanied by a description or
itemization of the work done or products delivered, or both, with reasonable specificity as to what
they are. The department project administrator shall undertake to review the invoices within ten
(10) days of their receipt and to issue to the Supplier a check for the amount due within thirty (30)
days of their receipt. In the event the department project administrator determines in good faith
that less than the full amount is due under the terms of the Agreement, then the City shall pay the
undisputed amount as here provided and provide written notice with the delivery of the undisputed
sum of the reason or reasons for the remainder being withheld. The parties shall work promptly

Page 2 of 6
Rev_14Dec2016
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

to resolve payment issues within ten (10) days of the department project administrator’s providing
written notice.

11. Payment and Use Not Acceptance. Neither payment to the Supplier nor use of the delivered
goods or services shall be deemed acceptance or non-conforming goods and services, nor shall any
other act of omission by the City be deemed acceptance, other than specific written
acknowledgement of acceptance, and such acknowledgement may list conditions or contingencies.

12. Necessary Permits, Licenses, and Certificates. The Supplier shall obtain and comply with
all necessary and appropriate permits, licenses, and certificates required under applicable federal,
state, and local law in performing duties under the Agreement. This duty shall include but not be
limited to obtaining a business license from the City of Greenville, if one is not currently held by
the Supplier for the business activity of the transaction.

13. City’s Right to Audit. The Supplier shall maintain accurate and detailed books, records,
correspondence, and accounts regarding the goods and services rendered to the City under the
Agreement. The supplier shall do so in accordance with sound cost accounting and generally
accepted accounting principles and procedures. The City shall have the right to audit such books
etc. during the course of regular business hours upon reasonable notice to the Supplier, at any time
during the term of the Agreement and for a period of two (2) years thereafter.

14. Independent Contractor. The Supplier is and shall represent itself as an independent
contractor which is providing goods or services, or both, to the City. Neither the Supplier nor its
employees and agents are employees or agents of the City, nor shall they represent themselves as
agents of the City. The Supplier is solely responsible for its negligent acts or omissions, or for its
willful acts in tort, as well as its breaches of contract with subcontractors or third parties. The City
has no duty to and shall not deduct or make payment to federal and state governments for
withholding taxes or insurance of any type. The City has no duty and will not pay premiums for
workers compensation coverage, which shall be the sole duty of the Supplier to the full extent
otherwise required by law. The supplier waives its claims of subrogation to the City for workers’
compensation, to the extent that the Supplier has or might have any such claims.

15. Mandatory Insurance Coverage. The Supplier shall procure and maintain insurance
coverage for occurrences during the Term of the Agreement against any claim for injuries to
persons or damages to property which may arise from, or in connection with, the performance of
services or delivery of goods by the Supplier, its employees, agents, contractors, or representatives.
Such insurance shall be in the following minimum amounts:

A. Commercial General Liability $1,000, 000.00 per occurrence


B. Comprehensive Motor Vehicle Liability $1,000,000.00 per occurrence

Page 3 of 6
Rev_14Dec2016
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

C. Workers Compensation Statutory limits


D. Employers Liability $500,000/$500,000/$500,000

The Supplier shall deliver certificates of insurance to establish proof of current and ongoing
coverage to the City’s Risk Manager. The delivery shall be achieved by at least one of the
following methods:
Fax transmission: 864-298-2744;
Email: inscerts@greenvillesc.gov
Mail: Risk Manager, OMB Dept.
PO Box 2207
Greenville, SC 29602
Personal delivery: Risk Manager, 7th Floor
City Hall, 206 South Main Street
Greenville, SC 29601
Further, in the event the Supplier receives notice of insurance cancellation in any form from an
insurance provider or its agent, then the Supplier must assure receipt of written notice within two
(2) days of the Supplier’s receipt of notice by delivery in one of the above referenced means of
contact.
The General Liability policy must contain or be endorsed to contain a provision naming the City,
its officers, officials, and employees as additional insured’s for activities arising under the
Supplier’s delivery of goods or services under the Agreement. The coverage shall be primary as
to the Supplier’s negligent acts and omissions or willful misconduct. It shall apply separately to
each insured against whom a claim is made or suit is brought, except with respect to the limits of
the insurer’s liability coverage.
The Workers’ Compensation Coverage shall apply to all of the Supplier’s employees who are in
any way connected with the Supplier’s performance under the Agreement. The coverage shall
comply with all applicable state laws and provide a waiver of subrogation from the Supplier against
the City, its officers, officials, agents and employees, unless otherwise approved by the City.

The supplier must obtain insurance coverage from insurers with a current A. M. Best’s rating of
net less than A: VII. The insurers must be licensed to do insurance business in the State of South
Carolina, unless otherwise approved by the City. The Supplier cannot be a self-insured in order
to meet these requirements, unless the City in writing consents for the particular named Supplier
for the specific Agreement.

The Supplier shall be solely liable and the City in no way shall be responsible for any coverage
deductible, co-insurance penalty, or self-insured retention (if applicable), including any loss
sustained because of the operation of the deductible, penalty, or retention.

Page 4 of 6
Rev_14Dec2016
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

Further, the Supplier has an affirmative duty, and shall carry out that duty, to see that any
subcontractor performing on the Supplier’s behalf shall also have the same insurance obligations
as are borne by the Supplier under these general terms and conditions.

16. Assignment of Duties. Neither the City nor the Supplier may assign its duties under the
Agreement without the prior written authorization of the other.

17. Severability. If a court with competent jurisdictions concludes that any one provision of
the Agreement is invalid as a matter of law, then that provision only shall be separated from the
remainder of the Agreement. All other duties of both parties shall be unaffected and shall remain
valid and enforceable.

18. No Waiver and Delay. If either the City or the Supplier waives a breach by the other, that
waiver is not a waiver of any breach subsequently occurring, No delay in objecting to or otherwise
not acting to preserve rights regarding the other party’s breach shall be a waiver.

19. Illegal Immigration. By entering into the Agreement, the Supplier is making an affirmative
representation to the City that it has reviewed, understood, and complied with all federal and state
laws applicable to hiring practices intended by the governments to preclude illegal immigrants
from working. There shall be no worker who performs services or delivers goods who is not a
citizen of the United States or who does not have the requisite authorization to work in the United
States. Further the Supplier warrants that it has taken all precautions under the law in order to
make these assurances.

20. Certification of Compliance with Anti-discrimination Provisions of Section 11-35-5300,


Code of Laws of South Carolina, 1976. If this Agreement shall have a total potential value of
ten thousand dollars ($10,000.00) or more, and/or unless such goods and/or services are offered to
City for at least twenty percent (20%) less than the lowest certifying business, then, by entering
into this Agreement, Contractor hereby certifies to City that Contractor is not currently engaged
in, nor will it engage in, the boycott of a person or entity based in or doing business with World
Trade Organization members and/or those with which the United States has free trade or other
agreements aimed at ensuring open and nondiscriminatory trade relations, with the understanding
that failure to make such affirmative certification shall affect an automatic termination of this
Agreement.

21. Governing Law and Venue. The parties agree that South Carolina law governs all
provision of the Agreement, and the Agreement shall be construed in accordance with South
Carolina law. If either party initiates an action to enforce the Agreement, then such action must in
the Court of Common of Greenville County, or the Magistrates Court of the downtown area. To

Page 5 of 6
Rev_14Dec2016
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

the extent that an action can be brought in federal court, then it must be brought in the United
States District Court for the District of South Carolina, Greenville Division.

22. Indemnification. Regardless of any provision otherwise contained in the Agreement, the
Supplier must indemnify and hold harmless the City, its officials and officers, its employees,
contractors, agents, and representatives from any claim brought against them, judgment entered
against them, or reasonable settlement made on their behalf, whenever the claim, judgment or
settlement pertains to acts or omissions arising from the Supplier’s negligent or willfully improper
exercise or failure to exercise duties under the Agreement. The same duty to indemnify and hold
harmless shall also include the City’s costs and expenses incurred in the reasonable defense of
such claims, inclusive of civil and criminal fines, judgments, settlements, attorney fees and
litigation costs of any type in securing a defense upon learning of the claim, in preparation of trial
or administrative proceeding during the trial or proceeding, and at all levels of appeal. This duty
to indemnify and hold harmless shall survive the expiration or termination of the Agreement.

23. Modification. No modification of the Agreement shall be valid and binding unless it is
first reduced to writing and executed with the same formality as the original Agreement. Any
modification shall also be subject to the Terms.

Page 6 of 6
Rev_14Dec2016
DocuSign Envelope ID: 3783B5BB-A17E-4DE5-9611-D82BCDD04D64
68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

Exhibit "B"

CITY OF GREENVILLE
STATE OF SOUTH CAROLINA
REQUESTS FOR PROPOSALS
RFP NO. 20-3711

ON-CALL GEOTECHNICAL TESTING


& CONSULTING SERVICES

DUE: JANUARY 30, 2020 2:00 PM


DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

CITY OF GREENVILLE
STATE OF SOUTH CAROLINA
REQUEST FOR PROPOSALS
RFP NO. 20-3711

SEALED PROPOSALS will be received in the Purchasing Division, 7th Floor, City Hall, 206
South Main Street, Greenville, South Carolina until 2:00 p.m. ET, January 30, 2020. All
qualified firms are invited to submit proposals to the City of Greenville for the following:

On-Call Geotechnical Testing & Consulting Services

SUBMITTAL: One (1) unbound original, four (4) bound copies, and one (1)
digital copy on USB flash drive of all requested
documentation must be received on or before 2:00 p.m. ET,
January 30, 2020

MARK ENVELOPE: RFP NO. 20-3711 – On-call Geotech & Consulting Services

ADDRESSED TO: City of Greenville Purchasing Division


7th Floor, City Hall
206 S. Main St., Greenville, SC 29601

DEADLINE FOR QUESTIONS


OR CLARIFICATIONS: 2:00 p.m. ET, January 22, 2020

E-MAIL: purchasing_bids-rfps@greenvillesc.gov

PRE-PROPOSAL MEETING: N/A

Any revisions to this Request for Proposals will be issued and distributed as an addendum. All
addenda, additional communications, responses to questions, etc. pertaining to the Request for
Proposals will be posted on the City of Greenville website at:
http://www.greenvillesc.gov/bids.aspx.
All offerors should consult this website for updates before submitting proposals.

DEADLINE ENFORCED
Proposals received after the time and date set for receipt of proposals WILL NOT be
accepted and will be returned unopened to the offeror. It is the offeror’s responsibility
to ensure timely delivery of their proposal. Weather, flight delays, carrier errors and
other acts of otherwise excusable neglect are risks allocated to offerors and will not be
exempted from deadline requirements. Telephone, e-mail or facsimile proposals will
not be accepted.

Invitation – Page 1 of 3
Revised 4.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

Any offer submitted as a result of this solicitation shall be binding on the offeror for NINETY
(90) CALENDAR DAYS FOLLOWING THE SPECIFIED OPENING DATE. Any proposal
for which the offeror specifies a shorter acceptance period may be rejected.

The City encourages the use of recycled paper products and double-sided print. The
City discourages the use of plastic products including 3-ring binders, plastic folders, etc.
for all submissions.

During the performance of the contract, the contractor shall comply with any and all Federal State
or Local Laws relating to a Drug Free Workplace.

If the offeror discovers any ambiguity, conflict, discrepancy, omission or other errors in the RFP,
offeror shall immediately notify the City of such error in writing and request modification or
clarification of the document. The offeror is responsible for clarifying any ambiguity, conflict,
discrepancy, omission, or other error in the RFP, or it shall be deemed waived.

Proprietary and/or Confidential Information


Your proposal is a public document under the South Carolina Freedom of Information Act (FOIA),
except as to information that may be treated as confidential as an exception to disclosure under the
FOIA. If you cannot agree to this standard, please do not submit your proposal.
All information that is to be treated as confidential and/or proprietary must be CLEARLY
identified, and each page containing confidential and/or proprietary information, in whole or in
part, must be stamped and/or denoted as CONFIDENTIAL, in bold, in a font of at least 12-point
type, in the upper right-hand corner of the page. All information not so noted and identified shall
be subject to disclosure by the City.

This Request for Proposals is being issued by the City of Greenville Purchasing Division. Direct
all questions or requests for clarification of this RFP in writing to the e-mail address shown on
page one (1) of this invitation.

Current E-mail Address Required


All proposals submitted shall include a current e-mail address. Once selected, Notice of Award
shall be posted on the City’s website; and Notice of Award, and notices of non-award, shall be
sent to all offerors via e-mail. No hard copy notices will be sent via regular mail.

Offerors are specifically directed not to contact any other City personnel for meetings, conferences,
or technical discussions related to this request unless otherwise stated in this RFP. Failure to
adhere to this policy may be grounds for rejection of your proposal.

Required Affidavits
Firms submitting proposals are required to include all affidavits found at the end of this Request
for Proposals. If any of the affidavits are not applicable, N/A is an acceptable response.

Protest of Solicitation or Award


Solicitation – Section 2.4. A. of the City of Greenville Procurement Policy allows any prospective
bidder, offeror, contractor who is aggrieved in connection with the solicitation of a contract to

Invitation – Page 2 of 3
Revised 4.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

protest to the Purchasing Administrator within ten (10) calendar days of the date of issuance of the
Invitation for Bids or Request for Proposals or other solicitation documents, whichever is
applicable, or any amendment thereto. Any protest shall be in writing, submitted to the Purchasing
Administrator, as stated above, and shall set forth the grounds of protest and the relief requested
with enough particularity to give notice of the issues to be decided.

Award – Section 2.4. B of the City of Greenville Procurement Policy allows any actual bidder,
offeror, contractor who is aggrieved in connection with the intended award or award of a contract
to protest to the City Manager within ten (10) calendar days of the date the notification of award
is posted in accordance with this policy. Any protest shall be in writing, submitted to the City
Manager, as stated above, and shall set forth the grounds of protest and the relief requested with
enough particularity to give notice of the issues to be decided.

The words “Bidder”, “Offeror”, “Proposer”, “Vendor”, and “Contractor” are used interchangeably
throughout this RFP, and are used in place of the person, firm, or corporation submitting a
proposal.
7
Dated at Greenville, South Carolina this day of January, 2020.

BY:
Maribel Diaz, CPPB, Lead Buyer
City of Greenville, SC

Reviewed By:

1/9/2020

Purchasing Administrator Date

1/7/2020

Director of Public Works Date

1/7/2020

Engineering Services Manager Date

1/8/2020

Risk Manager Date

1/9/2020

OMB Director Date

1/7/2020

Legal Department Date

Invitation – Page 3 of 3
Revised 4.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

TABLE OF CONTENTS
RFP No. 20-3711

 General Terms and Conditions ………………………………………………… Page 1


 Proposal Requirements…………………………………………........................Page 10
 Proposal Submission Sheet…………………………………………………… Page 15
 RFP Signature Form …………………………………………………...…...... Page 16
 Affidavits
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

GENERAL TERMS & CONDITIONS

PUBLIC RECORD
After an award is made, copies of the proposals will be available for public inspection, under the
supervision of the City’s Purchasing Division from 8:00 a.m. to 5:00 p.m. ET, Monday through
Friday, at 206 South Main Street, 7th Floor, City Hall, Greenville, South Carolina.

RIGHTS RESERVED BY CITY


The City reserves the right to reject any or all proposals; to waive any informality or irregularity
not affected by law; to evaluate, in its absolute discretion, the proposals submitted; and to award
the contract based on the established criteria and according to the proposal which best serves the
interest of the City.

DETERMINATION OF RESPONSIBILITY
The City may make such investigation as it deems necessary to determine the ability of an offeror
to furnish the required services, and the offeror will furnish to the City all such information and
data for this purpose as the City may request. The City reserves the right to reject any proposal if
the evidence submitted or investigation of such offeror fails to satisfy the City that offeror is
properly qualified to carry out the obligations of a Contract and to deliver the services
contemplated herein.
Offeror will fully inform themselves as to the conditions, requirements, and scope of work before
submitting their proposal. Failure to do so will be at the offeror’s own risk.

INTERPRETATION AND ADDENDA


All changes in specifications or scope shall be in writing and furnished to all offerors. No verbal
interpretation made to any respondent as to the meaning of this RFP shall be binding on the City.
Offerors are cautioned that any statement made by City staff that materially change any portion of
this RFP shall not be relied upon unless they are subsequently ratified in writing and distributed
as an addendum by the City.
It shall be the offeror’s responsibility to acknowledge receipt of addenda and ascertain that its
proposal includes all addenda. Failure to do so may deem your proposal non-responsive.

ACCEPTANCE OF PROPOSAL CONTENT


Before submitting an offer, each offeror shall make all investigations and examinations necessary
to ascertain all site conditions and requirements affecting the performance of the contract and to
verify any representations made by the City upon which the offer will rely. If the offeror receives
an award as a result of its proposal, failure to have made such investigations and examinations will
in no way relieve the offeror from its obligation to comply in every detail with all provisions and
requirements of the contract documents, nor will a plea of ignorance of such conditions and
requirements be accepted as a basis for any claim whatsoever by the contractor for additional
compensation.

COMPETITIVE NEGOTIATION SOLICITATION


Negotiations shall be conducted, beginning with the offeror ranked first. If a contract satisfactory
and advantageous to the City can be negotiated at a price considered fair and reasonable, the award

General Terms & Conditions


RFP No. 20-3711 - Page 1
Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

shall be made to that offeror. Otherwise, negotiations with the offeror ranked first shall be formally
terminated and negotiations with the offeror ranked second shall be conducted.

