5510 (1) - Terracon - On-Call Geotech - Year 1
5510 (1) - Terracon - On-Call Geotech - Year 1
Exhibit “A”
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.
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:
Page 3 of 6
Rev_14Dec2016
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
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.
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
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:
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
E-MAIL: purchasing_bids-rfps@greenvillesc.gov
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.
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.
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.
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
1/7/2020
1/7/2020
1/8/2020
1/9/2020
1/7/2020
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
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.
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.
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.
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
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.
Definitions of small, minority, handicap and woman-owned business enterprises are as follows:
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.
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
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
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.
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.
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.
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.
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.
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.
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.
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”.
4.2 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)
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.
The following documents must be included with the Proposal. Omission of any one may be reason
for disqualification.
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).
6. Non-Collusion Affidavit
7. Certification of Compliance with the South Carolina Illegal Immigration Reform Act
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:
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.
3. Offeror’s Information:
Company Name
Post Office Box City State Zip
Street Address Zip
Telephone Fax
Email
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
STATE OF ______________________________)
COUNTY OF ____________________________)
_________________________________ __________________________________
DATE COMPANY/BUSINESS
BY:________________________________
SIGNATURE
________________________________
PRINTED NAME
STATE OF ______________________________)
COUNTY OF ____________________________)
(signed)_____________________________
______________________________
(title)
hereby certify to the City of Greenville that, as to any service contract subsequently entered
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: ____________________________
City of Greenville
Sub-contractor/Sub-consultant Participation
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
3. Mailing Address:
Address:
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
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.
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.
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.
33232026
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
3783B5BB-A17E-4DE5-9611-D82BCDD04D64
Are the individuals who own, control and operate this business U.S. citizens? Yes No
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.
*Minority categories: Black, African American (B), Hispanic (H), Asian American (A), American
Indian (I), Female (F), Socially and Economically Disadvantaged (D)
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.
OMB Form 5B
Rev1/05.2016
Exhibit "C"
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
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.
Transmittal Letter
DocuSign Envelope ID: 68EE5EB5-00B0-41E7-9A5E-027D92ED0B3E
Table of Contents
City of Greenville
Purchasing Division
City Hall, 7th Floor
RE: RFQ No. 20-3711, On-Call Geotechnical Testing & Consulting Services
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.
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
SECTION 2
Asbestos Abatement
project in the state of South
Carolina. Terracon
completed environmental,
geotechnical, and materials
testing services for this
project.
Qualifications and
Experience
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 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.
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
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
• 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
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
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
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:
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
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.
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
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
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
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
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
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.
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
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.
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
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.
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 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
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.
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:
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
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
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
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.
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
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.
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.
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
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.
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
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
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
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.
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
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
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.
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
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.
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.
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
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
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
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
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.
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
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
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
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.
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
■ 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.
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
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
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
GEO
GEO
MAT
MAT
MAT
ENV
ENV
ENV
Services Provided Services Provided Services Provided
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
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
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.
SECTION 4
Fee Schedule
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
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 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
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.
AUTHORIZED REPRESENTATIVE
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
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