Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2011-08-29-Meeting Agenda
Cover Memo Item # 1 Cover Memo Item # 1 Attachment number 1Page 1 of 9 Item # 1 GRAVITY SEWER SYSTEM UPGRADES FOR FORT GORDON RECREATION AREA AT LAKE THURMOND SCOPE OF SERVICES & ENGINEERING COST PROPOSALS I. GENERAL The objective of this capital project is to replace the lift-station based sanitary sewer system with an 8-inch gravity sewer system that will service to the Fort Gordon Recreation Area at Thurmond Lake in Columbia County, GA. A conceptual schematic of the proposed system is attached herewith. KHAFRA will provide Engineering services for the Design, Bid and Construction phases of this project. The detailed scope of each of these phases is described as follows. II. SERVICES DURING DESIGN PHASE A. Project Description 1. Pike Avenue a. From the intersection with Deer Drive to the intersection of Bluegill Road and Bass Drive, design approximately 5,500 LF of 8-inch gravity main complete with service connections to the existing facilities on Pike Avenue. 2. Deer Drive Cabins a. From Deer Drive at the cabins to the package plant, provide design of approximately 3,300 LF of 8-inch gravity sewer complete with connection to the cabins. 3. Trout Drive Campground a. From the bath house on Trout Road to the package plant, provide design of approximately 2,000 LF of 8-inch gravity sewer complete with service connection to the existing bath house. 4. Pike Avenue Cabins a. From the cabin complex on Pike Avenue to the package plant, provide design of approximately 1,500 LF of 8-inch gravity main complete with service connections to the existing cabins. 5. Branch Line along Bluegill Road a. From the intersection of Pike Avenue and Bluegill Road, design approximately 1,000 LF of 8-inch gravity main complete with service connections to the Convention Center and RV park. 6. Branch Line along Bass Drive a. From the intersection of Bluegill Road and Bass Drive, design approximately 1,000 LF of 8-inch gravity main complete with service connections to the existing six-plexes and beach house. 7. Pike Avenue Campgrounds a. From the intersection of Pike Avenue and Bass Drive, at Campground #3, to the bath house at Campground #4, provide design of approximately 1,500 LF of 8- inch gravity sewer complete with service connection to the existing bath house. 8. Geotechnical Information a. Provide core samples along the proposed route including rock information. 9. Pump Station Design a. Provide pump station design for the replacement of any of the five existing pump stations that cannot be replaced with gravity sewer design. Attachment number 1 Page 2 of 9 Item # 1 B. Deliverables 1. 100% Ready-for-Bid package which includes: a. Plan drawings showing proposed alignments of the replacement sewer mains complete with all required fittings and connections to existing and new service lines. b. Profile drawings showing of the sewer mains and any water or stormwater crossings. c. Specifications edited from the Master Specifications furnished by AUD. d. All additional specifications required but not covered in the AUD Master Specifications. e. Standard Details required but not covered by the AUD Master Standard Details. f. Erosion and Sedimentation Control Plans, Notes, Details and BMP Certifications. It is anticipated that monitoring of the receiving water will not be required. g. Number of sets and format of the bid package will be as determined by AUD. 2. Opinions of construction costs at the 30%, 60% and 100% design levels. 3. Intermediate submittals at the 30%, 60% and 95% design completion levels for AUD’s review. Format and number of review sets will be as determined by AUD.. C. Additional Services During Design 1. Land Disturbance Permit (LDP) a. KHAFRA will coordinate with Columbia County Engineering Services and the Fort Gordon Base Civil Engineer regarding requirements of Land Disturbance permitting. b. KHAFRA will prepare documentation package in support of application for securing of the LDP. c. KHAFRA will secure LDP from County Engineering Services or Base Civil Engineer on behalf of AUD. 2. Prepare review packages for Base Civil Engineer or Columbia County Agencies having jurisdiction over erosion, sediment and pollution control, fire protection, etc. as necessary. D. Design Schedule The proposed Project Schedule through the Design Phase will be as per the attached chart. III. SERVICES DURING BID PHASE KHAFRA will perform the following tasks during the bidding phase of this project: 1. Coordinate with Augusta-Richmond County Procurement Department 2. Attend and provide assistance to AUD in conducting the Pre-Bid conference. 3. Address RFI’s from potential bidders. 4. Assist AUD in issuance of addendums. 5. Attend Bid Opening meeting. 6. Prepare Bid Tabulations. 7. Evaluate Bids and prepare recommendations to AUD. 8. Prepare Conformed Plan and Specifications. Attachment number 1 Page 3 of 9 Item # 1 IV. SERVICES DURING CONSTRUCTION PHASE A. Construction Period 1. Construction duration assumed to be 180 calendar days from the issuance of Notice- To-Proceed to the winning contractor. B. Office Engineering 1. KHAFRA will perform the following tasks during the construction phase of this project: 2. Attend and provide assistance to AUD in conducting the Pre-construction conference. 3. Review contractor’s submittals. 4. Address RFI’s from contractor. 5. Assist AUD in issuance of change orders if necessary. 6. Attend Project progress meetings on a monthly basis. 7. Perform site visits and prepare reports to AUD on a weekly basis. 8. Assist AUD in final inspect ion at substantial completion. 