SIGNATURE FORM
Proposals shall include a signed Signature Form. Proposals that do not include a signed RFP
Signature Form will not be accepted as complete and shall not be considered. Signature Form
must be signed in ink (not typed) in the appropriate space(s) by an authorized officer of employee
of the Offeror.

REQUIREMENTS
The successful contractor shall comply with all instructions and shall perform services in a manner
commensurate with the highest professional standards by qualified and experienced personnel.

PATENTS AND ROYALTIES


The contractor covenants to save, defend, keep harmless, and indemnify the City and all of its
officers, departments, agencies, agents, and employees from and against all claims, loss, damage,
injury, fines, penalties, and costs - including court costs and attorney’s fees, charges, liability, and
exposure, however caused for or on account of any copyright or patented or unpatented invention,
process, or article manufactured or used in the performance of the contract, including its use by
the City. If the contractor uses any design, device, or materials covered by patent or copyright, it
is mutually agreed and understood without exception that the contract price includes all royalties
or costs arising from the use of such design, device, or materials in any way in the work.

APPLICABLE LAW AND JURISDICTION


This agreement and the rights, obligations and remedies of the parties hereto, shall in all respects
be governed by and construed in accordance with the laws of the State of South Carolina, without
reference to its conflict of law provisions, and venue for the resolution of all disputes regarding
the terms of this agreement or the performance thereunder, whether in law or in equity, shall be
exclusively in the courts of Greenville County, South Carolina.

COMPLIANCE WITH LAWS


The contractor, in the performance of work under this contract, shall fully comply with all
applicable Federal, State, County, or Municipal Laws, Rules, Regulations, Ordinances, and the
Americans with Disabilities Act (“ADA”) and the regulations promulgated thereunder, including
ADA Title II; and shall hold the City harmless from any liability resulting from failure of such
compliance.

LABOR LAWS
The contractor, and all subcontractors, suppliers, and vendors, shall comply with all City, State
and Federal orders regarding affirmative action to ensure equal employment opportunities and fair
employment practices. Failure to file any report due under said orders will result in suspension of
periodic progress payments. The contractor shall ensure unlimited access to the job site for all
equal employment opportunity compliance officers.

INDEPENDENT CONTRACTOR
Contractor shall at all times be considered an independent contractor hereunder, and neither
contractor nor its subcontractors, employees, agents, or representatives shall, under any

General Terms & Conditions


RFP No. 20-3711 - Page 2
Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

circumstances, be considered employees of City; and City shall not be legally responsible for
negligence or other wrong-doing, either intentional or unintentional, by contractor or contractor's
subcontractors, employees, agents or representatives. City shall not deduct from payment to
contractor any federal or state unemployment taxes, federal or state income taxes, Social Security
tax, or other amounts for benefits to contractor. Further, City shall not provide to contractor any
insurance coverage or other benefits, including Worker's Compensation, normally provided by
City for its employees.

ASSIGNMENT
The contractor shall not assign, transfer, convey, sublet, or otherwise dispose of any award or any
or all of its rights, title, or interest therein, in whole or in part, without the prior written consent of
the City.

RECORDS
The contractor shall maintain accurate and detailed books, records, correspondence and accounts
relating to all parts of the project. Records shall be kept in accordance with sound generally
accepted accounting principles. The City shall have the right to audit all records pertaining to the
costs incurred under this contract. Such records shall be available during the term of the contract
and for four (4) years after final payment under this contract.

MINORITY- AND WOMEN-OWNED BUSINESS ENTERPRISES


The City believes it is in the community’s best interest to assist Minority- and Women-owned
Business Enterprises (M/WBE) to develop fully, in furtherance of the City’s policies and programs
which are designed to promote balanced economic and community growth.
The City adopts the State of South Carolina’s goal for participation of M/WBEs: ten percent (10%)
of annual controllable procurement expenditures which are defined as agreements between the
City and a contractor to provide or procure labor, materials, equipment, supplies and services to,
for, or on behalf of the City.
Preference in scoring proposals: In making procurement decisions which require written
evaluations using weighted factors on a 100-point scale, M/WBEs submitting proposals shall
receive five (5) points in the evaluation.
Every contractor or potential contractor with the City is required to complete OMB Form 5A (City
of Greenville Identification of M/WBE Participation), OMB Form 5B (City of Greenville M/WBE
Program Listing of the Good Faith Efforts), and the Small/Woman-Owned/Minority Business
Enterprise Form.

SMALL/DISADVANTAGED/MINORITY BUSINESS ENTERPRISES PARTICIPATION


It is the policy of the City of Greenville to undertake every effort to increase opportunity for
utilization of small, disadvantaged, and minority businesses in all aspects of procurement to the
maximum extent feasible. In connection with the performance of this contract, the Contractor
agrees to show a good faith effort to carry out this policy and insure that small, disadvantaged, and
minority businesses shall have the maximum practicable opportunity to compete for subcontract
work under this contract consistent with efficient performance of this contract.

Definitions of small, minority, handicap and woman-owned business enterprises are as follows:

General Terms & Conditions


RFP No. 20-3711 - Page 3
Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

a. Small Business Enterprises are those businesses that are defined in accordance with criteria
established by the United States Small Business Administration (SBA).
b. Minority-Owned Business Enterprises are those businesses owned and controlled by one
or more socially disadvantaged persons. Such persons include, but may not be limited to,
Black Americans, Native Americans, Asian Americans, Hispanic Americans, American
Eskimos and Aleuts.
c. Handicap Business Enterprises are those businesses which are 51% owned and controlled
by disabled persons.
d. Woman-Owned Business Enterprises are those businesses which are 51% owned and
controlled by one or more women.

It is a goal of the City of Greenville to award a fair share of all contracts to small, minority,
handicap, and woman-owned businesses, providing they are competitive. Accordingly,
affirmative steps should also be used by contractors to assure that small, minority, handicap and
woman-owned businesses are utilized whenever possible as sources for supplies, equipment,
construction and services. Affirmative steps shall include the following:
a. Including qualified small, minority, handicap and woman-owned businesses on solicitation
lists.
b. Assuring that small, minority, handicap and woman-owned businesses are solicited
whenever they are potential sources.
c. When economically feasible, dividing total requirements into small tasks or quantities so
as to permit maximum participation of small, minority, handicap and woman-owned
businesses.
d. When requirements permit, establishing delivery schedules which will encourage
participation by small, minority, handicap and woman-owned businesses.
e. Using the services and assistance of the U.S. Small Business Administration (SBA) and
State Offices for Minority and Women Business Enterprises, as required.
f. If any subcontracts are to be let, the City will require the prime contractor to show good
faith efforts in the affirmative steps indicated above.

EMPLOYMENT DISCRIMINATION
During the performance of the contract, the successful contractor agrees not to discriminate against
any employee or applicant for employment because of race, religion, color, sex, age, handicap, or
national origin; however, some conditions may be a bonafide occupational qualification
reasonably necessary for the normal operations of the contractor. The contractor agrees to post in
conspicuous places, visible to employees and applicants for employment, notices setting forth the
provision of this nondiscrimination clause.

CERTIFICATES AND LICENSES


The contractor shall secure and pay for licenses, permits and/or certificates that may be necessary
for proper execution and completion of the contract, and which are legally required when proposals
are received or negotiations concluded.

General Terms & Conditions


RFP No. 20-3711 - Page 4
Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

INDEMNIFICATION
Notwithstanding anything herein to the contrary, contractor shall indemnify and hold City, its
employees, officers, officials, contractors, agents, and/or representatives, free and harmless from
and against any and all liabilities, losses, claims, demands, suits, judgments, causes of action
and/or expenses of any kind or nature, including the payment of reasonable attorney’s fees,
resulting from property damage and/or personal injury, including death, to the extent resulting
from or arising out of the negligence and/or willful misconduct of contractor under this contract.
Such losses, liabilities, expenses, damages and/or claims shall include, but not be limited to, civil
or criminal fines or penalties, a taking, whether direct, indirect or inverse, or for loss of use and/or
service, personal injury, death, libel, slander, and attorney’s fees in the underlying action through
all levels of appeals. Should City be named in any suit, action or claim under the terms hereof,
then, to the extent of contractor’s indemnification obligation hereunder, contractor shall appear
and defend City at contractor’s sole cost and expense; provided that City shall always have the
option to appear and defend such action or claim on its own behalf. The foregoing indemnity shall
survive the expiration or termination of this contract.

INSURANCE
The contractor shall procure and maintain insurance for the duration of this Contract against any
and all claims for injuries to persons or damages to property which may in any way arise from, or
in connection with, the performance of the work hereunder by the contractor, its subcontractors,
agents, representatives, or employees for not less than any limits of liability shown below with a
carrier authorized to do business in the State of South Carolina.
All coverage shall be primary and shall apply separately to each insured against whom claim is
made or suit is brought, except with respect to the limits of the insurer’s liability. Original
endorsements, signed by a person authorized to bind coverage on its behalf, shall be furnished to
the City by the successful offeror.
Certificate of insurance must be included in the bid.
a. Commercial General Liability: The contractor shall maintain insurance for protection
against all claims arising from injury to person or persons not in the employ of the
contractor and against all claims resulting from damage to any property due to any act or
omission of the contractor, his agents, or employees in the operation of the work or the
execution of this contract.
Contractor shall maintain General Liability coverage required for a period of not less than
five (5) years after project completion. General Liability must include Products/Completed
Operations coverage.
Where the work to be performed involves excavation or other underground work or
construction, the property damage insurance provided shall cover all claims due to
destruction of subsurface property such as wire, conduits, pipes, etc., caused by the
contractor’s operation. The minimum shall be as follows:
Bodily Injury (Injury or Accidental Death) and
Property Damage ......................................................$1,000,000 per occurrence

b. Comprehensive Automobile Liability: The contractor shall maintain Automobile Liability


Insurance for protection against all claims arising from the use of vehicles, rented vehicles,

General Terms & Conditions


RFP No. 20-3711 - Page 5
Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

or any other vehicle in the prosecution of the work included in this contract. Such insurance
shall cover the use of automobiles and trucks on and off the site of the project. The
minimum amounts of Automobile Liability Insurance shall be as follows:
Bodily Injury (Injury or Accidental Death) and
Property Damage .........................................$1,000,000 Combined Single Limit

c. South Carolina Workers’ Compensation Insurance: The contractor shall maintain


Workers’ Compensation Insurance for all of contractor’s employees who are in any way
connected with the performance under this agreement. Such insurance shall comply with
all applicable state laws and provide a waiver of subrogation against City, its officers,
officials, agents, and employees.
South Carolina Workers’ Compensation - Statutory Limits
Employers Liability Insurance - $500,000 Each Accident
- $500,000 Disease Each Employee
- $500,000 Disease Policy Limit

d. Professional Liability Insurance: If providing a professional service, the contractor shall


maintain Professional Liability Insurance to cover errors, acts of omission by the
contractor, its agents and representations in the performance of its obligations herein:
Professional Liability……………………….………$1,000,000 per occurrence

e. Environmental/Pollution Liability Insurance: The contractor shall maintain


Environment/Pollution Liability Insurance to cover any environmental damage or pollution
that may result to the surface water or surrounding areas as a result of the Contractor’s
work hereunder. The minimum limit of liability shall be as follows:
Environmental/Pollution Liability………….………$1,000,000 per occurrence
Contractor shall provide the City with a Certificate of Insurance showing proof of insurance
acceptable to the City. Certificates containing wording that releases the insurance company from
liability for non-notification of cancellation of the insurance policy are not acceptable. Certificates
showing proof of such insurance shall be submitted to City prior to commencement of services
under this Agreement by email to inscerts@greenvillesc.gov. Further, it shall be an affirmative
obligation upon the contractor to advise City by e-mail to inscerts@greenvillesc.gov, within two
days of the cancellation or substantive change of any insurance policy set out herein, and failure
to do so shall be construed to be a breach of this Agreement.
The General Liability policy is to contain or be endorsed to name City, its officers, officials, agents
and employees as additional insureds as respects the liability arising out of the activities performed
under this Contract. Such coverage shall be primary and shall apply separately to each insured
against whom claim is made or suit is brought, except with respect to the limits of the insurer’s
liability.
Contractor and/or its insurers are responsible for payment of any liability arising out of Workers’
Compensation, unemployment or employee benefits offered to its employees. Insurance is to be
placed with insurers with a current A.M. Best’s rating of not less than A:VII and licensed to do
business in the State of South Carolina, unless otherwise acceptable to the City; and contractor

General Terms & Conditions


RFP No. 20-3711 - Page 6
Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

shall not self-insure in satisfaction of any insurance requirement hereunder without the express,
written approval of City. Contractor shall insure that its subcontractors, hereunder, comply with
the insurance requirements set out herein; when requested by the City, the contractor shall agree
to obtain and furnish copies of certificates of insurance evidencing coverage for each
subcontractor.
Should contractor cease to have insurance as required during any time, all work by contractor
pursuant to this agreement shall cease until insurance acceptable to the City is provided.
Deductibles, Co-Insurance Penalties, & Self-Insured Retention: The contractor shall agree to be
fully and solely responsible for any costs or expenses as a result of a coverage deductible, co-
insurance penalty, or self-insured retention; including any loss not covered because of the
operation of such deductible, co-insurance penalty, or self-insured retention.

CITY OF GREENVILLE BUSINESS LICENSES


The contractor must obtain all business license(s) required by the Greenville City Code and
Ordinances. A Business License is not required to submit a proposal. However, any firm that
receives an award under this RFP shall be required to obtain a City Business License before work
can begin. For further information on the provisions of The City Business License Regulations
and their applicability to this contract, contact the Greenville City Business License Division at
864-467-4504 or revenueblcontracts@greenvillesc.gov.
Contractor shall inform all of its sub-contractors and/or sub-consultants performing services
hereunder that a like business license requirement applies to them, and contractor shall further
disclose the names and addresses of all contractor’s sub-contractors performing services hereunder
to City’s Business License Division at revenueblcontracts@greenvillesc.gov or 864-467-4504.

TERMINATION FOR CONVENIENCE OR CAUSE


The performance of work under the contract may be terminated by the City, in whole or in part,
whenever the City determines that termination is in the City’s best interest. Any such termination
shall be affected by the delivery to the contractor of a written notice of termination at least fifteen
(15) days before the date of termination, specifying the extent to which performance of the work
under the contract is terminated and the date upon which such termination becomes effective.
The performance of work under the contract may be terminated by the City, in whole or in part,
whenever the City determines, in its sole discretion that the selected contractor is not performing
as set out in the contract. If the contract is terminated for cause, the contractor shall be liable for
all additional costs incurred by the City, if any, in the completion of the contract. Any such
termination shall be affected by the delivery to the selected contractor of a written notice of
termination at least seven (7) days before the date of termination, specifying the extent to which
performance of the work under the contract is terminated and the date upon which such termination
becomes effective.
After receipt of a notice of termination, except as otherwise directed, the contractor shall stop work
on the date of receipt of the notice of termination or other date specified in the notice; place no
further orders or subcontracts for materials, services, or facilities except as necessary for
completion of such portion of the work not terminated; terminate all vendors and subcontracts;
and settle all outstanding liabilities and claims.

General Terms & Conditions


RFP No. 20-3711 - Page 7
Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

FORCE MAJEURE
The contractor shall not be held responsible for failure to perform the duties and responsibilities
imposed by the contract due to legal strikes, fires, riots, rebellions, and acts of God beyond the
control of the contractor, unless otherwise specified in the contract.

NONWAIVER
Failure by the City at any time to enforce the provisions of the contract shall not be construed as a
waiver of any such provisions. Such failure to enforce shall not affect the validity of the contract
or any part thereof or the right of the City to enforce any provision at any time in accordance with
its terms.

FAILURE TO DELIVER
In the event of failure of the contractor to deliver services in accordance with the contract terms
and conditions, the City, after due oral or written notice, may procure the services from other
sources and hold the contractor responsible for any resulting additional purchase and
administrative costs. This remedy shall be in addition to any other remedies that the City may
have.

ETHICS IN PUBLIC CONTRACTING


To comply with the provisions of Section 8-13-100 et seq. of the South Carolina Code of Laws,
the offeror shall certify in writing and include with its proposal that its offer was made without
fraud; that it has not offered or received any kickbacks or inducements from any other offeror,
supplier, manufacturer, or subcontractor in connection with the offer; and that it has not conferred
on any public employee, public member, or public official having official responsibility for this
procurement transaction any payment, loan, subscription, advance, deposit of money services, or
anything of more than nominal value.
The offeror shall certify further that no relationship exists between itself and the City, another
person, or organization that interferes with fair competition or constitutes a conflict of interest with
respect to a contract with the City.

NONCOLLUSION AFFIDAVIT
As part of its proposal, the offeror shall include the attached Non-Collusion Affidavit duly signed
by a principal of the firm certifying that it is not a party to any collusive action or any action that
may be in violation of the Sherman Antitrust Act. Any or all proposals shall be rejected if there is
any reason for believing that collusion exists among the offerors. The City may or may not, at its
discretion, accept future proposals for the same work from participants in such collusion.

NONRESIDENT TAXPAYER REGISTRATION AFFIDAVIT


Non-resident firms receiving income from business conducted in South Carolina are required to
pay taxes to the state on that income. To facilitate this requirement, a nonresident firm must
register with the South Carolina Secretary of State or the South Carolina Department of Revenue.
In compliance with South Carolina Code Section 12-8-540 and 12-8-550, a firm located outside
of South Carolina that receives a contract from the City, must furnish to the City Form I-312,
Nonresident Taxpayer Registration Affidavit Income Tax Withholding, properly executed and
signed. If your firm is not presently registered with the appropriate state office, you may indicate
the intent to do so should your firm be awarded a contract. Questions concerning this form may
be directed to the South Carolina Department of Revenue at (844) 898-8542.
General Terms & Conditions
RFP No. 20-3711 - Page 8
Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

COMPLIANCE WITH THE SOUTH CAROLINA ILLEGAL IMMIGRATION REFORM ACT


Any contractor entering into a service contract with the City of Greenville must certify to the City
of Greenville that the contractor intends to verify any new employees’ status, and require any
subcontractors or sub-subcontractors performing services under the service contract to verify their
new employees’ status, per the terms of the South Carolina Illegal Immigration Reform Act, and
as set out in Title 41, Chapter 8 of the Code of Laws of South Carolina, 1976.

CERTIFICATION OF COMPLIANCE WITH ANTI-DISCRIMINATION PROVISIONS OF


SECTION 11-35-5300, CODE OF LAWS OF SOUTH CAROLINA, 1976
If this Agreement shall have a total potential value of ten thousand dollars ($10,000.00) or more,
and/or unless such goods and/or services are offered to City for at least twenty percent (20%) less
than the lowest certifying business, then, by submitting your proposal, Contractor hereby certifies
to City that Contractor is not currently engaged in, nor will it engage in, the boycott of a person or
entity based in or doing business with World Trade Organization members and/or those with which
the United States has free trade or other agreements aimed at ensuring open and nondiscriminatory
trade relations, with the understanding that Contractor’s failure to make such affirmative
certification will prevent the City from being able to contract with Contractor, thus affecting a
rejection of your proposal.

UNIFORM COMMERCIAL CODE


All sections of the Uniform Commercial Code which protect the buyer are hereby incorporated by
reference in this contract.

NON-APPROPRIATION
Any contract entered into by the City resulting from this invitation shall be subject to cancellation
without damages or further obligation when funds are not appropriated or otherwise made
available to support continuation of performance in a subsequent fiscal period or appropriated year.

General Terms & Conditions


RFP No. 20-3711 - Page 9
Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

REQUEST FOR PROPOSALS FOR


ON-CALL GEOTECHNICAL TESTING & CONSULTING SERVICES
RFP NO. 20-3711

1.0 INTRODUCTION
The City of Greenville is requesting proposals from qualified firms to provide
geotechnical testing and consulting services on an on-call, as-needed basis. The exact
services requested will vary from project to project, but generally will include testing
of materials, testing of soils, geotechnical consultation, site assessments, and the
preparation of soils and geotechnical reports for City capital improvement and
rehabilitation projects. The City may consider a primary and secondary award for this
solicitation to ensure that the successful proponent(s) can properly manage the City’s
needs. If the City does offer a secondary award, there will be no guarantee of work, and
the secondary awardee will only be engaged if the primary awardee cannot manage
capacity or if performance issues arise with the primary awardee.

The term of the contract shall be one (1) year with the option of the City to extend for
up to two (2) additional one-year extensions.

2.0 SCOPE OF SERVICES


2.1 As stated above, the exact scope of services will vary from project to project based
on need. However, at a minimum, one or all of the following tasks may be asked
of the consultant while contracted for on-call services:
• Field exploration, sampling and testing
• Geotechnical engineering for project site preparations and
recommendations for foundations, retaining walls, pavements, slopes,
embankments, etc.
• Materials and laboratory testing of soil, rock, portland cement products,
asphalt products, aggregate and other construction materials
• On-site monitoring and quality control testing
• Consultation during the design or construction phase of a project for the
remediation of unsuitable soils, water seepage or other geologic problems
• Environmental site assessments and investigations

It is required that the consultant have all of the necessary certifications for
personnel and laboratories to perform the work being requested without the use
of a sub-consultant. It is also required that the consultant have experience with
ASTM, AASHTO, and SCDOT test procedures and the geologic characteristics of the
region.

RFP No. 20-3711 – Proposal Requirements


Page 10
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

Work tasks may include federally funded or locally funded projects. For work on
federally funded projects, all Federal Aid provisions and requirements shall be
adhered to.
2.2 Minimum Requirements / Qualifications
A. All work shall be performed under the direct supervision of a Professional
Engineer licensed in the state of South Carolina.
B. The firm’s facilities shall meet the minimum requirements of the applicable
ASTM, AASHTO and/or SCDOT standards for Laboratories.
C. The firm shall have a sufficient number of staff members to provide services
on at least two separate sites (jobs) simultaneously if given at least a two-
business day notice.
D. The firm’s office(s) and personnel that will be performing the work shall have
an office located within 60 miles of the City of Greenville. No additional
compensation will be paid if personnel from a satellite office location are used
in order to meet a job-imposed deadline.
E. The firm shall have the technical knowledge, ability, expertise and equipment
to perform the tests listed in the Scope of Services without the use of a
subcontractor.
2.3 Measurement and Payment
All work shall be measured and paid for on a unit price basis, as defined by a scope
of services on a task order basis, to be invoiced monthly. Payment shall be full
compensation of all services necessary to complete all work associated with these
services (including the compensation of the individual, the firm’s overhead costs,
etc.). No additional payments will be made for overtime charges, copying fees,
traveling fees, cell phone fees, etc. as these additional costs shall be considered
incidental to the services provided. No payment shall be made for unauthorized
work. Unauthorized work is defined as work for which the firm expects additional
compensation, but which the firm performed prior to receiving written
authorization to proceed from the City. Detailed records of all costs for services
shall be maintained by the Firm. These records shall be submitted along with each
invoice as backup documentation.

3.0 CONSULTANT PROPOSAL SUBMISSION


3.1 Submission Details
RESPONSE TO THIS REQUEST FOR PROPOSALS MUST INCLUDE THE
FOLLOWING:
Those consultants interested in providing professional services for this project
must submit one (1) unbound original, four (4) bound copies, and one (1) digital
copy of the proposal packet on USB flash drive, and must include the items
specifically enumerated in section 3.2.
The proposal packet shall be limited to 40 printed pages (20 pages front and back)

RFP No. 20-3711 – Proposal Requirements


Page 11
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

excluding the cover, tab divider pages, and required forms.

3.2 Proposal Development


A. Required content of proposal:
Failure by any Proposer to respond to a specific requirement may result in
disqualification. The City reserves the right to accept or reject any or all
proposals. Proposers are reminded that proposals will be considered exactly
as submitted. Points of clarification will be solicited from proposers at the
discretion of the City. Non-responsive proposals will not be considered for
award, nor displayed on any tabulation/summary sheet prepared by the City.
All costs incurred by the Proposer associated with RFP preparations and
subsequent interviews and/or negotiations, which may or may not lead to an
offer of award, shall be borne entirely and exclusively by the proposer.
The City of Greenville reserves the right to issue a contract without further
negotiation using the information contained in the RFP. Failure of a
prospective contractor to accept this method of contract development will
result in cancellation of the award.
B. Proposal format:
The proposal format requirements were developed to aid Proposers in their
proposal development. They also provide a structured format so reviewers
can systematically evaluate several proposals. These directions apply to all
proposals submitted.
The purpose of the proposal is to demonstrate the professional qualifications,
past experiences, and knowledge within this industry. The proposal must
address all the points outlined herein as required, in the following order.
1. Transmittal Letter: A transmittal letter must be submitted with an
Offeror’s proposal which shall include:
a. The RFP number and title;
b. Name of the firm responding, including mailing address, e-mail
address, telephone number, and contact person;
c. A statement of the firm’s interest and why it feels the company is best
qualified to be selected; and
d. The name of the person or persons authorized to make representations
on behalf of the firm, binding the firm to a contract.

2. Qualifications and Experience:


a. Provide a brief description of the firm, organizational structure,
location of principle offices, and the number of professional personnel.
Explain the availability capacity and capability of the firm to perform
the tasks specified in the scope of services.

RFP No. 20-3711 – Proposal Requirements


Page 12
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

b. Describe the firm’s specialized experience and technical competence as


it relates to the scope of service defined herein.
c. Provide the qualifications and abbreviated resumes of all key
personnel that are anticipated to be assigned to the project(s).

3. References: Provide a minimum of three (3) client references from past


projects of a similar size and nature, include a description of the similar
types of projects. Provide contact information including name of the client,
address, telephone number, and name and email address of their
representative.

4. Fee Schedule: The firm’s standard unit rate fee schedule for providing
Geotechnical Engineering services – For the purposes of this RFP, all firms
shall submit a fee schedule containing personnel (paid per hour),
laboratory & field tests (paid “each”), and equipment (paid per day). Firms
are instructed to include all personnel, tests, and equipment that are
applicable to perform all of the tasks listed in the Scope of Services. Should
there be a need for personnel, tests, or equipment not listed in the Firm’s
fee schedule, both parties shall negotiate and agree to a unit cost prior to
performing the work. The unit rate fee schedule shall be submitted in
a separate sealed envelope, clearly marked “FEE SCHEDULE”.

4.0 PROPOSAL EVALUATION CRITERIA


4.1 The City will evaluate proposals based on the factors outlined within this section,
which shall be applied to all eligible, responsive proposals in selecting the
successful Proposer.
The City reserves the right to disqualify any proposal for, but not limited to;
proposals deems as non-responsive and/or non-responsible. The City reserves
the right to make such investigations of the qualifications of the proposer as
required.
Award of any contract may be made without discussion with Proposers after
responses are received. The City reserves the right to cease contract negotiations
if it is determined that the proposer cannot perform services specified in their
response.

4.2 Proposal evaluation criteria will be grouped into percentage factors as follows:
A. Technical knowledge, ability, expertise and depth of the firm and key
personnel. (Maximum 45 points)
B. Related experience and past performance on similar projects. (Maximum 30
points)
C. Knowledge of the geotechnical engineering properties and practices of the
Greenville area. (Maximum 20 points)

RFP No. 20-3711 – Proposal Requirements


Page 13
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

D. Compliance with City’s Minority and Woman Owned Business Goal (5 points)
Particular consideration will be given to the proposal that best exemplifies
compliance with the City’s Minority and Woman Owned Business Goal. The
additional points will only be given to proposals with the prime consultant that
meets the City’s Minority and Woman Owned Business criteria.

5.0 SELECTION PROCESS


An evaluation committee shall be formed to review and evaluate the proposals. The
evaluation committee shall complete evaluation forms giving consideration to
information provided in the proposals.
The evaluation committee may elect to interview firms short-listed but reserves the
right to award the contract based upon the City’s review and ranking of proposals. If
the City chooses to short-list and interview for this project, 15 additional points per
evaluator will be allocated for this phase, and these points will be added to the totals
from the technical review phase.

RFP No. 20-3711 – Proposal Requirements


Page 14
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

PROPOSAL SUBMISSION SHEET

The following documents must be included with the Proposal. Omission of any one may be reason
for disqualification.

1. RFP Signature Form (must be signed in ink)

2. Separate Sealed Envelope that includes cost

3. Certificate of Insurance showing present coverage

4. Copy of the Offeror's City Business License (A Business License is not required to submit
an offer, however, if an award is made, the offeror will have ten (10) days to furnish a copy
of the license to the Purchasing Division).

5. Ethics in Public Contracting Certification

6. Non-Collusion Affidavit

7. Certification of Compliance with the South Carolina Illegal Immigration Reform Act

8. Sub-contractor/Sub-consultant Participation form

9. Non-Resident Taxpayer Affidavit (S.S. Department of Revenue I-312)

10. Small / Woman-Owned / Minority Business Enterprise Form

11. OMB Form 5A

12. OMB Form 5B

RFP No. 20-3711


Page 15
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

SIGNATURE FORM
CITY OF GREENVILLE
STATE OF SOUTH CAROLINA
RFP NO. 20-3711

OFFEROR’S NAME:

The undersigned, having become familiar with the existing conditions and the Scope of Services,
hereby proposes and agrees to complete the work as described in accordance with the Request for
Proposal and Contract Documents.
Offeror warrants that no gratuities, in the form of gifts, entertainment, or otherwise, were offered
or given by the Offeror to any officer or employee of the City with a view toward securing the
contract or securing favorable treatment with respect to any determination concerning the
performance of the contract.
This offer is genuine and not made in interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted in conformity with any agreement or rules of any group,
association, organization or corporation; Offeror has not directly induced or solicited any other
Offeror to submit false or sham proposals; Offeror has not solicited or sought by collusion to
obtain for itself any advantage over any other Offeror or over Owner.
Offeror has examined all documents and of the following addenda:

Addendum No. Date

The words “Bidder”, “Offeror”, “Proposer”, “Vendor”, and “Contractor” are used
interchangeably throughout this solicitation and are used in place of the person, firm, or
corporation submitting a solicitation.

1. City of Greenville Business License Number ____________________________

2. Name of Insurance Carriers:


Liability Expires
Property Damage Expires
Workers’ Compensation Expires
Professional Liability Expires
Environmental/Pollution Liability Expires

RFP Signature Form


RFP No. 20-3711 – Page 16
Revised 4.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

3. Offeror’s Information:
Company Name
Post Office Box City State Zip
Street Address Zip
Telephone Fax
Email

*Signature of Offeror’s Representative

Proposal will not be accepted unless signed in ink (not typed) in the appropriate space by an
authorized officer or employee of the Offeror.

Printed Name

Title Date

RFP Signature Form


RFP No. 20-3711 – Page 17
Revised 4.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

ETHICS IN PUBLIC CONTRACTING AFFIDAVIT

STATE OF ______________________________)

COUNTY OF ____________________________)

_____________________________________, being first duly sworn, deposes and says that:

1. He/She is_____________________________(title) for/of _________________________


(company/business), the Bidder that has submitted the attached Bid;
2. He/She is legally qualified and capable of signing this affidavit and is authorized to do so by
Bidder;
3. He/She is fully informed regarding the preparation and contents of the attached Bid and of
all pertinent circumstances respecting such Bid;
4. Such Bid is genuine and is made without fraud;
5. Neither the said Bidder, nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest has offered or received any kickbacks or inducements from
any offeror, suppliers, manufacturer, or subcontractor in connection with the offer, and they
have not conferred on any public employee, public member, or public official having official
responsibility for this procurement or transaction, any payment, loan, subscription, advance,
deposit of money, services, or anything of value as defined in Section 8-13-100 of the South
Carolina Code of Laws; and
6. Furthermore, neither the Bidder, nor any of its officers, partners, owners, agents
representatives, employees or parties in interest has any relationship with the City, another
person, or organization that interferes with fair competition or that constitutes a conflict of
interest with respect to a contract with the City.

_________________________________ __________________________________
DATE COMPANY/BUSINESS

BY:________________________________
SIGNATURE

________________________________
PRINTED NAME

SWORN to before me this _____ ITS:_______________________________


day of _____________, 20_____ TITLE

Notary Public for ___________________(state)


My commission expires ______________
By:_______________________________
(signature)
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

NONCOLLUSION AFFIDAVIT OF PRIME BIDDER

STATE OF ______________________________)

COUNTY OF ____________________________)

_____________________________________, being first duly sworn, deposes and says that:

1. He/She is ____________________________ of ______________________________,


the Bidder that has submitted the attached Bid;
2. He/She is fully informed respecting the preparation and contents of the attached Bid and
of all pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this affiant, has in any way colluded,
conspired, connived, or agreed, directly or indirectly with any other Bidder, firm or
person to submit a collusive or sham Bid in connection with the Contract for which the
attached Bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other bidder, firm or person to fix the price or
prices in the attached Bid or of any other bidder, or to secure through any other bidder, or
to fix any overhead, profit or cost element of the bid price or the bid price of any other
bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement
any advantage against the City of Greenville, SC or any person interested in the proposed
contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by a
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any
of its agents, representatives, owners, employees, or parties in interest, including this
affiant.

(signed)_____________________________
______________________________
(title)

Subscribed and sworn to before me


this _____ day of _______________, 20____
____________________________________
(signature)
My commission expires_________________
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

CERTIFICATION OF COMPLIANCE WITH THE


SOUTH CAROLINA ILLEGAL IMMIGRATION REFORM ACT

I, _______________________________, hereby state and declare that I am the


(name)

__________________________ of _______________________________________, and


(title) (name of entity)

hereby certify to the City of Greenville that, as to any service contract subsequently entered

into with the City of Greenville, that __________________________________________


(name of entity)

intends to verify any new employees= status, and require any of my subcontractors or sub-

subcontractors performing services under any contract with the City of Greenville to verify

any new employees= status, per the terms of the South Carolina illegal Immigration Reform

Act, and as set out in Title 41, Chapter 8 of the Code of Laws of South Carolina, 1976.

_______________________________________
(name of official)

Date: ____________________________

Rev 0 June 4, 2010


DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

City of Greenville
Sub-contractor/Sub-consultant Participation

IFB/RFP No. _________________

Project:

We, ,
(Name of Bidder/Proposer)
do hereby certify that the following list contains all sub-contractors and/or sub-consultants
associated with this project, if applicable. I will notify the City of any changes that occur.