9. Assist AUD in preparing final punch list. 10. Prepare as-built documents based on information provided by the contractor’s field records. V. ENGINEERING COST PROPOSALS A. Design Phase The proposed Engineering cost for performing the above specified services during Design Phase is $157,000. Itemized breakdown of the costs is detailed on Pages 1 & 2 of the attached Engineering Cost Proposal. B. Bid Phase The proposed Engineering cost for performing the above specified services during Bid Phase is $22,396. Itemized breakdown of the costs is detailed on Page 3 of the attached Engineering Cost Proposal. C. Construction Phase The proposed Engineering cost for performing the above specified services during Construction Phase is $48,162. Itemized breakdown of the costs is detailed on Page 4 of the attached Engineering Cost Proposal. Attachment number 1 Page 4 of 9 Item # 1 PROJ. MGMT.ADMIN. SURVEY P.M. P.E. J.E CLERICAL Crew PROJECT DEFINITION (30% DESIGN) PHASE SDD1 Initial Scoping Meeting 2 2 4 SDD2 Initial Site Visit 3 3 SDD3 Follow-up Site Visits 8 4 12 SDD4 Solicit Quotes from Potential Topo & Boundary Surveyors 4 4 SDD5 Solicit Quotes from Potential Geotech Surveyors 4 4 SDD6 Collect & Review Existing Information 8 8 SDD7 Prepare Project Scope and Fee Proposal 8 8 SDD8 Follow-up Meeting w/ AUD to Finalize Scope & Fee 2 2 SDD9 Prepare Topo & Boundary Surveying Scope & Contract 4 4 SDD10 Prepare Geotech Surveying Scope & Contract 4 4 SDD11 Interprete, Analyze and Incorporate Topo & Boundary Survey Data 8 8 SDD12 Interprete, Analyze and Incorporate Geotech Survey Data 8 8 SDD13 Lift Station Hudraulic Calculations (Assumed 5 Stations)20 20 SDD14 Prepare preliminary Gravity Main alignment drawings 6 8 14 SDD15 Follow-up Meeting w/ AUD to Finalize Gravity Main Alignment 4 4 SDD16 Coordinate w/ Base Civil Engineer or Columbia County Engineering Services Re: LDP 4 4 SDD17 Coordinate w/ Base Civil Engineer Re: Pavement Replacement/Open Cut 4 0 4 SDD18 Review AUD furnished Standard Details to determine additional S.D. requirements 4 6 10 SDD19 Review AUD furnished Standard Specifications to determine additional Specification requirements 6 6 SDD20 Prepare 30% Design Review Package 16.0 101 125 15 257 SDD21 Prepare 30% Design Opinion of Construction Costs 8 8 SDD22 Perform Internal QA/QC 8 8 SDD23 Project Definition Phase (30%) Workshop w/ AUD 2 2 4 Labor Hours Subtotal Project Definition (30% Design) Phase 28 222 143 15 0 408 DESIGN DEVELOPMENT (60%DESIGN) PHASE SDD24 Prepare 60% Design Review Package 16 101 125 15 257 SDD25 Prepare 60% Design Opinion of Construction Costs 8 0 8 SDD26 Perform Internal QA/QC 8 8 SDD27 Project Design Development Phase (60%) Workshop w/ AUD 2 2 4 Labor Hours Subtotal Design Development (60% Design) Phase 18 119 125 15 0 277 FINAL CONSTRUCTION DOCUMENT (100% Design)PHASE SDD28 Prepare 95% Design Review Package 16 118 146 16 296 SDD29 Perform Internal QA/QC 16 16 SDD30 Project Final Design Phase Workshop w/ AUD 2 2 4 SDD31 Prepare LDP Application, NPDES Permitting & NOI Package (Include NPDES Storm Water Monitoring Station Location Map)32 32 SDD32 Prepare GA DOT Utility Facilities Encroachment Permit Application Package 0 0 SDD32 Prepare additional Review Packages for all Agencies having jurisdiction as necessary 12 12 SDD33 Prepare Quantities Take-off and Final Opinion of Construction Costs 12 12 SDD34 Prepare 100% Biddable Package 16 20 2 38 SDD35 Design Phase Close-out 8 8 16 Labor Hours Subtotal Final Construction Document (100% Design) Phase 18 216 174 18 0 426 ENGINEERING LABOR HOURS SUBTOTAL 64 557 442 48 0 1111 HOURLY BILLING RATE 216.00$ 114.00$ 99.00$ 65.00$ 1.00$ ENGINEERING COST SUBTOTAL 13,824$ 63,498$ 43,758$ 3,120$ -$ 124,200$ TOPO AND BOUNDARY SURVEY 16,000$ 16,000$ GEOTECHNICAL SURVEY (Soil Borings requested by AUD for rock determination)10,000$ 10,000$ OTHER DIRECT COSTS 6,800$ DESIGN PHASE GRAND TOTAL 157,000$ TASK NO.TOTAL 08AUG01 - SANITARY SEWER REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE ENGINEERING COST PROPOSAL SERVICES DURING DESIGN PHASE WORK ELEMENTS CIVIL Page 1 of 4 7/7/2011 Item # 1 PROJ. MGMT.ADMIN. P.M. P.E. J.E. CLERICAL 08AUG01 - SANITARY SEWER REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE ENGINEERING COST PROPOSAL DWG. NO. GENERAL DESIGN DOCUMENTS LEVEL OF EFFORTS (LOE) ENGINEERINGDRAWING TITLE TOTAL G-1 Title Sheet/Vicinity Map/Index of Drawings 1 4 5 G-2 General Notes/Legends/Abbreviations 1 3 4 G-3 Construction Notes 2 3 5 Specifications - Division 0 4 4 Specifications - Division 1 4 4 Labor Manhour Subtotal - General 0 12 10 8 30 Labor Cost Subtotal - General -$ 1,368$ 990$ 520$ 2,878$ CIVIL GENERAL C-1 Project Overall Site Plan/Existing Conditions 2 6 8 C-2 Plan & Profile - Proposed 8-inch Gravity Main STA. 0+00 to STA. 13+00 12 20 32 C-3 Plan & Profile - Proposed 8-inch Gravity Main STA. 13+00 to STA. 26+00 12 20 32 C-4 Plan & Profile - Proposed 8-inch Gravity Main STA. 26+00 to STA. 39+00 12 20 32 C-5 Plan & Profile - Proposed 8-inch Gravity Main STA. 39+00 to STA. 52+00 12 20 32 C-6 Plan & Profile - Proposed 8-inch Gravity Main STA. 52+00 to STA. 65+00 12 20 32 C-7 Plan & Profile- Proposed 8-inch Gravity Main - Deer Drive 12 20 32 C-8 Plan & Profile- Proposed 8-inch Gravity Main - Deer Drive 12 20 32 C-9 Plan & Profile- Proposed 8-inch Gravity Main - Deer Drive 12 20 32 C-10 Plan & Profile - Proposed 8-inch Gravity Main - Bluegill Road/Army Road 12 20 32 CIVIL C-10 Plan & Profile - Proposed 8-inch Gravity Main - Bluegill Road/Army Road 12 20 32 C-11 Plan & Profile - Proposed 8-inch Gravity Main - Trout Road 12 20 32 C-12 Plan & Profile - Proposed 8-inch Gravity Main - Bass Drive 12 20 32 C-13 Erosion & Sedimentation Control Plan - C-2 2 6 8 C-14 Erosion & Sedimentation Control Plan - C-3 2 6 8 C-15 Erosion & Sedimentation Control Plan - C-4 2 6 8 C-16 Erosion & Sedimentation Control Plan - C-5 2 6 8 C-17 Erosion & Sedimentation Control Plan - C-6 2 6 8 C-18 Erosion & Sedimentation Control Plan - C-7 2 6 8 C-19 Erosion & Sedimentation Control Plan - C-8 2 6 8 C-20 Erosion & Sedimentation Control Plan - C-9 2 6 8C-20 Erosion & Sedimentation Control Plan - C-9 2 6 8 C-21 Erosion & Sedimentation Control Plan - C-10 2 6 8 C-22 Erosion & Sedimentation Control Plan - C-11 2 6 8 C-23 Erosion & Sedimentation Control Plan - C-12 2 6 8 C-24 Erosion Control Certification/Notes & Legends 2 6 8 C-25 Erosion Control Details 4 2 6 C-26 Erosion Control Details 4 2 6 C-27 Lift Station Site Plans (Assumed 5 Stations)16 16 32 C-28 Lift Station Demolition Plans (Assumed 5 Stations)12 24 36 C-29 Lift Station Mechanical Plans (Assumed 5 Stations)40 40 80 C-30 Lift Stations Electrical Plans (Assumed 5 Stations)16 16 32 C-31 Miscellaneous Details 4 2 6 C-32 Miscellaneous Details 4 2 6 As Required Standard Details 2 4 6 As Required Specifications - Division 2 16 16 Specifications - Division 3 8 8 Specifications - Division 5 8 8 