Phone Value of
Firm Name and Address Number Email Address Trade
Work ($)

Revised 5.2019
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

1350 STATE OF SOUTH CAROLINA


DEPARTMENT OF REVENUE I-312
(Rev. 5/18/15)
NONRESIDENT TAXPAYER REGISTRATION
AFFIDAVIT INCOME TAX WITHHOLDING 3323

Mail to: The company or individual you are contracting with.


The undersigned nonresident taxpayer on oath, being first duly sworn, hereby certifies as follows:

1. Name of Nonresident Taxpayer:

2. Trade Name, if applicable (doing business as):

3. Mailing Address:

4. Federal Employer Identification Number (FEIN):

5. Hiring or Contracting with:


Name:

Address:

Receiving Rentals or Royalties From:


Name:

Address:

6. I hereby certify that the above named nonresident taxpayer is currently registered with (check the appropriate box):
The South Carolina Secretary of State or
The South Carolina Department of Revenue:
Date of Registration:

7. I understand that by this registration, the above named nonresident taxpayer has agreed to be subject to the
jurisdiction of the South Carolina Department of Revenue and the courts of South Carolina to determine its South
Carolina tax liability, including estimated taxes, together with any related interest and penalties.

8. I understand the South Carolina Department of Revenue may revoke the withholding exemption granted under Code
Section 12-8-550 (temporarily doing business or professional services in South Carolina) or Code Section 12-8-540
(rentals) at any time it determines that the above named nonresident taxpayer is not cooperating with the Department
in the determination of its correct South Carolina tax liability.

The undersigned understands that any false statement contained herein could be punished by fine, imprisonment or both.

Recognizing that I am subject to the criminal penalties under Code Section 12-54-44(B)(6)(a)(i), I declare that I have
examined this affidavit and to the best of my knowledge and belief, it is true, correct and complete.

(Seal)
Signature of Nonresident Taxpayer (Owner, Partner or Corporate Officer, when relevant) Date

If Corporate officer, state title:

(Name - Please Print)

33231028
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

INFORMATION
NONRESIDENT TAXPAYER REGISTRATION AFFIDAVIT

Submit this form to the company or individual you are contracting with.

Do not submit this form to South Carolina Department of Revenue.

PURPOSE OF AFFIDAVIT
A person is not required to withhold taxes for a nonresident taxpayer who submits an affidavit certifying that they are
registered with either the South Carolina Secretary of State or the South Carolina Department of Revenue.

REQUIREMENTS TO MAKE WITHHOLDING PAYMENTS


Code Section 12-8-550 requires persons hiring or contracting with a nonresident taxpayer to withhold 2% of each payment
made to the nonresident where the payments under the contract exceed $10,000. However, this section does not apply to
payments on purchase orders for tangible personal property when those payments are not accompanied by services to be
performed in this state.

Code Section 12-8-540 requires persons making payment to a nonresident taxpayer of rentals or royalties at a rate of
$1,200 or more a year for the use of or for the privilege of using property in South Carolina to withhold 7% of the total of
each payment made to a nonresident taxpayer who is not a corporation and 5% if the payment is made to a corporation.

Our Internet address is: www.dor.sc.gov

33232026
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

SMALL/WOMAN-OWNED/MINORITY BUSINESS ENTERPRISE FORM

YOUR COMPANY'S CURRENT STATUS SUPPLIER BUSINESS CLASSIFICATIONS

Is this a small business? A small business is a business which is independently


owned and operated, not dominant in its field of
Yes No operation, and can qualify under criteria concerning
number of employees, average annual receipts, or other
criteria as outlined by the Small Business
Administration. (See CFR Title 13, Part 121, as
amended)

Is this a woman-owned business? A woman-owned business is a business which is at


least 51% owned by a woman or women who also
Yes No control and operate the business.

Is this a minority-owned business? A minority-owned business is a business which is at


least 51% owned, controlled and operated by socially
Yes No and economically disadvantaged individuals. The
following groups are among those presumed to be
If Yes, please indicate minority group: socially and economically disadvantaged: Asian
Americans, Black Americans, Hispanic Americans, and
__ Asian American __ Black American Native Americans.
__ Hispanic American __ Native American

Is this a disabled-owned business? A disabled-owned business is a business which is at


least 51% owned, controlled and operated by an
Yes No individual or individuals who are disabled.

Is this a veteran-owned business? A veteran-owned business a business which is at least


51% owned, controlled and operated by an individual or
Yes No individuals who are U.S. veterans.

Is this a disabled veteran-owned business? A disabled veteran-owned business is a business which


is at least 51% owned, controlled and operated by an
Yes No individual or individuals who are U.S. veterans and
disabled.

Are the individuals who own, control and operate this business U.S. citizens? Yes No

Is this business a non-profit organization? Yes No

Is this business incorporated? Yes No

* Submit copy of certification certificate, as applicable

AFFIDAVITS2003
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

City of Greenville
Identification of M/WBE Participation (OMB Form 5A)

I, ____________________________________________________________________________
(Name of Bidder/Proposer)

do hereby certify that on this project, we will use the following M/WBEs as subcontractors,
vendors, suppliers or providers of professional services.

Firm Name, Address, and Phone Number Work Type *Minority


Category

*Minority categories: Black, African American (B), Hispanic (H), Asian American (A), American
Indian (I), Female (F), Socially and Economically Disadvantaged (D)

The total value of M/WBE contracting will be ($) _______________________________________

OMB 5A – Minority/Woman Business Enterprise Program


Rev1/05.2016
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64

City of Greenville M/WBE Program


Listing of the Good Faith Efforts (OMB Form 5B)

Affidavit of_______________________________________________________
(Name of Bidder/Proposer)

I have made a good faith effort to comply under the following areas checked:

 Contacted M/WBEs that reasonably could have been expected to submit a quote and that were
known to the contractor, or available on State or local government maintained lists, at least 10
days before the bid date and notified them of the nature and scope of the work to be performed.
 Made the construction plans, specifications and requirements available for review by prospective
M/WBEs, or providing these documents to them at least 10 days before the bids are due.
 Broken down or combined elements of work into economically feasible units to facilitate M/WBE
participation.
 Worked with M/WBE trade, community, or contractor agencies and organizations provide
assistance in recruitment of M/WBEs.
 Attended prebid meetings scheduled by the City.
 Provided assistance in getting required bonding or insurance or provided alternatives to
bonding or insurance for subcontractors.
 Negotiated in good faith with interested M/WBEs and did not reject them as unqualified without
sound reasons based on their capabilities. (Any rejection of a M/WBEs based on lack of
qualification should have the reasons documented in writing.)
 Provided assistance to an otherwise qualified M/WBEs in need of equipment, loan capital, lines
of credit, or joint pay agreements to secure loans, supplies, or letters of credit, including waiving
credit that is ordinarily required. Assisted M/WBEs in obtaining the same unit pricing with the
bidder's suppliers in order to help minority businesses in establishing credit.
 Negotiated joint venture and partnership arrangements with M/WBEs in order to increase
opportunities for minority business participation on a public construction or repair project when
possible.
 Provided quick pay agreements and policies to enable M/WBE contractors and suppliers
to meet cash-flow demands.

The undersigned hereby certifies that he or she has read the terms of the M/WBE commitment
and is authorized to bind the bidder to the commitment herein set forth.

Date: _ Name of Authorized Officer:__________________


Signature:
Title:

OMB Form 5B
Rev1/05.2016
Exhibit "C"
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

RFQ No. 20-3711


On-Call Geotechnical Testing &
Consulting Services

January 30, 2020

ORIGINAL

CONTACT:
Tice Welborn, P.G.
Contract Manager | Senior Project Geologist
Office: (864) 292-2901
Mobile: (864) 314 4543
Email: Tice.Welborn@terracon.com
www.terracon.com
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

SECTION 1
Terracon provided on-call
inspections and quality
assurance services during a
5-year IDC at Greenville-
Spartanburg Airport. At the
outset of construction of the
WINSPAN Terminal
Improvements, Terracon
provided special inspection
services for pile foundations,
reinforcing steel, concrete,
epoxied anchor bolts,
structural steel, and
reinforced masonry. In
addition, Terracon also
provided engineering
consulting services for
various geotechnical aspects
of the program on an as-
requested basis.

Main and Stone Mixed-Use Development, Greenville, SC

Transmittal Letter
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

Table of Contents

SECTION 1: Transmittal Letter............................................................ 1

SECTION 2: Qualifications and Experience ........................................ 3


A. Company Profile ....................................................................... 3
B. Company History ...................................................................... 3
C. Our Safety Commitment ............................................................ 4
D. Terracon Local Presence .......................................................... 5
E. Detailed Engineering Capabilities.............................................. 7
F. Dedicated Key Personnel ........................................................ 18
G. Availability and Capacity ......................................................... 24
H. Experience on Similar Projects................................................ 25
I. Local Experience working with Government Agencies ............ 34
J. Ability to Perform the Required Services on an On-Call Basis . 34
K. Our Commitment to Quality ..................................................... 36

SECTION 3: References ................................................................... 37

SECTION 4: Fee Schedule ......................................... Sealed Envelope

APPENDIX A: Required Attachments


DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

January 30, 2020

City of Greenville
Purchasing Division
City Hall, 7th Floor

RE: RFQ No. 20-3711, On-Call Geotechnical Testing & Consulting Services

Dear Selection Committee Members:

Terracon Consultants, Inc. (Terracon) is pleased to submit our professional qualifications to provide
On-call Geotechnical Testing and Consulting Services. The format and content of this submittal reflects
Terracon’s understanding of the Request for Qualifications (RFQ No. 20-3711) document received from
the City of Greenville. Provided in the attached submittal are key strengths and benefits that Terracon
brings to this project.

Terracon is excited about the opportunity to assist and support the City of Greenville in growth of your
already successful market. We have assembled an outstanding project team composed of dedicated
local staff and firm-wide experts to deliver consulting services on time and cost effectively. Terracon
provides local expertise with an in-depth knowledge of the City of Greenville’s major projects and
initiatives such as the Unity Park Project.

Local Presence Backed by a National Firm – We have the experience and manpower necessary to
provide On-Call Geotechnical Testing and Consulting Services to the City of Greenville. Terracon’s
Greenville, South Carolina office, with a staff of 35+, will manage and execute this contract locally. If
needed, Terracon will draw upon technical and personnel resources from 8 Carolinas offices, employing
over 250 people, including approximately 80 Technicians and over 50 Licensed Engineers and Scientists.
What this means to you is that Terracon can mobilize additional team members very quickly from more
than 150 offices nationwide.

Geotechnical Testing, Environmental Consulting and Construction Materials Testing Experience


Terracon personnel have extensive experience managing and servicing on-call engineering contracts for
engineering and material testing services. Our local staff have provided services for over 50 county and
municipal governments/utilities which include the City of Greenville, Greenville County, City of Pickens,
Oconee County, Spartanburg County, City of Easley, Greenville Water, Renewable Water Resources
(ReWa) and Spartanburg Water.

A Commitment to a Superior Safety Culture - Successful project execution and delivery first and
foremost includes the need to work safely and keep our employees and the public safe, every day. We
strive to build health and safety into all aspects of our business and into the thinking of our employees.

Local, Full service Construction Materials Testing Laboratory in Greenville, SC - Our Greenville,
SC office laboratory currently maintains accreditation by AASHTO Resource and it operates under our
Corporate Construction Materials Laboratory Quality Management System (QMS). Our quality system

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

The Pickens Doodle Trail


Head Redevelopment
Project is the first US EPA
Brownfields Grant funded

SECTION 2
Asbestos Abatement
project in the state of South
Carolina. Terracon
completed environmental,
geotechnical, and materials
testing services for this
project.

Pickens Doodle Trail Head


Redevelopment Project

Qualifications and
Experience

The Terracon staff works well with our


team. They are professional, responsive,
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Section 2 – Qualifications and Experience
A
A. Company Profile R

Terracon Consultants, Inc. (Terracon) is a 100 Y percent employee-owned consulting engineering firm
providing quality services to clients. Since 1965, Terracon has evolved into a successful multidiscipline
firm specializing in:

• Geotechnical
• Materials Testing
• Environmental/Industrial Hygiene
• Facilities

Terracon is ranked 24 in Engineering News-


Record’s 2019 listing of the Top 500 Design
Firms, as compared to a ranking of 41 a
decade ago. The firm’s success is further
evidenced by a ranking of #1 in Engineering
News-Record’s 2019 listing of the Top Asbestos and Lead Abatement Design Firms. Terracon’s
growth is due to dedicated employees who are responsive to clients, provide quality services, and take
advantage of opportunities in the marketplace.

Terracon provides services on tens of thousands of projects each year. Our culture, systems, and
structure enable us to excel at both small and large projects. By combining our national resources with
specific local area expertise, we consistently overcome obstacles and deliver the results our
clients expect.

B. Company History
City of Greenville can depend upon Terracon to act quickly to meet your deadlines; our employee owners
are always available. Over its history, Terracon has achieved significant expansion through both internal
growth and acquisitions. We have more than
5,000 employees in more than 150 offices with
services available in all 50 states.

Terracon serves a diverse portfolio of private and


public clients. By being responsive, resourceful,
and reliable, we strive to exceed our clients’
expectations for service, solutions, quality, and
speed of delivery. Based on a deep
understanding of our clients’ needs, Terracon’s
commitment is centered around these key
objectives.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 3 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
C. Our Safety Commitment A
Terracon is very much a safety-oriented company.R We strive to build health and safety into all aspects of
our business and into the thinking of our employees.
Y Terracon’s commitment to safety is demonstrated
daily by Project Managers discussing and addressing site specific safety topics with our field
representatives. Safety is a primary focus of our company gatherings where each meeting begins with a
safety topic.

Safety is one of Terracon’s core values and our commitment to an


Incident and Injury-Free® philosophy is one of the pillars of our current
Strategic Plan. As a supplement to
Terracon’s safety culture, each
employee receives safety training specific to the job function and/or
project assigned through one-on-one instruction, continuing
education classes or web-based training seminars.

Incident and Injury-Free Incident and Injury-Free (IIF) is about


care and concern for our people. It is our personal and
organizational commitment at all levels of the company to everyone
going home safe to their family every day. It is where safety is held
as a core value as well as an operational priority. Working safely is
an inseparable part of working correctly, just as much as other
operational priorities, in particular quality, profitability and schedule.
IIF is our commitment to our people, who we value for who they are
and what they protection training.

Terracon’s total recordable incident rate


(TRIR) has decreased more than 80
Committed to percent over the last five years. This accompanies an increase of more than
delivering 2,000 employees, demonstrating Terracon’s unwavering commitment to build
success…safely! safety and wellbeing into all aspects of our business. Our clients can be
assured Terracon employees have a high level of safety awareness extending
to each project and job site so that it is safe for your staff, property owners,
bystanders, and our employees.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 4 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Terracon’s TRIR rates since 2008: A Terracon’s EMR rates since 2008:
R
Y

D. Terracon Local Presence


Terracon’s Greenville office, located only 8 miles from City Hall, has a local staff with over 35+ employees
and over 25 years of experience working on numerous projects including on-call contracts with Counties
and Government Agencies. As an added benefit, Terracon can draw upon resources from our 9 Carolinas
offices with more than 100 project professionals with diverse capabilities that can be utilized on this On-
Call Geotechnical Testing & Consulting Services Contract.

• 20 Geotechnical Engineers
• 40 Construction Inspectors and Technicians
• 8 Drillers
• 25 Environmental Engineers, Geologist and Scientists
• 5 Industrial Hygienists and Safety Specialist
• 30 Project Managers

Each dot in the photograph below represents the location of


a recent Terracon project within a 5-mile radius of City Hall.
Our engineers and scientists are very aware of the geological
and environmental conditions existing within the community.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 5 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
A
R
Y

Recent Terracon projects within 5-mile radius of City Hall

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 6 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
A
E. Detailed Qualifications and Experience
R

GEOTECHNICAL ENGINEERING CAPABILITIES Y


Design and construction of functional, cost-effective structures require a thorough understanding of local
soil, rock and groundwater conditions. Terracon provides a wide range of Geotechnical Engineering
services to support each phase of a project, from preliminary design through completion of the building
process. Terracon’s Greenville office, with access to extensive geotechnical experience and expertise
of engineers, geologist and soils technicians throughout our company, can help to access the risks
associated with subsurface conditions. We participate as a vital member of the project team, focusing
on project objectives and using innovative technologies to provide practical design recommendations.
Our culture, systems and structure enable us to excel at both small and large projects.

Terracon’s Geotechnical services from the Greenville, SC office include:


■ Subsurface exploration and testing ■ Dynamic analysis and evaluation
■ Foundation analysis and design ■ Soil stabilization and ground improvement
■ Deep Foundation Testing ■ Groundwater control
■ In-situ testing and performance monitoring ■ Seismic Analysis – Shear Wave using
■ Vibration Monitoring and Analysis MASW and ReMi
■ Earth structures, slopes and retention ■ Pavement design and subgrade evaluation
systems

We have the equipment and experience to provide geotechnical instrumentation at each stage of the
construction process capable of addressing a full range of complex soil and foundation situations,
including monitoring the safety and stability of foundations, piles, slopes, retaining walls and bridges:

These services include:


■ Pre-condition and Post-condition Surveys
■ Crack monitoring
■ Lateral deflection Monitoring
■ Vibration and Noise Monitoring
■ Groundwater Monitoring
■ Settlement Monitoring
■ Cross Hole Sonic Logging and PET Static Load Testing
■ Drilled Shaft Inspection using Mini Sid
■ Total Station Surveying
Terracon’s Greenville office owns and
■ Piezocone Penetration Test (CPTu)
operates local drill rigs with various
■ Seismic Piezocone Penetration Test (SCPTu)
capabilities including direct push
■ Soil Test Borings (SPT
sampling (DP), SPT soil test borings,
rock coring and well installation. ■ Dynamic Cone Penetrometer (DCP)
■ Pile Driving Analyzer (PDA)

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 7 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
GEOTECHNICAL ENGINEERING CAPABILITIES A
Foundation Analysis and Design R
A foundation must be safe, economical, and practical.
Y
Choosing the most effective foundation system from a broad
range of options requires experience and technical
competency. Terracon’s local engineers offer geology and
construction knowledge prevalent in their area. They are also
supported by nationwide specialists who are competent in the
various foundation types, analytical methods, and quality
control factors affecting project costs and schedules. This
combination is critical to project success.

Earth Structure, Slopes, and Retention Services Terracon provided Geotechnical Engineering,
The interaction of factors affecting the stability of natural and Foundation observation & Inspections, Slope
Stability and Design, Slope Anchor
constructed earth slopes is complex. Terracon utilizes proven
Installation and Bedrock Blast Monitoring on
laboratory testing techniques and computer software to assist
The Grand Bohemian overlooking Falls Parks
in analyzing and designing earth structures, and retention and the Reedy River.
systems.

Specialty Evaluation
Today’s built environment involves disturbance of a variety of natural landscapes and terrain in unique
ways. The same natural environment can, in turn, wreak havoc on developments and structures. These
two scenarios are often unplanned and not adequately designed to meet unexpected challenges.
Whether your project requires specialty earth retention design, complex geotechnical modeling,
forensics, litigation support, or geo-civil design, Terracon utilizes a wide range of techniques to
understand soil behavior and provide the most cost-effective solution.

Rock Slope Hazard Assessments and Stabilization Design


Terracon develops project-specific rock slope stability and hazard assessments for aging highway,
pipeline, and dam assets. We then provide clients with cost-effective mitigation alternatives and full
remediation design services to maintain vital infrastructure.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 8 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
MATERIALS TESTING AND SPECIAL INSPECTION A CAPABILITIES
Proper selection, quality and workmanship of R construction materials play a vital role in ensuring that
today’s buildings and infrastructure perform adequately during long time periods. We work client to
Y
minimize material replacements, reduce the
likelihood to deterioration, avoid potential failures,
and investigate and evaluate construction materials
related problems and failures when they do occur.
Local knowledge and resources, combined with the
technical support available from our national network
of offices, enable Terracon to respond quickly to
ever-changing construction needs and schedules.
We respond with innovative solutions and
alternatives that target your long-term performance
objectives while considering cost consequences.
Our services are delivered on a timely basis with
consistently high value and attention to client needs. Terracon provided materials engineering on the
Greenville-Spartanburg International Airport (GSP)
Our materials services are extensive, varied, and during the $115 million-dollar terminal improvement
include the following: program. Our services included special inspection
on the pile foundation, reinforcing steel and
concrete, epoxied anchor bolts, structural steel and
■ Materials Engineering
masonry.
■ Construction Quality Assurance/Quality Control
■ Structural Steel and Nondestructive Testing
■ Special Inspection
■ Seamless Delivery

Materials Engineering
Our materials professionals add value to your project at any stage. By joining your team early in the
design process, we can identify, evaluate and recommend the right materials selection and mix designs,
customizing them for the project, which can speed construction and reduce costs. Following design, we
provide timely, expert engineering, evaluation, and testing throughout the construction process. Our
nationwide network of offices leverage our national expertise and resources through technology-enabled
collaboration, allowing Terracon to respond quickly to changing construction needs and schedules. We
deliver innovative solutions and alternatives that target long-term performance objectives while
considering cost consequences. When problems are detected, whether during or following construction,
we stand ready to provide input, con sulting, and best solutions to restore your structure to high
performance and safety. Our assessment, analysis, and inspections services are complemented by
Terracon’s national facilities practice, extending our in-house quality resources with expertise in building
envelope commissioning and facilities QA/QC.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 9 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Construction Quality Assurance/Quality Control
A (QA/QC)
Quality assurance/quality control (QA/QC) R consulting is about
reducing uncertainty, maximizing quality, and confirming the
Y
requirements of the plans and specifications. While materials testing
and QA/QC fees represent a small fraction of construction cost, the
value provided can reduce project costs by preserving schedule and
identifying materials or construction defects early.

At Terracon, our construction materials QA/QC professionals achieve


these goals for our clients by working as a true partner of the owner’s
or contractor’s team. Our engineers and technicians engage fully in
the construction process, proactively identifying issues to build quality
into the final structure and verify it for our client.

Having a committed owner’s representative for quality aids public-


sector agency requirements by identifying and solving problems on
site, ideally preventing them before they occur. Terracon’s Terracon has performed CQA
multidiscipline expertise allows us to not only solve QA/QC-related inspections on 3 new cell
problems, but give our clients unparalleled access to appropriate constructions at the Greenville
internal materials, geotechnical, environmental, and facilities County Twin Chimney’s Landfill.
resources to address a wide variety of issues immediately if needed.

Structural Steel And Nondestructive Testing


Materials testing serves a critical need for owners and for the public: ensuring that construction materials,
components, and connections maximize performance, durability, and safety.

Terracon is your trusted resource for nondestructive testing (NDT) and structural steel observation and
testing. Safety drives our company culture and informs our delivery of responsive, cost-effective testing
solutions that yield quality, safety, and value.

NDT is an important resource for owners needing to determine the quality and integrity of steel and
welding on projects without damaging or altering the material’s performance. Most NDT equipment is
fully portable, allowing examination to easily be performed at the fabrication facility or project site to
deliver results quickly, avoiding costly delays.

Our steel professionals are trained according to the steel industry standards and certified by the American
Welding Society (AWS), International Code Council (ICC), and American Society for Nondestructive
Testing (ASNT). In-house compliance standards specify minimum requirements for certification and
testing of Level I, II, and III nondestructive testing professionals.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 10 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Structural steel observation and testing requires
A specialized
equipment and team members trained in accepted R
operating
procedures. Testing and observation can occur during or after the
Y
erection process for connections that are welded, bolted, or
between precast elements and the structural frame. Structural
steel components can also be tested in the fabrication shop prior
to delivery to the site for conformance to material specifications,
dimensional accuracy, and fabrication/welding procedures,
saving time and potentially significant costs due to rework and
reshipping.
Terracon provided geotechnical evaluation,
Special Inspection Services construction observation and testing services for
Special inspections are a necessary part of bringing an owner’s the 3.2 million square feet warehouse and
construction project to completion to provide a safe structure for distribution center for Michelin. We applied a local
approach to the project, executing structural steel
the public. But interpretation and enforcement of International
fabrication and inspection services at several local
Building Code (IBC) requirements can vary dramatically from one
shops.
municipality to another, creating potential pitfalls in ensuring that a
structure meets safety and quality expectations.

Our construction inspectors work closely with the owner, designer,


local building official, contractors, engineer of record, and other
stakeholders to facilitate communication, review specifications to
identify any aspects not in compliance with local code
requirements, and solve problems – or prevent them – to keep the
project on budget and schedule.

Terracon can work with the design team throughout the design
process, providing feedback for the statement and schedule of Terracon performed geotechnical observation
special inspections and interpreting local code requirements to and special inspection services on this 9-acre
avoid costly changes during construction. Our professionals are parcel of land located at the tip of Downtown.
also adept at providing maximum value during the construction When complete, The Northpointe Development
phase, communicating with the designer to understand will be the focal point and spearhead for growth
expectations and evaluate the drawings to ensure they meet on the North end of Greenville. Terracon’s local
jurisdictional requirements. expertise with local jurisdictional knowledge and
relationships to ensure the proper fabrication,
Our approach encompasses all essential aspects for a successful installation, and placement of structural
testing and inspection program: components and other construction materials
■ Well-defined scope for Testing & Inspection (T&I) to minimize that require inspection under the IBC Section
1704.
costly change orders
■ T&I Plan for distibution to parties involved keeping
everyone informed
■ Terracon certifies T&I personnel and ability to staff for
required workload
■ Consistent and constant communication between all parties including:

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 11 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Our expertise includes all types of work for construction
A where special inspections are required by IBC
Section 1704: R
■ Fabrication ■ Sprayed Fire-resistive materials
Y
■ Structural Steel ■ Pile and Pier foundations
■ Reinforced Concrete ■ Exterior Insulation and Finish System
■ Soils (EIFS)

Seamless Service Delivery


Terracon’s proprietary data management software, CMELMS™ (Construction Materials Engineering
Laboratory Management System) and field tablet PCs equipped with wireless communication technology
generates real-time test results of critical information, keeping you informed of all test results and keeping
your project moving forward.

■ 24-hour report turn-around for non-conformance items and failing tests


■ Custom report delivery that can be shared with multiple entities
■ Real-time reporting keeps you and your project team informed, saving time and money

Project Work Plan Budget Tracking Field Observation, Data Communication of Results to
and Schedule Benefits: Collection, Reporting All Parties
Benefits: • Constant communication – and Delivery Benefits:
• Experienced staff with the daily, weekly, monthly Benefits: • Email notifications
right certifications • Milestone notifications • Fast collection through • Easy to read reports with third-
• Tracking and responding to monitor your investment hand-held devices, high- party access
manpower needs • Retest tracking for tech tablets, and laptops • Close out – push of a button
• Responding to potentially significant • Efficient transmittal of data o Report library
workload fluctuations savings to Project Manager o Data storage
• Keeps the project moving o Final letters
forward with seamless
delivery of information

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 12 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
ENVIRONMENTAL ENGINEERING CAPABILITIES A
Terracon provides a comprehensive range of Renvironmental consulting services including multi-level
environmental site assessments. Terracon’s Greenville, SC office has extensive experience in both the
Y
public and private sectors and has long established relationships with the local, state, and federal
regulatory agencies. Our office can readily respond to needs in a timely manner within the upstate of
South Carolina including the City of Greenville. Our professionals collectively conduct, supervise and
review thousands of Environmental Site Assessments, Environmental Site Investigations, and other
environmental consulting services throughout the United States each year. Terracon routinely provides
environmental consulting services in conjunction with geotechnical engineering and materials testing and
inspections on the same project for the same client to insure continuity between the various project
phases.

Terracon routinely assists counties and local governments, lending firms, developers, corporate
investors, real estate companies, and industrial and manufacturing companies in making critical, timely
and economically sound decisions regarding property management and ownership transfers.

EXPERIENCE IN ENVIRONMENTAL ASSESSMENTS AND INVESTIGATIONS


Terracon conducts a variety of assessments ranging from ASTM 1527-13 Phase I ESAs to extensive
subsurface investigations (Phase II ESAs). Our ability to provide the full range of assessment and
investigation services is enhanced by our complete field service capability, as well as our diverse staff of
professionals. Of the firms in the Carolinas with the required specific experience to complete this contract,
Terracon has more experience, by far, conducting Phase I and Phase II ESAs. This experience helps
us to better understand the challenges that may arise when completing the assigned tasks. This
understanding helps us to mitigate these potential challenges oftentimes before they become a major
and many times a costly concern.

Two types of ESAs are routinely performed by Terracon: Phase I


ESA and Phase II ESA. The goal of the Phase I ESA is to identify
recognized environmental conditions (RECs) such as hazardous
substances or petroleum products on a property under conditions
that indicate an existing or past release, or a material threat of a
release that may impact environmental media on the property. We
perform Phase I ESAs in strict accordance with requirements of
ASTM E1527-13 standards and routinely include a limited review
of non-scope considerations including radon, wetlands and
Terracon has completed more than
suspect asbestos-containing building materials, and lead-based
40,000 Phase I ESAs and 5,000 Phase II
ESAs in the last four years. paint sampling, if desired by the client.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 13 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
The goal of a Phase II ESA is to answer theAquestions as to
Terracon’s Greenville
whether the REC reported in the Phase I ESA R
represents an
environmental concern, hazard or liability in the office routinely
Y
ownership/acquisition/redevelopment of the property. completes over 100
Phase II ESAs are typically performed in general accordance with Phase I ESAs on an
the guidelines of ASTM E-1903 and include the collection of annual basis, many of
samples from the appropriate environmental media for analyses which require follow-up
by a subcontracted National Environmental Laboratory
Phase II ESAs.
Accreditation Conference (NELAC)-certified laboratory, such as Analytical Environmental Services, a
Woman Owned Business (WBE) based in Atlanta, GA, will analyze select parameters, depending upon
the specific type of suspect or known contamination of concern. Our Phase II reports will be reviewed
internally for QC/QA purposes, and signed and sealed by a licensed professional geologist or engineer
identified at the outset of the project assignment as the Authorized Project Reviewer (APR) or a senior,
highly experienced, professional in charge.

When contaminated materials are identified in environmental media, additional assessment is conducted
to understand the extent and degree of the affected area that will be considered as part of the remediation
and reuse planning. By understanding these environmental site conditions, the mechanisms required to
address the site conditions can be identified by Terracon and incorporated into reuse plans.

Terracon provides services on thousands of projects each year. Our culture, systems, and structure
enable us to excel at both small and large projects. By combining our national resources with specific
local expertise, including more than 10 local employees dedicated to this project and more than 100
environmental staff in our nine offices located in
the Carolinas, we consistently overcome
obstacles and deliver the results our clients
expect.

The City has more than its fair share of


environmentally challenged properties including
many in the City’s Unity Park Project area. Each
red dot in the image to the right indicates a
recent project completed by Terracon in the
vicinity of Unity Park, many of which have
been completed for the City. Many of these
projects were completed for the City of
Greenville. No environmental consulting
practitioners know this area better than
Terracon’s local Greenville, SC office.

*Environmental projects recently


completed near Unity Park.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 14 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Phase I Environmental Site Assessments A
The purpose of an ESA is to identify recognized R
environmental conditions (RECs) that may impact the
property. Phase I ESA activities typically involve the collection and review of information concerning:
Y
• Physical setting
• Regulatory records
• Historical use
• Site and adjoining property reconnaissance
• Interviews with persons/agencies familiar with the site
• Previous report review

Terracon will conduct Phase I ESAs at designated sites in accordance with ASTM Standard E1527-13
and the EPA’s All Appropriate Inquiries Rule. Depending upon the age and use of the property, sampling
for asbestos, lead, radon, or mold may also be recommended as part of the Phase I ESA.

Phase II Environmental Site Assessments


If a recognized environmental condition is identified in the Phase I ESA, a Phase II ESA is typically
recommended. The Phase II ESA is designed to obtain additional information relative to potential
contamination by collecting and analyzing samples of soil, water, and other materials. The scope of a
Phase II ESA is site specific. Components typically include one or more of the following:
• Surface and subsurface soil sampling and analysis
• Groundwater monitoring well installation and sampling
• Soil-vapor surveys
• Aquifer testing
• Sampling and analysis of potential hazardous materials

Terracon will conduct Phase II ESA’s at designated sites in general accordance with the Site Specific
QAPP, ASTM Standard E1903-11, and all applicable state and federal requirements.

ASBESTOS AND LEAD BASED PAINT SERVICES


Terracon provides a full range of asbestos consulting services, from the initial building survey to
abatement project design, monitoring, and operations and maintenance (O&M) plans. Terracon offers a
one-source solution for most asbestos concerns.

Asbestos Surveys
If needed, Terracon will perform building surveys and collect samples of suspect asbestos-containing
building materials (ACBM). Asbestos surveys follow guide-lines established under the U.S.
Environmental Protection Agency’s (USEPA) Asbestos Hazard Emergency Response Act (AHERA)
program and as required by USEPA regulation 40 CFR Part 61, National Emissions Standards for
Hazardous Air Pollutants (NESHAP) and SCDHEC Regulation 61-86.1. All Terracon inspectors are
licensed and certified as required by federal and state regulations.

Asbestos surveys begin with a review of construction documents to identify any suspect ACBM. A visual

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 15 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
survey is then conducted, and suspect ACBM A is sampled and analyzed for asbestos content. In
accordance with federal regulations, only those R
materials containing greater than 1 percent asbestos are
reported as containing asbestos.
Y

Management Plans
Terracon prepares management plans that provide specific procedures for operating and working safely
around ACBM. Commercial plans include O&M programs that explain how to protect a building’s
maintenance and housekeeping personnel, tenants, and occupants from exposure. Management plans
also provide the basis for making informed decisions regarding potential long-term economic liabilities
associated with asbestos.

Abatement Planning and Monitoring


Terracon has extensive experience in preparing plans and specifications for remedial actions including
enclosure, encapsulation, and partial or complete removal. Terracon can also provide technicians for air
sampling during the abatement process. These personnel are certified through the National Institute for
Occupational Safety and Health (NIOSH) and use NIOSH sampling protocols.

NATURAL RESOURCES AND THE NATIONAL ENVIRONMENTAL POLICY ACT


Evaluating, identifying, and designing programs to minimize the impact of human activity on natural and
cultural resources is the key to Terracon’s natural resources program. Conservation of wildlife habitat,
preserving archaeologically-significant sites, and protection of vegetation are the guiding concerns in
considering opportunities and constraints in developing innovation solutions for environmentally sensitive
areas.