Specifications - Division 11 16 16 Specifications - Division 15 8 8 Specifications - Division 16 8 8 Labor Manhour Subtotal 0 324 406 40 770 Labor Cost Subtotal -$ 36,936$ 40,194$ 2,600$ 79,730$ DESIGN DOCUMENTS LOE LABOR HOURS SUBTOTAL 0 336 416 48 800 HOURLY BILLING RATE 100.00$ 114.00$ 99.00$ 65.00$ DESIGN DOCUMENTS LOE COST SUBTOTAL (Incuded in the Design Phase Total)-$ 38,304$ 41,184$ 3,120$ 82,608$ Page 2 of 4 7/7/2011 Item # 1 PROJ. MGMT. ADMIN. P.M. P.E. J.E. CLERICAL TOTAL 08AUG01 - SANITARY SEWER REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE ENGINEERING COST PROPOSAL SERVICES DURING BID PHASE TASK NO.WORK ELEMENTS CIVIL BID PHASE SERVICES SDB1 Coordinate w/ Augusta Richmond County Procurement Department 16 16 SDB2 Pre-Bid Conference 2 8 10 SDB3 Bid Phase RFIs 24 32 56 SDB4 Prepare Addendums 2 40 42 SDB5 Bid Opening Meeting 2 2 4 SDB6 Prepare Conformed Documents 8 24 32 SDB7 Prepare Bid Tabulations 8 8 SDB8 Evaluate Bids and Prepare Recommendations 8 8 ENGINEERING LABOR HOURS SUBTOTAL 6 114 56 24 200 HOURLY BILLING RATE 216.00$ 114.00$ 99.00$ 65.00$ ENGINEERING COST SUBTOTAL 1,296$ 12,996$ 5,544$ 1,560$ 21,396$ OTHER DIRECT COSTS 1,000$ OTHER DIRECT COSTS 1,000$ BID PHASE GRAND TOTAL 22,396$ Page 3 of 4 7/7/2011 Item # 1 PROJECT MANAGEMENT ADMIN. P.M. P.E. J.E. CLERICAL 08AUG01 - SANITARY SEWER REPLACEMENTS FOR FORT GORDON RECREATION AREA AT THURMOND LAKE ENGINEERING COST PROPOSAL SERVICES DURING CONSTRUCTION WORK ELEMENTSTASK NO.TOTALCIVIL SDC1 Project Manager 8 8 SDC2 Attend Pre-Construction Meeting Coordinated & Conducted by AUD 2 6 2 10 SDC3 Review Contractor's Submittals 72 72 SDC4 Respond To RFI's 72 72 SDC5 Assist AUD in Preparation of Change Orders as Requested by AUD 12 24 36 SDC6 Attend 6 Monthly Construction Progress Meetings and Up To 4 Emergency Meetings as Requested by AUD 40 40 SDC7 Perform up to 10 Periodic Site Visits 40 40 OFFICE ENGINEERING SDC8 Prepare Site Visit Reports 24 24 SDC9 Prepare As-Built Drawings 8 24 32 SDC10 Project Closeout & Document Archive 8 8 16 OFFICE ENGINEERING LABOR HOURS SUBTOTAL 10 290 58 80 438 HOURLY BILLING RATE 216.00$ 114.00$ 99.00$ 65.00$ ENGINEERING COST SUBTOTAL 2,160$ 33,060$ 5,742$ 5,200$ 46,162$ ENGINEERING COST SUBTOTAL 2,160$ 33,060$ 5,742$ 5,200$ 46,162$ OTHER DIRECT COSTS 2,000$ CONSTRUCTION PHASE GRAND TOTAL 48,162$ Page 4 of 4 7/7/2011 Item # 1 Working Days 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 Notice To Proceed Design Locate 14 Perform Site Survey 30 Perform Geotechnical Survey 30 Prepare and Submit Preliminary Sewer Main Alignment 8 Prepare Budget Level Opinion of Cost 2 AUD and Base Civil Engineer Review of Preliminary Sewer Main Alignment 7 Sewer Main Alignment Meeting w/ AUD & Base Civil Engineer 1 Prepare 30% Design Plans 20 Conduct 30% QA/QC 2 30% Submittal to AUD AUD review of 30% Design Submittal 7 Prepare 60% Design Plans, Specifications and Opinion of Costs 15 Conduct 60% QA/QC 2 60% Submittal to AUD AUD review of 60% Design Submittal 7 Prepare 95% Design Plans, Specifications and Opinion of Costs 22 Conduct 95% QA/QC 2 95% Submittal to AUD/Regulatory Agencies AUD/Regulatory Agencies review of 95% Design Submittal 28 Prepare 100% Ready for Bid Design Plans and Specifications 7 100% Ready for Bid Submittal to AUD 7/ 1 8 / 1 1 7/ 1 9 / 1 1 7/ 2 0 / 1 1 7/ 2 1 / 1 1 7/ 2 2 / 1 1 7/ 2 5 / 1 1 7/ 2 6 / 1 1 7/ 2 7 / 1 1 7/ 2 8 / 1 1 7/ 2 9 / 1 1 8/ 1 / 1 1 8/ 2 / 1 1 8/ 3 / 1 1 8/ 4 / 1 1 8/ 5 / 1 1 8/ 8 / 1 1 8/ 9 / 1 1 8/ 1 0 / 1 1 8/ 1 1 / 1 1 8/ 1 2 / 1 1 8/ 1 5 / 1 1 8/ 1 6 / 1 1 8/ 1 7 / 1 1 8/ 1 8 / 1 1 8/ 1 9 / 1 1 8/ 2 2 / 1 1 8/ 2 3 / 1 1 8/ 2 4 / 1 1 8/ 2 5 / 1 1 8/ 2 6 / 1 1 8/ 2 9 / 1 1 8/ 3 0 / 1 1 8/ 3 1 / 1 1 9/ 1 / 1 1 9/ 2 / 1 1 9/ 5 / 1 1 9/ 6 / 1 1 9/ 7 / 1 1 9/ 8 / 1 1 9/ 9 / 1 1 9/ 1 2 / 1 1 9/ 1 3 / 1 1 9/ 1 4 / 1 1 9/ 1 5 / 1 1 9/ 1 6 / 1 1 9/ 1 9 / 1 1 9/ 2 0 / 1 1 9/ 2 1 / 1 1 9/ 2 2 / 1 1 9/ 2 3 / 1 1 9/ 2 6 / 1 1 9/ 2 7 / 1 1 9/ 2 8 / 1 1 9/ 2 9 / 1 1 9/ 3 0 / 1 1 10 / 3 / 1 1 10 / 4 / 1 1 10 / 5 / 1 1 10 / 6 / 1 1 10 / 7 / 1 1 10 / 1 0 / 1 1 10 / 1 1 / 1 1 10 / 1 2 / 1 1 10 / 1 3 / 1 1 10 / 1 4 / 1 1 10 / 1 7 / 1 1 10 / 1 8 / 1 1 10 / 1 9 / 1 1 10 / 2 0 / 1 1 10 / 2 1 / 1 1 10 / 2 4 / 1 1 10 / 2 5 / 1 1 10 / 2 6 / 1 1 10 / 2 7 / 1 1 10 / 2 8 / 1 1 10 / 3 1 / 1 1 11 / 1 / 1 1 11 / 2 / 1 1 11 / 3 / 1 1 11 / 4 / 1 1 11 / 7 / 1 1 11 / 8 / 1 1 11 / 9 / 1 1 11 / 1 0 / 1 1 11 / 1 1 / 1 1 11 / 1 4 / 1 1 11 / 1 5 / 1 1 11 / 1 6 / 1 1 11 / 1 7 / 1 1 11 / 1 8 / 1 1 11 / 2 1 / 1 1 11 / 2 2 / 1 1 11 / 2 3 / 1 1 11 / 2 4 / 1 1 11 / 2 5 / 1 1 11 / 2 8 / 1 1 11 / 2 9 / 1 1 11 / 3 0 / 1 1 12 / 1 / 1 1 12 / 2 / 1 1 12 / 5 / 1 1 12 / 6 / 1 1 12 / 7 / 1 1 12 / 8 / 1 1 12 / 9 / 1 1 12 / 1 2 / 1 1 12 / 1 3 / 1 1 12 / 1 4 / 1 1 12 / 1 5 / 1 1 12 / 1 6 / 1 1 12 / 1 9 / 1 1 12 / 2 0 / 1 1 12 / 2 1 / 1 1 12 / 2 2 / 1 1 12 / 2 3 / 1 1 12 / 2 6 / 1 1 12 / 2 7 / 1 1 12 / 2 8 / 1 1 12 / 2 9 / 1 1 12 / 3 0 / 1 1 1/ 2 / 1 2 1/ 3 / 1 2 1/ 4 / 1 2 1/ 5 / 1 2 1/ 6 / 1 2 1/ 9 / 1 2 1/ 1 0 / 1 2 1/ 1 1 / 1 2 1/ 1 2 / 1 2 1/ 1 3 / 1 2 1/ 1 6 / 1 2 1/ 1 7 / 1 2 1/ 1 8 / 1 2 1/ 1 9 / 1 2 1/ 2 0 / 1 2 1/ 2 3 / 1 2 1/ 2 4 / 1 2 1/ 2 5 / 1 2 1/ 2 6 / 1 2 1/ 2 7 / 1 2 1/ 3 0 / 1 2 1/ 3 1 / 1 2 2/ 1 / 1 2 2/ 2 / 1 2 2/ 3 / 1 2 2/ 6 / 1 2 2/ 7 / 1 2 2/ 8 / 1 2 2/ 9 / 1 2 2/ 1 0 / 1 2 2/ 1 3 / 1 2 2/ 1 4 / 1 2 2/ 1 5 / 1 2 2/ 1 6 / 1 2 2/ 1 7 / 1 2 2/ 2 0 / 1 2 2/ 2 1 / 1 2 2/ 2 2 / 1 2 2/ 2 3 / 1 2 2/ 2 4 / 1 2 2/ 2 7 / 1 2 2/ 2 8 / 1 2 2/ 2 9 / 1 2 3/ 1 / 1 2 3/ 2 / 1 2 3/ 5 / 1 2 3/ 6 / 1 2 3/ 7 / 1 2 3/ 8 / 1 2 3/ 9 / 1 2 3/ 1 2 / 1 2 3/ 1 3 / 1 2 3/ 1 4 / 1 2 3/ 1 5 / 1 2 08AUG01 - WATERLINE REPLACEMENT FOR FORT GORDON RECREATION AREA AT THURMOND LAKE ENGINEERING COST PROPOSAL PROJECT SCHEDULE Attachment number 1 Page 9 of 9 Item # 1 Cover Memo Item # 2 Cover Memo Item # 2 Attachment number 1 Page 1 of 2 Item # 2 Attachment number 1 Page 2 of 2 Item # 2 Cover Memo Item # 3 Cover Memo Item # 3 Cover Memo Item # 3 Attachment number 1 Page 1 of 7 Item # 3 Attachment number 1 Page 2 of 7 Item # 3 Attachment number 1 Page 3 of 7 Item # 3 Attachment number 1 Page 4 of 7 Item # 3 Attachment number 1 Page 5 of 7 Item # 3 Attachment number 1 Page 6 of 7 Item # 3 Attachment number 1 Page 7 of 7 Item # 3 Cover Memo Item # 4 Attachment number 1 Page 1 of 1 Item # 4 Cover Memo Item # 5 P-1 REVISION DATE: September 17, 2008 I. FEE PROPOSAL PROPOSAL #: 091 (JLA Job No. 3042.1101) DATE: August 12, 2011 TO: Jerry Delaughter, Assistant Director SENT BY: Phone (706) 312-4131 Augusta Utilities Department Fax (706) 796-3031 Engineering and Construction Division Email jdelaughter@augustaga.gov 360 Bay Street, Suite 180 Augusta, GA Re: Gate No. 4 Booster Pump Station; Fort Gordon, GA By: Richard J. Laschober, P.E. Partner Scope of Services: I. Survey, Geotechnical Subsurface Investigation and Report & Environmental Services: A. Survey 1. Prepare Survey Plat of approximate 1 acre booster pump station site GHILQHG LQ -/$·V conceptual studies as Site No. 1, located on the west side of Willis Foreman Rd. mostly on Parcel 138-0-014-00-0 and partly on Parcel 138-0-006-00-0. 