To many, the requirements established under the National Environmental Policy Act (NEPA) present a
formidable obstacle to their development projects. Our experience has shown that a carefully considered
review of environmental concerns can provide an effective framework for both development and
conservation of natural resources. We have assisted clients with natural resource management through
the performance of multi-disciplined analyses, planning, and design projects. The following natural and
cultural resource services can be completed by Terracon staff:

■ Wetlands Services ■ Historic Property Surveys


■ NEPA Screens ■ Cultural Resource Surveys
■ Threatened and Endangered Species ■ Archaeological Surveys
Surveys

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 16 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
LABORATORY TESTING CAPABILITIES A Our Greenville, SC laboratory
Terracon has a wide array of materials testing capabilities
R
for holds AASHTO Accreditation
testing ground water, soils, concrete, grout, masonry,
Y for Materials Testing
structural steel, foundation systems and asphalt. We have
the ability to test materials in-situ, on-site or in our Greenville,
SC office. In addition to our testing capabilities, we have the
ability to do more for our clients than just report the data
from our inspections and tests. Our team of professional
engineers and scientist has the ability to provide
interpretations of test results and apply the results to design
assessment and/or construction issues. The following
summarizes our testing capabilities:

Soils
■ Moisture-density relationships (Proctors) ■ Hydrometer Analysis
■ Subgrade stabilization: lime/cement ■ Consolidation Testing
■ Gradation analysis and specific gravity ■ Laboratory and Field CBR
■ Atterberg Limits Determination ■ Shear Strength Testing

Concrete
■ Mix designs and trial batches ■ Maturity meter evaluations
■ Cylinder and Beam Compressive ■ Diamond bit coring
Strength ■ Floor flatness testing
■ Chloride ion content

Masonry
■ Block prism tests ■ Grout and Mortar compressive strength
■ Mortar and grout mix designs ■ Block shrinkage

Asphalt
■ Mix designs and Batch plant testing ■ Max. Specific Gravity
■ Core density determination ■ Superpave/Marshall Mix
■ Percent asphalt content and Gradations ■ Moisture in Mix and Rut Pills

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 17 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
F. Dedicated Key Personnel A
R experience to generate top-quality results efficiently
Terracon’s Project Team brings local and national
and within project budgets. Our Greenville, SC YOffice will provide key team members, utilizing local staff
to keep project costs and scheduling on an efficient budget. Our team includes professionals, consisting
of South Carolina – registered engineers, geologists, drillers and a knowledgeable, experienced technical
support team. Our Project Team members have provided environmental services to over 50 county and
municipal governments. This experience sets us apart from our competitors, and more importantly,
grants us the insight to better understand the needs of local governments which differ significantly from
those of private sector entities.

Tice Welborn, P.G.


Environmental | Senior Geologist | Contract Manager | Phase I ESA
QA/QC Reviewer

REGISTRATIONS | CERTIFICATIONS
Professional Geologist, South Carolina and North Carolina

PROFESSIONAL EXPERIENCE
Tice will serve as Contract Manager and Senior Environmental Project
Manager and primary point of contact for Environmental Services for this
contract. He is a Senior Geologist and Brownfields Consultant. He has over
12 years of experience in environmental consulting with 9 years focused
primarily on Brownfields and Voluntary Cleanup Consulting. He is a licensed Professional Geologist in
South Carolina and North Carolina. Mr. Welborn is a qualified EP as defined by the US EPA AAI Rule
(40 CFR. 312.20) and an Authorized Project Reviewer (APR) in Terracon’s Quality Assurance / Quality
Control Program. Mr. Welborn routinely reviews over 100 site assessment reports on an annual basis.

Mr. Welborn’s VCP/Brownfields experience and capacity include grant writing services, contractor
oversight and selection, Environmental Site Assessments, preparation of cleanup plans, Generic and
Site Specific Quality Assurance Project Plans (QAPPs), Health and Safety Plans, Analysis of Brownfields
Cleanup Alternatives (ABCAs), sampling plans, Community Outreach and Communication Plans,
participation in public meetings, communicating with landowners and key parties, participation in
Brownfields Task Forces, cleanup and remediation planning, implementation, and oversight, and
regulatory negotiating and reporting.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 18 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
A
Nitin K. Dudani, P.E.
R
Geotechnical | Senior Principal | Senior Professional Engineer |
Geotechnical andYMaterials QA/QC Reviewer

REGISTRATIONS | CERTIFICATIONS
Professional Engineer, South Carolina and Georgia

PROFESSIONAL EXPERIENCE
Mr. Dudani will serve as Senior Geotechnical Engineer and Senior Approved
Project Reviewer (APR) for Geotechnical and Construction Engineering. In
this role, his duties will include the highest level of quality assurance. He will
collaborate with the project team for adequacy of scope, review deliverables
and confirm adherence to Terracon standards. He has 20 years of experience in geotechnical
engineering and construction monitoring. He provides technical review of all geotechnical projects in the
office, and direction and management of major projects in the geotechnical and construction materials
department.

He is experienced in subsurface exploration using soil borings (SPT), cone penetration test (CPT) and
dilatometer test (DMT), laboratory testing, geotechnical instrumentation and monitoring, design
evaluation of shallow foundations, deep foundations, and earth-retaining structures, soft ground
improvement, foundation damage repair, earthen dam and levee design, slope stability analysis and
stabilization, pavement evaluation and rehabilitation. He has performed various forensic investigations
for the settlement and other geotechnical issues. He is also experienced in geotechnical instrumentation,
analysis and review, and reporting of various instruments including inclinometers, crack gauges, pressure
cells, strain gauges, piezometers, titlmeters, seismographs, load cells etc.

Morgan B. Dougherty, P.E.


Materials | Professional Engineer

REGISTRATIONS | CERTIFICATIONS
Professional Engineer, South Carolina and North Carolina, South
Carolina Department of Labor Licensing and Regulation Building
Codes Council (LLR) Approved Special Inspector

PROFESSIONAL EXPERIENCE
Ms. Dougherty is the Materials Department Manager for the Greenville-
Spartanburg, SC office. As laboratory and project manager, she has six
years of experience in creating project proposals and budget estimates,
tracking project schedules and budgets, managing field technician schedules, managing laboratory
services, mainlining equipment inventory, calibration records, employee training records and safety
training records. Ms. Dougherty has experience in managing the lab’s proficiency sample program and
communicates with the lab’s accreditation firms, AASHTO Resource and CCRL, to maintain the lab’s
accreditation.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 19 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
A
George Flores, P.E.
Environmental | R
Senior Professional Engineer | Phase II ESA QA/QC
Reviewer / Cleanup
Y Planning

REGISTRATIONS | CERTIFICATIONS
Professional Engineer, South Carolina, North Carolina, Georgia,
Tennessee and Alabama

PROFESSIONAL EXPERIENCE
Mr. Flores has over 25 years of experience in environmental consulting,
remediation, and emergency response. His primary focus has been on
facility decommissioning/demolition, Brownfields/site redevelopment,
asbestos, and site remediation. Mr. Flores also has experience with SPCC, industrial stormwater
permitting, industrial wastewater pretreatment, lead-based paint, siting, design, and permitting of solid
waste disposal facilities, and construction oversight.

He has extensive experience with the assessment and remediation of many types of sites with a wide
array of contaminants. The assessments have included soil, ground water, air, and soil-gas sampling.
The sites range from small gas station and dry cleaner sites to large industrial facilities. The contaminants
assessed and remediated on these sites have ranged from metals and pesticides to light and dense non-
aqueous phase liquids. George has vast remediation experience including design, construction,
installation, and operation and maintenance of remediation systems. Additional remediation experience
includes bioremediation using a wide array of bio-augmentation sources and chemical oxidation
remediation using multiple chemical oxidants and risk-based corrective actions for successful
remediation of metals, dense and light non-aqueous phase liquids and other contaminants.

Maggie McKenney, E.I.T


Geotechnical | Project Manager

REGISTRATIONS | CERTIFICATIONS
Engineering-In-Training, South Carolina

PROFESSIONAL EXPERIENCE
Ms. McKenney is a Geotechnical Staff Engineer and Local Exploration
Manager for Greenville-Spartanburg, SC office. She has 3 years of
experience in geotechnical engineering and construction monitoring.

She is experienced in subsurface exploration using standard penetration


test (SPT), cone penetration test (CPT), and pressuremeter test. She is also competent in geotechnical
laboratory testing, geotechnical instrumentation and monitoring, design evaluation of shallow
foundations, deep foundations, and earth-retaining structures, soft ground improvement, foundation
damage repair, slope stability analysis and stabilization, pavement evaluation and rehabilitation. She has
She is also experienced in geotechnical instrumentation, analysis and review, and reporting of various
instruments including inclinometers, piezometers, seismographs, load cells etc.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 20 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
A E.I.T
Tyler Garrett,
R
Materials | Staff Engineer
Y
REGISTRATIONS | CERTIFICATIONS
Engineering-In-Training, South Carolina

PROFESSIONAL EXPERIENCE
Mr. Garrett is a Project Manager for the Greenville-Spartanburg, SC office.
He has over 5 years of experience in managing construction material
testing and special inspection projects. Mr. Garrett assists in developing
project budgets, reviewing and drafting reports, studying project plans and
specifications, attending pre-con construction meetings, site check-ins, as
well as communicating with contractors and project owners. Mr. Garrett recently provided full time
coordination during the foundation installation at The Grand Bohemian Hotel in downtown Greenville.

Kevin Jones, E.I.T


Materials | Staff Engineer

REGISTRATIONS | CERTIFICATIONS
Engineer in Training, South Carolina, South Carolina Department of
Labor Licensing and Regulation Building Codes Council (LLR)
Approved Special Inspector

PROFESSIONAL EXPERIENCE
Mr. Jones is a Project Manager for the Greenville-Spartanburg, SC office.
He has over a year of experience in managing construction material testing
and special inspection projects. Mr. Jones assists in developing project
budgets, reviewing and drafting reports, studying project plans and specifications, as well as
communicating with contractors and project owners. Mr. Jones has worked on numerous projects located
in the City of Greenville vicinity and understands the Statement of Special Inspections required on
projects. He is currently managing the Northpointe Mixed-Use Development with consist of nine acres
with retail and multi-family structures

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 21 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
A
Jeffrey Gurrie, CIH.
R
Environmental | Senior Industrial Hygienist
Y
REGISTRATIONS | CERTIFICATIONS
Certified Industrial Hygienist, Asbestos Air Sampler, Asbestos
Building Inspector, Asbestos Project Designer and Lead Risk
Accessor

PROFESSIONAL EXPERIENCE
Mr. Gurrie has over 20 years of experience in industrial hygiene and
environmental consulting services providing a key role in marketing,
managing, performing, and delivering projects which meet the needs of
clients while promoting and growing the organization. Mr. Gurrie has served as Industrial Hygiene Group
Leader at Terracon for over five years. He specializes in consulting for projects related to: asbestos,
hazardous materials, indoor environmental quality investigations, radon, lead-based paint investigations,
and general industrial hygiene, safety and environmental evaluations with experience in infrared imaging
of moisture/energy and health/safety training. Mr. Gurrie is considered by many as an expert in the field
of asbestos, having been involved in many of the State’s most complex and controversial projects. He
is also a frequent instructor at Greenville Technical College’s Environmental, Occupational Health and
Safety (EOHS) program.

Thomas Tripp
Environmental | Project Manager

PROFESSIONAL EXPERIENCE
Mr. Tripp is a Project Manager in the Greenville, S.C. office with over nine
years of experience. Mr. Tripp has a BS in Environmental Science from
Lander University. His responsibilities include conducting Phase I and
Phase II ESAs, project management, work plan development, health and
safety plan development, soil, groundwater, and air sampling, soil
remediation projects, vapor mitigation system inspection, wetland
delineation, and asbestos and lead paint surveys and project design. Mr.
Tripp is experienced in assessment activities associated with both state VCP and federal brownfields
projects and assists with overall project management and coordination of field activities.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 22 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
A
R
Y

Point of Contact | Contract


Greenville Safety Officer Manager Quality Assurance
Jeffrey Gurrie, CIH Tice Welborn, P.G. Nitin Dudani, P.E.

Geotechnical Services Materials Testing Services Environmental Services

Department Manager Department Manager Department Manager


Nitin Dudani, P.E. Morgan Dougherty, P.E George Flores, P.E.
.
Project Managers / Staff Engineers Project Managers / Staff Engineers
Project Managers / Staff
Maggie McKenney, E.I.T Tyler Garrett, E.I.T.
Engineers/Geologists/Scientists
Nikheel Padhye, E.I.T Kevin Jones, E.I.T.
Thomas Tripp
Tyler Garrett, E.I.T. Bryan Cannon Montgomery Spillane
Kevin Jones, E.I.T. Katherine Weatherly
Technicians / Special Inspectors
Drilling Team Jason Poteat
Field
Brett Burnette Chris Wisher
Engineers/Geologists/Scientists
Nate Hawthorne James Sastre
Rachel Capps
Frank Barnes
Daniella Cimadomo
Laboratory Manager Ashley Lake
Charlie Stone
Glenn Stevens Tim Copeland
Jason Fletcher
Sam Randolph, CWI Staff Industrial Hygienists
Khuzema Karimjee, CWI Jeffrey Gurrie, CIH
Rob Patterson
Stephen Ellis
Laboratory Manager
Glenn Stevens
Environmental Technician
Andy Jonakin

ORGANIZATIONAL CHART FOR ON-CALL GEOTECHNICAL & TESTING CONSULTING

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 23 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
G. Availability and Capacity A
R
Currently, Terracon is operating at a capacity represented by approximately 60 percent chargeability on
a company-wide basis. With our structure and Y company philosophy of sharing available resources, we
have the ability to increase our capacity to approximately 80 percent chargeability. Based on Terracon’s
current workload and backlog, we can continue to work at approximately 60 percent chargeability for
three months. For the following three months following current backlog accounts for approximately 40
percent capacity. Beyond six months, our current projections indicate approximately 30 percent of our
available chargeable capacity is currently committed until the end of the year. Terracon’s backlog
projections are based upon a few large projects that can be projected over a period of a year. However,
the majority of our projects are small to medium sized, consisting of individual projects valued at less
than $10,000 with durations less than two months. In short, Terracon Greenville office has enough
capacity and availability of staff to support any projects from this On-call Geotechnical Testing &
Consulting Services.

An example of a project involving requests for rapid mobilization of manpower and collaboration involved
a client request to provide two-man teams for assessment and evaluation of groundwater characteristics
at multiple coal ash sites in North Carolina. Within a one-week period, Terracon was able to organize and
mobilize 12 people from our South and North Carolina offices and 2 people from our Houston Texas
office. The project lasted approximately 3 months with a typical work schedule of 6 days per week and
10 to 12 hours per day (or more). Even with the demanding schedule and consumption of manpower,
Terracon’s collaborative effort allowed us to handle existing and new projects at the local offices without
delay.

MINORITY AND WOMAN OWNED BUSINESS ENTERPRISE PARTICIPATION


Terracon is not a M/WBE; however, Terracon takes every opportunity to team with local businesses and
M/WBEs. On May 16, 2016, Terracon and Consultech Environmental, LLC, a woman-owned,
economically disadvantaged, 8(a) firm, entered into a US SBA approved Mentor Protégé Agreement.
Terracon (Mentor) and Consultech (Protégé) agree that establishing a mentor/protégé relationship will
enhance the capabilities of the Protégé and improve its ability to successfully compete for contracts
consistent with the goals of SBA’s Mentor/Protégé Program. Terracon takes great pride in our efforts to
promote participation of woman, veteran, and minority businesses, whenever possible.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 24 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
H. Experience on Similar Projects A
Terracon has a long history of experience working R with the City of Greenville during development and
construction of vertical and horizontal projects, Y we have knowledgeable local staff and we have the
internal structure to support projects with limited durations and variable work schedules. Terracon has
had the opportunity to work side by side with varies City of Greenville Managers/Engineers/Staff through
our Brownfields Grant Contracts and past projects. The following includes a brief description of example
projects Terracon has either recently completed or currently underway with the same or similar scope of
services as this contract.

Oconee County, SC | On-Call Consulting Services |


2016 - On-going

In 2016, eight consulting firms submitted to provide on-call services


to Oconee County. Of these eight consulting firms, Terracon was the
sole consulting firm selected by Oconee County to provide these
services, based on our experience, qualifications, and depth of
services offered. Services provided to Oconee County to-date
include: Phase I/II Environmental Site Assessment (ESA) services,
Oconee Industrial & Technology Park
Asbestos related services, Lead Paint services, Hazardous Materials
(OITP). Full time construction
services, Mold related services, Indoor Air Quality, Geotechnical materials testing during one million
Investigations, Special Inspections and Construction on more than 30 cubic yard mass- grading project.
projects.

ReWa, SC | On-Call Consulting Services | 2013 - Ongoing


Solar Testing | Geotechnical Testing and Consulting Services
Mauldin, Piedmont and Dublin Creek, South Carolina
In 2017, Renewable Water Resources (ReWa) planned for 3 solar farms at
their existing facilities. These facilities are located at Mauldin Road in
Greenville, South Carolina, Piedmont Regional in Piedmont, South Carolina
and Durbin Creek in Fountain Inn, South Carolina. At all 3 facilities, the
development plan included construction of solar PV module mounted on a
tracker mounting system. The solar modules system will be supported on
driven steel W-section piles.