2. Prepare location and topographic survey on state plane coordinate system and USGS datum for the area defined in above item no. 1 and for the routing of supply and discharge lines for the Gate No. 4 booster pump station (BPS) from connection WRWKHSURSRVHGµ water main located on the east side of Willis Forman Rd. and running west Willis Foreman Rd. to the proposed booster pump station site on the west side of Willis Foreman Rd located mostly on rear portion Parcel 138-0-014-00-0 and partly on Parcel 138-0-006-00-0. B. Geotechnical Exploration and Report: Perform soil borings for Site No. 1 described above for the proposed BPS station as necessary to adequately define subsurface conditions in the contract documents and to design the BPS building foundations and trench installations. C. Environmental Studies, Assessments, etc.: Based on a cursory review of the BPS area and related water line work within the right-of-way, the need for environmental studies such as with respect to jurisdictional wetlands, etc. are not anticipated. A $5,000 contingency budget is included in this contract proposal to cover limited unanticipated environmental services. II. Engineering-Conceptual through Design Phase: A. Conceptual Design 1. Prepare conceptual design of line routing and booster pump station real estate requirements to the extent necessary to identify alternative booster pump site locations and work with AUD property procurement to make recommendation for meets and bounds of plat for Attachment number 1 Page 1 of 8 Item # 5 P-2 August 12, 2011 purchase of property. $VDUHVXOWRIDPHHWLQJDW$8'·VRIILFHRQ-XO\ZKHUH-/$ reviewed the final result of the conceptual design, the BPS site and offsite water line routing SUHVHQWHGRQGUDZLQJ¶6LWH1·was agreed to be the most favored scheme with respect to land procurement issues. 2. Prepare conceptual phase cost estimate. Note: JLA prepared and submitted a Design Basis, Design Narrative and Commentary on Budget cost estimate dated July 19, 2011 as a result of preliminary meetings with AUD. As a result of a follow-up meeting on July 22, 2011 the decision was made to proceed with Site 1. B. Design Development and Contract Document Plans and Specifications: 1. Coordinate field testing of water system and hydraulic modeling efforts with AUD personnel. 2. Prepare contract documents including: a. Clearing b. Earthwork c. Foundation, slab, and building shell construction, and MEP design. d. Building Plans and Details e. BPS interior piping and valves, f. BPS site valve vaults, etc. g. Fence h. Paving i. BPS and site lighting. j. Green Space plan (if required) k. The following will be included on drawings. JLA reserves the right to combine the following plan information on drawings where appropriate for this project. 1) Cover Sheet - will include drawing index, location map and project data 2) Project Notes Sheet ² will include general and regulatory required notes, legend and abbreviations. 3) Existing Conditions Plan ² based on topographical and utility survey provided by JLA. 4) BPS Site Layout Plan - will include proposed BPS location, access driveway, fence, etc. Horizontal control for the purposes of locating civil hardscape and proposed BPS building will be included on this plan sufficient for construction staking. 5) BPS Grading & Drainage Plan - will include finished ground surface elevations of the exterior of the new BPS. Finished foundation and floor elevations, above ground improvements, site contour grading (with key spot elevations). 6) Water Supply and Discharge Routing Plan and Profile - will depict a comprehensive utility location presentation. JLA will indicate existing conditions and the locations of proposed utilities on the BPS site and offsite along the proposed supply and discharge line routing. 7) Erosion, Sedimentation, and Pollution Control Plan & Details- will indicate minimum standards for erosion control measures and practices that are Attachment number 1 Page 2 of 8 Item # 5 P-3 August 12, 2011 appropriate during the construction sequence to assist the contractor in minimizing erosion. This plan will comply with the general requirements of the NPDES (National Pollutant Discharge Elimination System) General Permits adopted by the State. 8) Green Space Plan and Details ² will be prepared and will address only minimum requirements required by local authorities under their tree ordinance or tree preservation code. 9) Construction Details - will consist of typical site development details for items specified on the plans provided under this task. 3. Front-End Documents and Technical Specifications 4. JLA will assist the City in obtaining the required approvals from Augusta-Richmond County for a Land Disturbance Permit. This assistance will include attending agency- required meetings, preparing information for submittal, filing forms, printing drawing sets for approval and following up with County departments to inquire upon the progress of the plan review. C. Engineering ² Procurement Phase 1. Provide contract documents (drawings and specifications) to City and their CM at Risk. 2. Attend procurement meetings, as requested, and provide addenda. 3. Assist the City and their CM at Risk their in their evaluation and tabulation of bids and recommendation of lowest qualified bidder, as requested. D. Engineering ² Construction Phase 1. Review shop drawings and materials submittals. 2. Respond to requests for information and provide technical support to City s and their CM at Risk, as required. 3. Inspections: Full or part-time resident inspections will be provided by the &LW\·VCM at Risk. JLA will attend site meetings as requested by the City and their CM as Risk as related to specific issues and key inspections. 4. Participate in the semi and final inspection with City and CM at Risk personnel, as requested. 5. Project Closeout: Provide as-built drawings from data provided by the City. III. Compensation for Basic Professional Services A. Survey, Geotechnical and Environmental Services - (Paragraphs I.A-C) $ 11,600 B. Basic Engineering Services ² (Paragraphs II. A-D) $80,900 C. Total Fee (Paragraphs III.A & B) $ 92,500 IV. Schedule for Performance (See Section II) V. Listing of Key personnel (See Section III) VI. Items Provided by City, Not Anticipated for this Project, and Additional Services: Attachment number 1 Page 3 of 8 Item # 5 P-4 August 12, 2011 A. The following list of items that are excluded from the Lump Sum portion of this Proposal and are to be provided by City: 1. Review and permit fees by government agencies (By City) B. The following items are not included in the Lump Sum Bid and are not anticipated for this project: 1. Rezoning Plans 2. Rezoning Coordination/Meeting Attendance/Assistance 3. Zoning Amendments and/or special variances 4. Advertising and Distribution of Bid Set Documents 5. Final Grade Certification 6. Title Reports 7. Wastewater lift stations and on-site treatment 8. Offsite utilities routing including easements, etc., with the exception of BPS related water supply and discharge lines. 9. Routing outflow from detention facility offsite to a remote discharge point (i.e. pipe, ditch, etc.) 10. Monitoring and Inspections and related documentation to comply with NPDES (National Pollutant Discharge Elimination Systems) General Permit, including monitoring and inspections (By others). 11. Wetlands delineation, permitting, mitigation plans etc. 12. FEMA floodplain study, no-rise determination, mitigation plans etc. C. The following items are optional and, if requested by City, shall be provided on a time and expense basis: 1. Full or part-time resident inspection. 2. Attendance at out-of-town meetings or conferences required by the City. 3. Services requested by the City not specifically addressed in this proposal. Attachment number 1 Page 4 of 8 Item # 5 P-5 August 12, 2011 ATTACHMENT B ² COMPENSATION ² FEE PROPOSAL Fee Schedules for Additional & Special Services Johnson, Laschober & Associates, P.C. (Engineering Services) Principal ............................................................................................ $200.00/Hr. Sr. Engineer / Sr. Project Manager ................................................ $180.00/Hr. Engineer / Project Manager ........................................................... $130.00/Hr. Engineer / Assistant Project Manager .......................................... $115.00/Hr. Engineer I ......................................................................................... $100.00/Hr. Engineer II ......................................................................................... $ 90.00/Hr. (QLJQHHU,,,««««««««««««««««««««««+U Designer I .......................................................................................... $ 90.00/Hr. Designer II ......................................................................................... $ 82.00/Hr. CAD Operator ................................................................................. $ 70.00/Hr. Survey Field Crew ........................................................................... $135.00/Hr. Survey Research ............................................................................... $ 50.00/Hr. Clerical ............................................................................................... $ 40.00/Hr. Accountant ........................................................................................ $ 80.00/Hr. PLUS EXPENSES..... Printing - 24 x 36 ................................................................. $ 1.10 each - 30 x 42 ................................................................. $ 2.10 each - 8-1/2 x 11 ............................................................ $ .15 each Long Distance Telephone Calls ............................................. $ 5.00 each Express Postage ....................................................................... $ 25.00 each Mileage ..................................................................................... $ 0.58 mile Attachment number 1 Page 5 of 8 Item # 5 P-6 August 12, 2011 ATTACHMENT B ² COMPENSATION ² Fee Proposal All following sub-contract work for Outside Services will be marked up 15% Fee Schedules for Additional & Special Services Geotechnical ± SM & E Additional Drilling ...................................................................................................................... $ 17.00/Foot Staff/Field Engineer .................................................................................................................... $ 86.00/Hr. Geotechnical Engineer ................................................................................................................ $ 120.00/Hr. Senior Geotechnical Engineer (P.E.) .......................................................................................... $ 145.00/Hr. Secretarial...................................................................................................................................... $ 45.00/Hr. CADD Services............................................................................................................................. $ 60.00/Hr. 0RELOL]DWLRQRIWUXFNPRXQWHGULJ«««««««««««««««««««««««500.00/Ea. Soil boring wiWK637DWIHHWLQWHUYDOV«««««««««««««««««««««7.00/Foot 7KLQ:DOOWXEHVDPSOH««««««««««««««««««««««««««««86.00/Ea. &RQVROLGDWLRQWHVWV««««««««««««««««««««««««««««««500.00/Ea. Report Reproduction .................................................................................................................. .$ 0.25/Page (Initial three copies at no charge) Special Printing or Blueprinting Charges ................................................................. Actual Cost plus 25% Mileage .......................................................................................................................................... $ 0.85/Mile Overnight Expenses ....................................................................................................... $ 100.00 person/day Attachment number 1 Page 6 of 8 Item # 5 II. SCHEDULE A. 3URMHFWHG1RWLFHWR3URFHHG«««««««««««««««««««««&RQWUDFW'D\ 1 B. Mobilization - Begin in 0 GD\V««««««««««Contract Day 1 C. Preliminary Subsurface Investigation and site survey ² Complete 45 GD\V«««««««.Contract Day 45 D. Design Phase 1. 30% Review Documents ² Complete 45 Days plus City Review 10 Days ............................................................. Contract Day 55 2. 60% Review Documents ² Complete 45 Days plus City Review 10 Days Contract Day 110 3. 90% Review Documents ² Complete 30 Days plus City Review 10 Days Contract Day 150 4. 100% Submittal ² Complete 15 'D\V««««««««&RQWUDFW'D\ 165 SECTION III ² LISTING OF KEY PERSONNEL CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel below, including a designated Program Manager will not change or be reassigned without the written approval of the CITY. Those personnel committed for this work are as follows: ENGINEERING Richard J. Laschober Project Manager, PE Johnson, Laschober & Assoc., PC William Buchanan Civil Project Design Engineer, PE Johnson, Laschober & Assoc., PC Trevor Wimberly Design Engineer, EIT Johnson, Laschober & Assoc., PC Cristo Eclavea Senior Designer, Level II Cert. Des. Prof. - GSWCC Johnson, Laschober & Assoc., PC Kevin Kotellos Registered Architect Johnson, Laschober & Assoc., PC Donald Thorstad Structural Design Engineer, PE Johnson, Laschober & Assoc., PC Curtis Williamson Mechanical Design Engineer, PE Johnson, Laschober & Assoc., PC Ralph Salzmann Electrical Design Engineer, PE Johnson, Laschober & Assoc., PC Darren Prickett Landscape Architect, RLA Johnson, Laschober & Assoc., PC SURVEYING George Godman Professional Land Surveyor George L. Godman & Assoc. SOIL INVESTIGATION Robert Williamson P.E., Branch Manager SM & E Attachment number 1 Page 7 of 8 Item # 5 P-8 August 12, 2011 Attachment number 1 Page 8 of 8 Item # 5 Cover Memo Item # 6 Cover Memo Item # 6 Attachment number 1 Page 1 of 1 Item # 6 Cover Memo Item # 7 Cover Memo Item # 7 UTILITIES DEPARTMEN T Change Order N umber: #3 Date: September 6, 2011 Project Title: MSA-001 Waste Water Connection to Ft Gordon Original Contract Date: Project N umber Owner: Augusta Utilities P.O. N umber: P158511 Contractor: ZEL Engineers The following change order is hereby made to the proposal for the above project: Additional Engineering Services per letter dated April 1, 2011 with attachments. TOTAL AMOUN T OF THIS CHAN GE ORDER $93,775.00 The Contract time will be Increased/Decreased by N/A calendar days as a result of this change. The date of completion including this change order is Original Contract Amount $ 397,632.00 Previous Change Order (Increased / Decreased) $ 235810.45 This Change Order (Increased / Decreased) $ 93,775.00 TOTAL CON TRACT WITH CHAN GE ORDER(S) $ 727,217.45 * * * * * * * * * * * * * Funding Source/Account Number: 507043420 -5212115 /80600040-5212115 Requested By: Date: Engineer Submitted By: Date: Department Head Finance Endorsement: Date: Comptroller Recommended By: Date: Administrator Approved By: Date: Mayor Attachment number 1 Page 1 of 1 Item # 7 Cover Memo Item # 8 Attachment number 1 Page 1 of 1 Item # 8 Cover Memo Item # 9 Cover Memo Item # 9 STATE OF GEORGIA) COUNTY OF RICHMOND) COST SHARING AGREEMENT THIS Agreement, made the ____ day of _____________, 2011, by and between Walker Hills, LLC, a limited liability company established under the laws of the State of Georgia, hereinafter referred to as “DEVELOPER,” and Augusta-Richmond County, a political subdivision of the State of Georgia, by and through its Utilities Department (AUD), as party of the second part, hereinafter referred to as “AUGUSTA”: WITNESSETH WHEREAS DEVELOPER owns certain tracts of property located in Augusta- Richmond County, Georgia, known now, or formerly, as: 078-0-003-00-0, 078-0-003-02- 0, 078-0-015-00-0, 078-0-014-00-0, 078-0-013-00-0, 078-0-012-00-0, 078-0-011-00-0, 078-0-010-00-0, 078-0-009-00-0, 078-0-008-00-0, 078-0-007-00-0; and WHEREAS DEVELOPER wishes to construct a subdivision development, namely McCoys Creek Subdivision, Section 1; and WHEREAS it is to the benefit of both parties to: (1) extend a 16-inch water main that will serve DEVELOPER’S properties as well as other properties in the area; and (2) construct the control panel for a sanitary sewer lift station, which will serve the development; WHEREAS AUGUSTA, has agreed to construct the water main and sanitary sewer lift station control panel and DEVELOPER has agreed to reimburse AUGUSTA a portion of the construction costs, as stated in Section B of this document; NOW THEREFORE, DEVELOPER and AUGUSTA hereby enter into the following agreement: A. PROJECT SCOPE: AUGUSTA will cause a 16-inch diameter water main to be constructed from Fort Gordon’s Gate 3, across the Gordon Highway right-of-way and onto the property of the Developer, as shown on Sheet 12 of 27, on a Grading and Utilities Plan for McCoys Attachment number 1 Page 1 of 4 Item # 9 Creek, Section 1, prepared by James G. Swift and Associates, dated April 2, 2011, revised May 15, 2011, attached hereto, and to which reference is hereby made. AUGUSTA will also cause a sanitary sewer lift station control panel to be constructed and installed, in the lift station being constructed by DEVELOPER, for the McCoy Creek, Section 1 project. Said construction, shall be constructed consistent with the applicable AUD, AWWA, IFPA codes, Georgia Plumbing codes and any other standards, regulations and requirements pertinent to water mains, and pass all required and recommended testing. B. DEVELOPER’S SHARE OF PROJECT COSTS AND PAYMENT: 1. Prior to construction start by AUGUSTA, DEVELOPER will execute all necessary documents, to donate utility easements to AUGUSTA, on the following properties: 078-0-003-00-0, 078-0-003-02-0, 078-0-015-00-0, 078-0-014-00-0, 078-0- 013-00-0, 078-0-012-00-0, 078-0-011-00-0, 078-0-010-00-0, 078-0-009-00-0, 078-0- 008-00-0, 078-0-007-00-0. Said easements will consist of a 20’ (twenty feet) permanent exclusive easement, running across each property and being contiguous with the northern edge of the Gordon Highway right-of-way. Also included will be a 10’ (ten feet) temporary construction easement running contiguously with the northern boundary of all of the permanent easements. Said easements are indicated with crosshatching on the Grading and Utilities Plan Sheet described in Section A of this document. 2. Upon the completion of construction on the water main, AUD will perform a final inspection to determine that said water main has been constructed to all applicable Standards, Specifications and Codes, and that said water main has passed all required and recommended testing. If AUD determines that said water main is acceptable to AUGUSTA, a final inspection report will be forwarded to DEVELOPER, along with an invoice for the amount of fifteen thousand six hundred and seventy-five dollars ($15,675). Payment from DEVELOPER will be required within thirty (30) days of the date of the invoice. 3. Upon the completion of construction, installation and testing of the sanitary sewer lift station control panel, AUD will forward an invoice for the amount of twenty six thousand two hundred and forty-five dollars ($26,245). Payment from DEVELOPER will be required within thirty (30) days of the date of the invoice. C. STIPULATIONS: Both parties understand and agree to the following: Attachment number 1 Page 2 of 4 Item # 9 This agreement is contingent upon the Augusta Commission approval of the overall project and the Cost Sharing Agreement. The terms “DEVELOPER” and "AUGUSTA” as used herein shall be deemed to mean their respective heirs, successors and assigns, and this Agreement shall inure to the benefit of and be binding upon DEVELOPER and AUGUSTA and their respective heirs, successors and assigns. IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and their seals on the day and year above first written. Signed, sealed and delivered in the presence of: WALKER HILL, LLC ___________________________ By: _____________________________ WITNESS Larry S. Prather As Its: __________________________ ____________________________ NOTARY PUBLIC _____________ County, State of ___________ My Commission Expires: _____________ [NOTARY SEAL] (signatures continued on next page) Attachment number 1 Page 3 of 4 Item # 9 AUGUSTA-RICHMOND, GEORGIA __________________________ By: ____________________________ WITNESS David S. Copenhaver Mayor Attest: __________________________ Lena J. Bonner __________________________ As Its: Clerk of Commission NOTARY PUBLIC Richmond County, State of Georgia My Commission Expires: __________________ (SEAL) Attachment number 1 Page 4 of 4 Item # 9 Attachment number 2 Page 1 of 1 Item # 9 Cover Memo Item # 10 Cover Memo Item # 10 Quotations for Replacement Falk Gearbox For Goodrich St RWPS #4 Trubine Vendor Gearbox Purchase Cost Delivery Bearings & Drives $165,600.00 26-28 Weeks Motion Industries $140,378.28 26-28 Weeks Prager $145,067.33 14-16 Weeks Attachment number 1 Page 1 of 4 Item # 10 Page 2 of 4 Item # 10 Page 3 of 4 Item # 10 Page 4 of 4 Item # 10 Cover Memo Item # 11 Cover Memo Item # 11 Attachment number 1 Page 1 of 2 Item # 11 Attachment number 1 Page 2 of 2 Item # 11 Attachment number 2 Page 1 of 1 Item # 11 © 2011 RedZone Robotics, Inc. Proposal Date: Expiration Date: May 6, 2011 June 30, 2011 Prepared for: Prepared by: Jody Crabtree City of Augusta, GA 1840 Wylds Rd Augusta, GA 30909 Glen Hill, PE RedZone Robotics, Inc. 803-553-9234 Opportunity Name Opportunity Number GA City of Augusta Solo Purchase Opp-102224 Proposal Type: Budget Pricing – SPECIAL LIMITED TIME INTRODUCTORY OFFERING General Description Solo sale of robots and supporting equipment and services to a municipality/agency RedZone Robotics, Inc. is pleased to submit this proposal for the above mentioned project. RedZone will provide products and/or services as presented in the schedule of values portion of this proposal. Schedule of Values SKU Description UOM Unit count Unit Price Total Price PRD-100 SOLO ROBOTS: Sale of SOLO Robots Ea Robot 4 $38,000 $152,000 PRD-110 DEPLOYMENT TABLET PC: The rugged deployment Tablet will enable you to download PACP header data to the robot, launch the robot, manage deployed robots and review data immediately after inspection. Ea 1 Included Included PRD-111 VAULT COMPUTER: The vault downloads all the data off the Solo robots automatically every night and transmits the data back to your ICOM software. Ea 1 Included Included PRD-112 SUPPORT EQUIPMENT KIT: x Batteries (32) x Chargers (4) x Download cables (4) x Deployment pole (1) x Manhole hangers (5) x Tiger Tails (5) x Maintenance toolkit (1) x Lens domes ( 33 total: 8 installed plus 25 more) x Spare Tethers (8) x Pelican cases (3) Ea 1 Included Included PRD-210 SOLO ROBOT AUTONOMY LICENSE: Autonomy software license for Solo robots purchased. This software enables the Solo robots to inspect complete pipe segments without any remote operation by the crew, while at all times maximizing inspection throughput and safe return of the robot to the insertion manhole Ea License 4 Included Included Attachment number 3 Page 1 of 5 Item # 11 © 2011 RedZone Robotics, Inc. PRD-220 SOLO VAULT DATA-SYNC LICENSE: Solo vault software license for (1) Vault. This software streamlines download of all inspection data from each solo robot at the end of each work day. The transfer is done automatically as soon as the robots are connected without any intervention from the crew. Once downloaded to the vault, the robot Ea License 1 Included Included PRD-230 SOLO DEPLOYMENT TABLET GUI LICENSE: A user friendly Graphical User Interface for setup and deployment of Solo robots. The crew can use this to enter PACP header data or select from a list of pre- populated runs, launch the robot and review inspection footage after a quick wireless download immediately after completion of the run. Crew can add comments and flag images for immediate review via email. Ea License 1 Included Included SVCE- Tier1 SILVER LEVEL SERVICE: Covers service related matters not addressed in warranty, during warranty period, as per the terms of the Tier I Silver level service offering (see attachment) Per Year Subscri ption 1 Year Included Included SVCE- Sync4 PLATINUM LEVEL SYNCHRONIZED DIAGNOSTIC SERVICES: Includes 1 year subscription for following services: x Daily email with robot footage summary x Project based footage/performance information x Robot health based metrics info x Pipe debris info x Monthly project management summary Per Year Subscri ption 1 Year Included Included PRD-290 STANDARD 1 YEAR WARRANTY: Per Year 1 Year Included Included ICM-500 STANDARD TRAINING: 1 Day Setup and Training Per Session 3 Included Included Payment Terms 50% upon signing, 50% upon delivery: Net 30 from invoice Attachments: x Warranty x Extended maintenance and support options Proposal Notes: 1. This is a limited time introductory offering that is extended based on availability. 