As part of geotechnical investigation, Terracon performed standard


penetration test (SPT) at all 3 sites. The number of SPT borings ranged from
6 to 12 borings for each site. Rock coring was also performed at Piedmont
site to evaluate the shallow bedrock. Various foundation options were
discussed with project designer AECOM and unit load capacities were
provided for various soil layers.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 25 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
In addition, at Mauldin
A site the soil capacities were confirmed by installing
six W 6x9 post and
R
six W 6x12 posts (total 12). The piles were driven to
depths ranging between 7 to 11 feet BGS for tension (pull-out) and lateral
Y
tests with approximately 37 ½ to 60 ½ inches of the pile extending above
the ground surface. The pile load testing was performed with reference
made to ASTM D3689 Test Methods for Deep Foundations under Static
Axial Tensile Load and D3966 Test Methods for Deep Foundations under
Lateral Load. Soil load capacities were back calculated using pile load
test data and provided to the designer. Terracon also aided in the bid
support efforts for ReWa.

ReWa Richland Creek Trunk Sewer Improvements | Geotechnical


Testing & Consulting Services
Greenville, South Carolina
In early 2014, Renewable Water Resources (ReWa) planned for
approximately 14,000 feet of gravity sewer, ranging in size between 24 and
48 inches in diameter. The proposed sewer line started south of East
Washington Street (Greenville Zoo parking area) and terminated near the
intersection of Stone Plaza Drive and Chick Springs Road in Greenville,
South Carolina.

As part of geotechnical investigation, Terracon performed drilling coordination with ReWa project
manager and property owners near the sewer line. A total of 10 Standard Penetration Test (SPT) borings
were performed along the sewer route. Geotechnical report was prepared to include the earthwork
recommendation, roads crossing and excavation in shallow bedrock. In addition to standard geotechnical
scope described above, Terracon also performed a design of Mechanically Stabilized Earth (MSE) wall
off Pettigru Street. The wall was planned to cease the subsidence of earth behind a parking lot next to
Pettigru Street. Terracon also aided in the bid support efforts for ReWa and performed construction
observation and materials testing during the wall construction. Construction of the project started in 2016
and it was finished in 2017.

Upper Reedy Sewer Line | Geotechnical Testing and Consulting Services


Greenville, South Carolina
Renewable Water Resources (ReWa) is planning for potential upgrade options for
trunk sewer that runs along the Reedy River from north of downtown Greenville into
Travelers Rest. Based on our understanding, the sewer line will be installed to a
maximum depth of 15 feet below the existing ground surface. It is anticipated that
the new sewer will be constructed via open cut methods, except for the crossings of
major roads. These crossings will be achieved by jacking and boring a steel casing.

As part of the geotechnical investigation, Terracon performed standard penetration


testing (SPT) at the site along the proposed route. A total of twenty-two (22) borings

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 26 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
were performed to a depth range of 10 to 20 feet
A below existing ground surface. In addition, laboratory
testing on the representative soil samples wasRalso performed. Laboratory tests included Particle Size
Analysis of Soils using ASTM D422, Liquid Limit, Plastic Limit and Plasticity Index of Soils using ASTM
Y
D4318 and Determination of Water Content of Soil using ASTM D2216.

The Geotechnical report was prepared to include the boring logs, groundwater depths, earthwork
recommendation, roads crossing recommendations/ trenchless crossing conditions and excavation in
shallow bedrock.

Pettigru Street Retaining Wall | Geotechnical Testing and Consulting Services


Greenville, South Carolina
As part of Richland Creek Trunk Sewer Improvements, ReWa was planning to repair an existing retaining
wall along Pettigru Street that was in the risk of failure. Due to our previous involvement with Richland
Creek project, ReWa retained Terracon to perform
geotechnical field explorations and investigation, and
laboratory testing to determine the in-situ strength of soils at
the wall location. Terracon performed SPT soil test borings
and rock coring to determine strength of foundation and
reinforced soils. As part of the contract, wall was designed by
Terracon and design drawings were provided to ReWa.
Terracon helped ReWa Project Managers to obtain qualified
bids for the wall construction. During wall construction,
Terracon was engaged to provide materials testing and observation services. This was a turn-key project
where Terracon provided geotechnical investigation services, design support and construction
observation and quality assurance for the construction of retaining wall.

City of Greenville Projects

Terracon has provided numerous geotechnical investigations, environmental consulting and construction
materials testing for the City of Greenville, South Carolina. Below is a brief summary of select projects
where Terracon has provided services over the years.

Unity Park Project | Environmental Consulting Services


Greenville, South Carolina
Terracon has provided numerous environmental services for the City of Greenville’s Unity Park Project
including asbestos and lead-containing paint related services, Phase I ESA and Limited Site Investigation
(Phase II ESA) services, Underground Storage Tank (UST) assessment and removal, and cleanup
planning and remediation services. Terracon can easily say that we have more experience working in this
area and we have more familiarity with the Unity Park project than any other environmental consulting firm.

Greenville Brownfields Program | Environmental Consulting Services


Greenville, South Carolina
In 2015, Terracon was selected to provide on-call environmental assessment services for the City of
Greenville’s Brownfields Program and in 2018, Terracon was selected to provide programmatic support

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 27 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
and environmental management services forAthe Brownfields Program (3-year contract). Terracon
currently oversees a project team of four subconsultants
R
and who have completed nearly 10 site
assessments at various project sites in the City of Greenville. In addition to project management and
Y
SCDHEC/EPA programmatic reporting, Terracon has completed community outreach activities, work
plan development, and serves as regulatory liaison between the City and SCDHEC and the US
Environmental Protection Agency

PNG Connector | Geotechnical Testing and Consulting Services


Greenville, South Carolina
In 2016, Piedmont Natural Gas announced plans to build a private
road from Woodruff Industrial Lane to Verdae Boulevard to provide
an alternate way to get its trucks out of its facility in an emergency
without having to get on Woodruff Road. It asked the city if it wanted
to make it a public road and connect it with Ketron Court and Green
Heron Road. The new road will allow motorists to take Verdae
Boulevard to the PNG Connector to get to Magnolia Park, where
Costco and Cabela’s are located, and the shopping centers that
contain Target, Academy Sports, and Trader Joe’s.

As part of geotechnical investigation, Terracon performed standard penetration test (SPT) borings along
the entire route. A total of 16 SPT borings were performed to depths between 25 and 60 feet below
existing site grades. Rock coring was also performed to evaluate the shallow bedrock in cut areas.
Laboratory tests included Particle Size Analysis of Soils using ASTM D422, Liquid Limit, Plastic Limit and
Plasticity Index of Soils using ASTM D4318, Determination of
Water Content of Soil using ASTM D2216 and unconfined
compressive strength of rock specimen. A geotechnical
report was prepared with recommendations for cut and fill
grading on the site, culvert foundation recommendations and
seismic site class. Terracon also performed Phase I
Environmental Site Assessment (ESA) and Phase II Limited
Site Investigation (LSI) during the due diligent phase of the
project. Full Phase I ESA and Phase II LSI reports were
provided as deliverables.
.
Traxler Street Trail | Geotechnical Testing & Consulting Services
Greenville, South Carolina
City of Greenville Parks and Recreation planned a walking trail in
the old railroad corridor that runs along Traxler Street, and it will
connect to the Swamp Rabbit trail. The corridor is steep, overgrown
with brush and trees in some section. Geotechnical investigation
was performed for the trail design and it included advancement of
six (6) soil test borings to depths between 1 and 58 ½ feet below
existing site grades, and two (2) hand auger borings with dynamic
cone penetrometer to depths of 5 feet below existing site grades.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 28 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Laboratory testing on the soils were performed toAdetermine the suitability of fill material for re-use as MSE
wall backfill. As part of this investigation, rock depths
R
were also evaluated, and guidelines were provided for
the rock removal techniques.
Y
Webster Street Retaining Wall | Geotechnical Testing & Consulting Services
Greenville, South Carolina
In 2015, a Mechanically Stabilized Earth (MSE) wall located
along Webster Street was damaged after a large rain event.
The wall may have failed due to built-up of pore water
pressure that caused lateral movement along a 100 feet
long section.

Terracon was approached by City of Greenville to provide


engineering services for the wall repair on emergency basis.
As soon as the damaged section was removed by City of
Greenville construction crew, Terracon was on-site to
perform Hand Auger and Dynamic Cone Penetration (DCP) explorations at the base of the wall. Borings
were performed to determine the soil subgrade strength at the footing elevation. Mr. Nitin Dudani worked
with City of Greenville engineer, Mr. Eddie Littleton, P.E. to aid in the design of the replacement section.
Design recommendations were provided for the planned cast-in-place wall. Terracon performed the testing
on footing subgrade during the construction of new wall sections and provided various suggestions to
make wall construction cost effective (use of geotextile in weaker soil subgrades instead of deep undercuts
and replacement). Terracon also provided concrete strength testing for cast-in-place wall portion and
backfill compaction testing behind the wall.

Chick Springs Retaining Wall | Geotechnical Testing & Consulting Services


Greenville, South Carolina

The site is located along Chick Springs Road starting at its


intersection with Lotus Court and ending near Northwood
Avenue in Greenville, SC.

Terracon was retained by City of Greenville to provide


Geotechnical Evaluation services for design and
construction of three retaining walls planned along the
Chick Springs Road. The purpose of the retaining walls is
to create space for proposed side walk.
The walls are planned at the following stations:
Wall No. 1- Station 2+47.90 to 5+33.00- approximately 286 feet long and 10 feet tall at highest point.
Wall No. 2- Station 7+83.66 to 9+33.66- approximately 150 feet long and 7 feet tall at highest point.
Wall No. 3- Station 14+25.00 to 16+65.00- approximately 240 feet long and 8 feet tall at highest point.

Terracon performed geotechnical investigation at three wall sections. A total of 11 soil test borings and
auger borings with dynamic cone penetrometer were performed to depths of 3 ½ to 15 feet below existing
site grade. Shallow rock was encountered at many locations and Terracon worked with City of Greenville to

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 29 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
provide the most cost-effective options for the wall
A construction. Wall design parameters and other design
recommendations were provided for the design and R
construction of these walls.

Cancer Survivors Park | Geotechnical Testing Y & Consulting Services


Greenville, South
Terracon was retained by City of Greenville and Cancer
Survivor Park Alliance to perform geotechnical testing for
Cancer Survivors Park Boardwalk Due to the steep
topography and access difficulties, this project was quite
challenging in nature. Terracon performed geotechnical field
investigation that included SPT borings, Hand Auger borings
in conjunction with Dynamic Cone Penetration (DCP) testing.
During our field investigation, we also encountered a boulder
field along the proposed route that complicated the
construction phase of the project. Terracon also provided construction testing observation and ADA
certification for the boardwalk. As part of construction testing observation, we provided guidance on the
pile installation for the support of walkway in the deep topography. ADA certification involved the
measurements of ramp runs and cross slope using 72-inch digital level to ensure that boardwalk meet
the ADA requirements.

Infrastructure Consulting & Engineering (ICE) | SCDOT

I-85 / I385 Gateway Project | CE&I & Laboratory Materials Testing


Greenville County, South Carolina
I85-I385 GATEWAY is utilizing a design-build contract which will require Flatiron-Zachry to design, obtain
permits, acquire right-of-way, coordinate utility relocation, and
construct the new interchange; all under the oversight of
SCDOT and FHWA. This type of contracting can save time and
money by encouraging innovative designs, materials, and
construction practices. The Project's scope involves creating a
new interchange within the general footprint of the current
interchange by staging construction of the new lanes, ramps,
and bridges while maintaining traffic.

Terracon’s Greenville-Spartanburg, SC office was


retained by the roadway and bridge contractors to
provide CE&I Laboratory Materials Testing during the
construction phase. In addition, Terracon has provided
certified SCDOT inspectors to perform foundation
bearing capacity inspections, structural fill placement
and review of drawings and specifications for the wall
construction. Construction began in February of 2016
and will continue until 2020.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 30 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Greenville County, SC A
R
Twin Chimneys Landfill – Unit 5 (2013), Unit 4 Cell 1 (2016) and Unit 4 Cell (Ongoing) | Construction
Y
Quality Assurance (CQA) & Material Testing
Greenville County, South Carolina
Terracon has provided environmental, geotechnical and
construction testing investigations for various projects as
requested by Greenville County. Terracon is currently
providing Construction Quality Assurance for the Twin
Chimneys Landfill. This is the second phase of CQA
Terracon has provided on this landfill for Greenville County
which consisted of over 30 acres of construction that
included construction monitoring and documentation to
ensure material conformity and workmanship compliance
with project plans and specifications.

Included in the projects is the construction and installation of a composite liner system, pump station and
leachate force main system. Terracon provided full-time Construction Quality Assurance testing and
observation services to ensure material conformity and workmanship compliance with the project plans
and specifications. Quality Assurance services included monitoring lift thicknesses and performed
moisture and field density testing during subgrade preparation and construction of the soil liner.
Additionally, Terracon observed, documented and performed field and laboratory testing during
installation of the Geo-Synthetic Clay Liner (GCL) and High-Density Polyethylene liner systems. Through
our in-house AAASHTO Accredited laboratory, Terracon also coordinated and documented all laboratory
testing in accordance with the ASTM standards for testing as well as the project documents.

City of Pickens, SC – Brownfields Cleanup and Assessment Grants: 2013 - (On-going)

Pickens Doodle Park | Environmental, Geotechnical Testing & Consulting Services


Pickens, South Carolina
Terracon staff member, Tice Welborn, provided grant writing services to the City of Pickens in their
successful attempt to acquire US EPA Brownfields Grant funding to remediate a former rail depot
contaminated by deteriorating asbestos containing building materials. Redevelopment plans for this site
included the development of a trail head to support the City’s Doodle Trail. As part of this project, Terracon
completed Phase I and Phase II ESA services, soil remediation services, asbestos and lead-paint
surveys, remediation feasibility studies, cleanup planning, asbestos abatement design, asbestos air
monitoring, regulatory review, public engagement, grant writing services, wetlands delineation,
threatened and endangered species surveys, abatement and demolition contractor procurement and
oversight, demolition and grading oversight, erosion and stormwater inspection services, geotechnical
services, and materials inspection services.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 31 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
This Brownfields project is unique in that it A
is a first of its kind in the state of South R
Carolina. The primary environmental concern
Y
present on this property was asbestos
containing building materials. The South
Carolina Department of Health and
Environmental Control (SCDHEC) Brownfields
Program is not designed to address properties
primarily impacted by asbestos containing
building materials. However, Mr. Tice Welborn,
P.G., Project Manager for this site, discussed
the project with SCDHEC Brownfields Staff
and determined the best course of action to take at the state level. At the federal level, the EPA allows
for the utilization of assessment grant funds to assess for asbestos; however, the utilization of cleanup
funding for an “asbestos abatement only” site is typically only awarded to “exceptional” projects. After
discussing this project with EPA Brownfields staff and navigating several EPA policy hurdles, this project
was determined to be one of those “exceptional” projects and with Terracon’s assistance, the City of
Pickens successfully applied for Brownfields Cleanup funding, making this the first US EPA Brownfields
Cleanup Grant funded asbestos abatement project in the state of South Carolina.

The City of Pickens leveraged over $1.6 million


in funding to redevelop this property which is
now fully redeveloped and includes a farmer’s
market, playground and greenspace, an
extension to the Doodle Trail, and a trail access
point. Pickens has since leveraged the success
of this Brownfields project to acquire, with
Terracon’s assistance, a $300,000 Brownfields
Community-wide Assessment Grant, also
managed by Terracon, to address blight and
abandoned properties in one of the City’s most economically distressed neighborhoods.

The Beach Development Company

Main + Stone Mixed-Use Development | Geotechnical Testing & Consulting Services and
Environmental Consulting
Greenville, South Carolina
The Main & Stone Site is located at the intersection of North Main Street and East Stone Avenue in
Greenville, SC. In 2013, The Beach Company, announces that construction of a 292-unit mixed-use
multi-family property. In addition to apartment homes, this project will add 20,800 square feet of retail
and commercial space to create an urban epicenter to this ideally located site, which connects
Greenville’s Historic District neighborhoods in the highly desirable North Main area. Terracon was
contracted to perform a Phase I ESA for the site. The Phase I ESA identified two historical gas stations

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 32 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
located on the site, a historical gas station located north
A
of the site and an active gas station located west of the
R
site and up-gradient. In response to the Phase I ESA
Y
findings, Terracon provided a Site Workplan for
additional assessment. After approval by DHEC,
Terracon initiated a Limited Site Assessment (LSI) to
evaluate subsurface soil and groundwater beneath the
property for the potential presence of petroleum and/or
chlorinated

hydrocarbons. As part of the LSI, a ground penetrating radar


(GPR) survey was conducted. Soil borings and groundwater
samples were collected from the footprint of the proposed area
of redevelopment. Petroleum constituents were detected in soil
and groundwater on site with an indication of current and former
gas station operations as a source. Following the initial LSI, the
prospective purchaser entered into a Non-Responsible Party
Voluntary Cleanup Contract (NRP-VCC) with SCDHEC and the
site was entered into the SCDHEC Brownfields
Program. Based on the results of the LSI, Terracon prepared
a Site Management Plan and a Vapor Mitigation Plan which were approved by SCDHEC and detailed
how soil from the site would be characterized and handled during redevelopment activities and how vapor
issues associated with contaminated groundwater and soil would be managed during the new
construction. Designs for Vapor Mitigation Systems (VMS) at seven buildings at the site were provided
by Terracon after the NRP-VCC was entered into by the developer. During installation of the VMS,
Terracon provided Quality Assurance/Quality Control. After installation of the VMS was completed,
Terracon provided testing of both indoor air and subslab vapor conditions in order to confirm the
effectiveness of both the SMP and the VMS system. As a result of Terracon’s findings, SCDHEC will be
providing a Certificate of Completion with a deed restriction for groundwater use

In addition to environmental services, Terracon was selected by the owner to perform Geotechnical
Exploration and Consulting services for the design phase. During the geotechnical investigation,
Terracon utilized pressuremeter data to help design the parking garage foundations with 1,000 kips
column loads. Our settlement analysis with pressuremeter data showed that parking garage building can
be supported on shallow foundation system without the need for ground improvement system, thus
providing large cost savings in the foundation construction.