2. This pricing does not include extended payment term municipal financing. 3. This pricing does not include any applicable taxes or state specific fees 4. The client is responsible for shipping fees 5. Warranty period commences at the date of receipt of Solo robots 6. Service matters during warranty period not covered in warranty language will be covered under terms of Tier I Silver service agreement unless otherwise indicated 7. Post-warranty services contracted at initial purchase agreement will be discounted 15% Attachment number 3 Page 2 of 5 Item # 11 © 2011 RedZone Robotics, Inc. Thank you for your consideration of RedZone Robotics, Inc. This proposal is intended solely for the consideration of the addressee. Client signatures below will be regarded as an intent to contract pending formal approvals Signature:_____________________________________ Name: _______________________________________ Title:_________________________________________ Date:_________________________________________ Attachment number 3 Page 3 of 5 Item # 11 © 2011 RedZone Robotics, Inc. WARRANTY AND SUPPORT Support Telephone support Monday through Friday, 8AM to 5PM EST Standard Hardware Warranty REDZONE ROBOTICS INC. ("REDZONE") warrants that all Solo Robots manufactured by REDZONE shall be free from defects in material and workmanship under normal use and service for which it was intended for a period of twelve (12) months from the date of shipment of materials by REDZONE to the purchaser. REDZONE's obligation under this warranty is limited, at REDZONE's option, to repairing or replacing, free of charge, any defective materials returned, subject to the following conditions: A single Solo Robot may be returned for factory warranty service a maximum of four (4) times during the warranty period. All parts (some exclusions apply*), labor and return freight (FedEx Standard Overnight service), from the REDZONE designated service facility, are included free of charge. For services beyond the 4th factory service, only defective parts & labor, exclusive of wear parts are covered, free of charge, under warranty replacement. For replacement of wear parts, labor will be billed at 8 hours minimum at $90/hr. Wear parts will be replaced at list prices. Return freight (FedEx Standard Overnight service) will be included for non-wear part warranty service. For all warranty claims, the materials must be returned in accordance with REDZONE Material Return Policy. Deployment equipment, such as deployment computer, batteries, battery chargers, etc., furnished, but not manufactured by REDZONE, will be covered only under the warranty of the third party manufacturer of such equipment. Expendable parts, such as tether, lens domes, LED domes, straps, etc., are excluded from this warranty. Purchaser must notify REDZONE of a breach of warranty not later than the last day of the warranty period; otherwise, such claims shall be deemed waived. REDZONE does not warrant the materials to meet the requirements of the safety codes of any federal, state, municipal or other governmental or administrative jurisdiction. Purchaser assumes all risk and liability whatsoever resulting from the use of its products, whether used singly or in combination with other products, machines or equipment. This Warranty shall not apply to any materials, or parts thereof, which have; (a) been repaired or altered by anyone other than REDZONE without REDZONE's written consent; (b) been subject to misuse, abuse, negligence, accident, or damage; (c) not been installed or operated in accordance with REDZONE's printed instructions, or; (d) been operated under conditions exceeding or more severe than those set forth in the specifications of design tolerance of the equipment. THIS WARRANTY AND THE OBLIGATION AND LIABILITIES OF REDZONE HEREUNDER ARE EXCLUSIVE AND IN LIEU OF (AND PURCHASER HEREBY WAIVES) ALL OTHER WARRANTIES, GUARANTEES, REPRESENTATIONS, OBLIGATIONS, OR LIABILITIES, EXPRESSED OR IMPLIED, ARISING BY LAW OR OTHERWISE, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, REGARDLESS WHETHER OR NOT OCCASIONED BY REDZONE'S NEGLIGENCE. REDZONE SHALL NOT BE LIABLE FOR ANY LOSS OR DAMAGE RESULTING, DIRECTLY OR INDIRECTLY, FROM THE USE OR LOSS OF USE OF THE MATERIALS, OR FOR SPECIAL, INDIRECT OR CONSEQUENTIAL DAMAGES, ECONOMIC LOSSES, LOSS OF PROFITS, LOSS OF BUSINESS, OR LOSS OF BUSINESS OPPORTUNITY. Without limiting the generality of the foregoing, this exclusion from liability embraces Purchaser's expenses for downtime or for making up downtime, damages to property, and injury to or death of any persons. REDZONE neither assumes nor authorizes any person (including employees, agents, or representatives of REDZONE) to assume for it any other liability, guarantee, or warranty in connection with the sale or use of the materials, and no oral agreements, warranties, or understandings exist collateral to or affecting this warranty. This warranty shall not be extended, altered, modified, or waived except by a written instrument signed by REDZONE. * Part Exclusions 100-3383-01 Tether Passive Guide, 100-3384-01 Tether Passive Outlet, 100-3385-01 Encoder Drum, 100-3514-01 Tether, 200- 0044-01 Studded Drive Pulley, 200-0086-01 Tracks, 200-0109-01 Levelwind Axel, 200-0110-01 Levelwind Carriage Attachment number 3 Page 4 of 5 Item # 11 © 2011 RedZone Robotics, Inc. POST WARRANTY SUPPORT OPTIONS: Attachment number 3 Page 5 of 5 Item # 11 Cover Memo Item # 12 Cover Memo Item # 13 Cover Memo Item # 14 Attachment number 1 Page 1 of 1 Item # 14