During construction of this project, Terracon provided Construction Materials Testing and Special
Inspection services. These services included observations and testing of soils, post -tension concrete,
reinforced masonry, structural steel and pavements.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 33 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
I. Local Experience working with Government
A Agencies
Terracon Greenville’s team members have provided,R geotechnical testing, environmental consulting and
construction materials testing services for over Y
50 county and municipal governments. This experience
sets us apart from our competitors, and more importantly, grants us the insight to better understand the
needs of local governments which differ significantly from those of private sector entities.

Our local staff members have provided services to numerous government agencies throughout the
upstate. Some of our recent experience includes:
■ Oconee County ■ City of Union
■ City of Greenville ■ Greenville County
■ City of Easley ■ Anderson County
■ City of Mauldin ■ Abbeville County
■ City of Travelers Rest ■ Greenwood County
■ Town of Central ■ Spartanburg County
■ Town of Ware Shoals ■ City of Pickens

Terracon’s substantial local and regional knowledge is an advantage with respect to the
completion of Geotechnical Testing, Environmental Consulting and Construction Materials
Testing Services. With vast experience working in the local area, we bring institutional
knowledge that provides time savings and value to the citizens of Greenville.

J. Ability to Perform the Required Services on an On-Call Basis


In order to improve efficiency and ensure accurate communication, Terracon has assigned Mr. Tice
Welborn, P.G. to be the single point-of-contact for services through this contract. He will be responsible
for project coordination, contracting, and overall financial management. Once we have been notified by
the City of a project, Tice will coordinate with the assigned Project Manager and other relevant Terracon
staff who will establish communication with your staff to gain a
solid understanding of the task to be accomplished. The time for Having local staff and
each activity will be assessed, the coordination and selection of Terracon’s depth of
sub-contractors (if needed) and staff verified, and the scheduling resources allows us to
sequence will be developed. Then, as the project begins, the keep the project schedule
project team will maintain regular communication to be sure that moving forward while
all tasks are on track concerning timelines and cost schedules (on working simultaneously on
time and on budget). The City will be provided routine status multiple tasks.
updates throughout the project.

One of the critical components to delivering successful services depends on the quality of the
communications between the City and the Terracon project team. Scheduling is the key component in
project implementation. It drives the entire project from start to successful completion. Proper scheduling
assures each task is assigned and carried out to meet project milestones and deadlines - crucial for
keeping a project on track. Frequent and open communication with the appropriate regulatory agencies,

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 34 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
especially during the development of a scope Aand strategy for project implementation, is essential to
developing a schedule that will satisfy the projectR
objectives. Terracon's overall goals and objectives are
to provide real world solutions utilizing our highly specialized services, exemplified by the local knowledge
Y
and experience of our local project team. We are solution oriented.

Terracon’s work objective at a minimum will include considerations of the following:

■ Work closely with the City to define a scope of work for various tasks to achieve technical
and cost objectives.
■ Provide qualified personnel and resources capable of performing the required tasks within
an agreed upon time frame with the recognition that time is almost always of the essence.
■ Provide qualified licensed personnel registered in the State of South Carolina to direct all
required services.
■ Satisfactory and timely performance of the agreed upon tasks.
■ Performance of the work within the approved cost break down or task budget.

■ Proven Project Approach Combined with Innovative Technology: for Materials Testing.
From the outset of a project such as one that may be included in this contract, we plan to
utilize our proprietary software, CMELMS™ (Construction Materials Engineering Laboratory
Management System) and field tablet PCs equipped with wireless communication technology
to get inspection information to all parties as quickly as possible, in real-time. As a result, we
are able to provide timely reporting of test results and field observations. Our project budget
and invoice tracking system allows each testing task to be summarized individually and
compared to the task budget.

In addition to our approach to project management and


communication, our local team utilizes both local and
national resources to generate top quality results while
keeping costs down. By providing services out of our local
office, we’re able to work efficiently and mobilize on a
moment’s notice all while eliminating additional costs such
as those associated with travel.

Unlike many of our competitors, Terracon utilizes in-


house drilling services which are routinely provided
on assessment projects. Drilling services often account for a significant portion (25-50%) of our
Geotechnical and Environmental service budgets and procuring and scheduling contract drilling services
can take a significant amount of time. This allows Terracon to keep project costs down and expedite
project schedules by eliminating the contractor procurement process and scheduling conflicts.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 35 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
K. Our Commitment to Quality Assurance
A
TerraconR is committed to providing quality services with
Y
experienced technical and professional staff through our
comprehensive Corporate Quality Program. As required by our
internal quality review process, every project is assigned a well-
experienced, senior professional to provide guidance and
technical review for the project team. In this manner, we are able
to deliver consistent, high-quality consulting services to our clients
across the country. This program is based on a continuous
improvement philosophy involving our employees and, when
applicable, sub-contractors, vendors, and users of our services.
Quality service for our clients is achieved by following the methods
and practices that have been developed at Terracon for the
services being provided. Terracon maintains a living, internal Quality Control / Quality Assurance (QC/QA)
program to assure all of Terracon’s reports and documents are complete, technically accurate, regulatory
compliant, and defendable. The QC/QA program is detailed in a Project Quality
Review Manual, which is Terracon’s primary QC/QA mechanism, relying on the
industry best practice of secondary and independent review. Terracon-selected
reviewers, termed Authorized Project Reviewers or APRs, provide the foundation for
our quality review process. Our philosophy behind quality review is founded on the
premise that our projects and associated deliverables are always provided the
direction and oversight of our experienced senior technical professionals.
.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 36 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

The Main & Stone


Brownfields Site is located
at the intersection of North
Main Street and East Stone
Avenue in Greenville, SC. In
2013, Terracon was
contracted to perform a
Phase I ESA for the site.
The Phase I ESA identified
two historical gas stations
located on the site, a
historical gas station
located north of the site and
an active gas station located

SECTION 3
west of the site. Terracon
has provided Environmental,
Geotechnical, and Materials
Testing Services for this Main and Stone Mixed-Use Development, Greenville, SC
project.

References
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Section 3 – References A
Ms. Tronda Popham R P.E.
Mr. Gregory Wright, Ms. Marcia Papin
Procurement Director Y
Engineering Director Solid Waste Manager
Oconee County On-Call Services ReWa On-Call Consulting Services 301 University Ridge
415 S. Pine Street 561 Mauldin Road Greenville, SC 29601
Walhalla, SC 29691 Mauldin, SC 29662 864-243-9672
864-638-4141 864-299-4000 x235 Mpapin@greenvillecounty.org
TPopham@oconeesc.com GregoryW@re-wa.org
Current On-Call Contract began: Current On-Call Contract Renewed:
2016 (5 years) 2019 (3-5 years)
Project Listing
GEO

GEO

GEO
MAT

MAT

MAT
ENV

ENV

ENV
Services Provided Services Provided Services Provided

Free Gospel Holiness Twin Chimneys Unit


Richland Creek
Church 4 Cell 2
Webster Street Twin Chimney Unit
Morgan Property
Retaining Wall 4 Cell 1
Peppertree Trunk Sewer
Orr Properties Twin Chimney Cell 5
line-Cultural
Rock Crusher Road Saluda 1,2,3,4
Site Other Greenville County Projects
Substations

Seneca Rail Roadway Gilder Creek Pump Taylors Summary


Improvements Stations Court

Village Creek Fire


Station Dunwoody Services County Square

ReWa Downtown Future


Ernest Property Jean Smith Library
Conveyance
Former Fair Play
Elementary Reedy River 18” Bypass

Oconee Industrial Tech Farrow Road Pump


Park (OITP) Station

Oakwood Primary Lower Reedy Digester


School Improvement

Oconee County Admin Roper Mtn Road


Building Extension

ReWa Powdersville PSE


Former Courthouse
Elimination
Golden Corners Greenville Zoo Parking
Commercial Park Lot

Browns Farm Road ReWa Solar Farms

Magistrate Fuel Spill Vibration Monitoring

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 37 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
Mr. Phillip Mishoe A
Mr. Phillip Trotter
Town of Central R
Interim City Administrator
1067 W Main Street City of Pickens Y
Central, SC 29630 219 Pendleton Street
864-639-6381 Pickens, SC 29671-2458
Pmishoe@cityofcentral.org 864-898-8149
Current Brownfields On-Call Contract PTrotter@pickenscity.com
began: 2015-Ongoing
Project Listing
GEO

GEO
MAT

MAT
ENV

ENV
Services Provided Services Provided

Brownfields
Former Rail Depot
Assessments
City of Pickens
Asbestos Services
Brownfields Program
UST Removal Doodle Trail Project

Rail Settlement

Pickens City Basement


Mold

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
■ 38 ■
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

Community participation is
critical to any successful
redevelopment or
revitalization effort.
Terracon’s unique approach
to Community Outreach &
Education has received
much praise from both our
clients and the EPA. Our
Brownfields Education Day
recently held at Pickens
Middle School is showcased
in both Terracon and EPA
public presentations.

Pickens Middle School Science Club Brownfields Education Day

SECTION 4
Fee Schedule

The Terracon staff works well with our


DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

■ January 30, 2020


N
U
A
Terracon Fee Schedule
R
can be located in separate
Y
electronic file.

R F P N o . 2 0 - 3 7 1 1 O n - C a l l G e o t e c h n i c a l T e s t i n g & C o n s u l t i n g S e r vi c e s
Cit y of Greenville
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

In 2016, eight consulting


firms submitted to provide
on-call services to Oconee
County. Of these eight
consulting firms, Terracon
was the sole consulting
firm selected by Oconee
County to provide these
services, based on our
experience, qualifications,
and depth of services
offered. To dated, Terracon
has provided over $275,000
in services under this
contract.

Required
Forms

APPENDIX A
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DATE (MM/DD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE 1/1/2021 12/20/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
CONTACT
PRODUCER Lockton Companies NAME:
444 W. 47th Street, Suite 900 PHONE
(A/C, No, Ext):
FAX
(A/C, No):
Kansas City MO 64112-1906 E-MAIL
ADDRESS:
(816) 960-9000
INSURER(S) AFFORDING COVERAGE NAIC #

INSURER A : Lexington Insurance Company 19437


INSURED
TERRACON CONSULTANTS, INC. INSURER B : Travelers Property Casualty Co of America 25674
1312891 10841 S. RIDGEVIEW ROAD INSURER C : The Travelers Indemnity Company 25658
OLATHE KS 66061 INSURER D :

INSURER E :

INSURER F :
COVERAGES TERCO01 CERTIFICATE NUMBER: 13881552 REVISION NUMBER: XXXXXXX
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDL SUBR POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS

B X COMMERCIAL GENERAL LIABILITY N N TC2J-GLSA-1118L293 1/1/2020 1/1/2021 EACH OCCURRENCE $ 2,000,000


DAMAGE TO RENTED
X OCCUR
CLAIMS-MADE PREMISES (Ea occurrence) $ 1,000,000
X CONTRACTUAL LIAB MED EXP (Any one person) $ 25,000
X XCU COVERAGE PERSONAL & ADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000
PRO-
POLICY X JECT LOC PRODUCTS - COMP/OP AGG $ 4,000,000
OTHER: $
COMBINED SINGLE LIMIT
B AUTOMOBILE LIABILITY N N TC2J-CAP-131J3858 1/1/2020 1/1/2021 (Ea accident)
$ 2,000,000
ANY AUTO BODILY INJURY (Per person) $
X XXXXXXX
OWNED SCHEDULED BODILY INJURY (Per accident) $
AUTOS ONLY AUTOS XXXXXXX
HIRED NON-OWNED PROPERTY DAMAGE
AUTOS ONLY AUTOS ONLY (Per accident) $ XXXXXXX
$ XXXXXXX
B UMBRELLA LIAB N N ZUP-91M46583 1/1/2020 1/1/2021 5,000,000
X X OCCUR EACH OCCURRENCE $
B EXCESS LIAB (EXCLUDES PROF. LIAB.)
CLAIMS-MADE AGGREGATE $ 5,000,000
DED RETENTION $ $ XXXXXXX
WORKERS COMPENSATION PER OTH-
B N TC2J-UB-6N32541-0 (AOS) 1/1/2020 1/1/2021 X STATUTE ER
AND EMPLOYERS' LIABILITY Y/N
C ANY PROPRIETOR/PARTNER/EXECUTIVE TRK-UB-6N32384-6 (AZ,MA,WI) 1/1/2020 1/1/2021 E.L. EACH ACCIDENT $ 1,000,000
OFFICER/MEMBER EXCLUDED? N N/A
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000
A PROFESSIONAL N N 26030216 1/1/2020 1/1/2021 $1,000,000 EACH CLAIM &
LIABILITY $1,000,000 ANNUAL AGGREGATE

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
PROOF OF COVERAGE. THE UMBRELLA LIABILITY IS FOLLOW FORM OVER THE GENERAL LIABILITY, AUTO LIABILITY, AND EMPLOYER'S
LIABILITY PER THE POLICY TERMS, CONDITIONS, AND EXCLUSIONS.

CERTIFICATE HOLDER CANCELLATION


13881552
SPECIMEN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.

AUTHORIZED REPRESENTATIVE

© 1988-2015 ACORD CORPORATION. All rights reserved.


ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

Terracon's Greenville Laboratory will perform Geotechnical & Materials lab


testing services. If needed, environmental Lab vendors associated with specific
projects under this On-Call Contract will be selected per the section on MBE/WBE
participation requirements in our RFQ.
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

Terracon's Greenville Laboratory will perform Geotechnical & Materials lab


testing services. If needed, environmental Lab vendors associated with
specific projects under this On-Call Contract will be selected per the section
on MBE/WBE participation requirements in our RFQ.
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E Exhibit "D"
. -. -:;.

Statement of Qualifications January 30, 2020 ,·


------
Section 4 - Fee Schedule
DEDICATED PROFESSIONAL STAFF
Tice Welborn, P.G., Contract Manager, per hour ............................................................ $130.00
Nitin Dudani, P.E., Senior Geotechnical Engineer, per hour ........................................... $150.00
George Flores, P.E., Senior Environmental Engineer, per hour ...................................... $150.00
Morgan Dougherty, P.E., Materials Engineer, per hour .................................................. $125.00
Maggie McKenney, E.I. T., Staff Geotechnical Engineer, per hour .................................... $95.00
Tyler Garrett, E.I. T., Staff Materials Engineer, per hour .................................................... $95.00
Kevin Jones, E.I. T., Staff Materials Engineer, per hour .................................................... $95.00
Jeffrey Gurrie, CIH, Certified Industrial HygienisUSafety Officer, per hour...................... $130.00
Thomas Tripp, Project Manager, per hour ...................................................................... $105.00

PROFESSIONAL STAFF
Project Manager, per hour ............................................................................................... $105.00
Senior Industrial Hygienist, per hour ................................................................................ $130.00
Project Engineer/Geologist, per hour ............................................................................... $100.00
Staff Engineer/GeologisUScientist, per hour....................................................................... $95.00
Field Engineer/GeologisUScientist, per hour ...................................................................... $90.00
Asbestos/Lead Paint Inspector, per hour ........................................................................... $70.00
CADD Operator, per hour .................................................................................................. $55.00
Asbestos Air Monitor, per hour........................................................................................... $65.00
Senior Engineering Technician, per hour ........................................................................... $48.00
Special Inspector, per hour ................................................................................................ $45.00
Engineer Technician, per hour ........................................................................................... $42.00
Special Inspector - Certified Welding Inspector, per hour ................................................ $100.00
Ultrasonic Testing, per hour ............................................................................................. $100.00
Administrative, per hour ..................................................................................................... $45.00

DRILLING
Mobilization of equipment and personnel - All Terrain or Track Mounted Drill ................. $500.00
Mobilization of equipment and personnel - Truck Drill ..................................................... $500.00
Support Vehicle, per day.................................................................................................. $125.00
Difficult Moving and Downtime due to Others, per hour ................................................... $250.00

Auger or Mud-Rotary Drilling


Drilling with SPT Spoon sampling, per foot ....................................................................... $14.00
Bulk Sampling, per sample ................................................................................................ $40.00
Additional charge for hard drilling N>50bfp or greater than 100 feet .................................. $10.00

rr.9rracan
RFP No. 20-3711 On-Call Geotechnical Testing & Consulting Services

II.;
City of Greenville
,
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy