Loading...
HomeMy WebLinkAboutJOHNSON LASCHOBER AND ASSOCIATESP C 1 MG ELEVATED TANK (ICU0072) STATE OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT CONSULTANT: Johnson, Laschober and Associates, P.e. PROJECT: 1 MG Elevated Tank (ICU0072) DATE EXECUTED: November, 2008 DATE COMPLETED: 1 OF 25 REVISION DATE: June 2006 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT This Agreement is made and entered into this sri:; day of November, 2008 by and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the "CITY" and "Johnson, Laschober & Associates, P.e.", a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish professional services for: Project 1 MG Elevated Tank (ICU-0072) 1. New 1 MG Elevated Storage Tank at Fort Gordon, GA: Prepare bid package for bid and construction of a 1 MG Elevated Storage Tank. II. Existing 2.25 MG Standpipe at Fort Gordon, GA: Perform structural review and prepare report presenting findings, recommendations and approximate costs for repairs to existing 2.25 MG Standpipe. Make recommendation to repair or demolish the tank. Work includes update the 2002 tank inspection performed by Tank Industry Consultants Inc. with respect to performing an update of material thicknesses, confirming roof structure construction and quantifying weld undercutting. WHEREAS, the CONSULT ANT has represented to the CITY that it is experienced and qualified to provide the services contained herein and the CITY has relied upon such representation. NOW, THEREF9RE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULT ANT that: - 2 OF 25 REVISION DATE: June 2006 GENERAL PROVISIONS CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design professionals, to provide the engineering services required to provide professional engineering and design services for the Project in accordance with the requirements as outlined in and attached as Attachment A - Scope of Services and other relevant data defining the Project. CONSULT ANT COORDINATION The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility companies, and other consultants as directed by the CITY. CITY, CONSULTANT and all relevant parties agree to work together on the basis of trust, good faith and fair dealing, and shall take actions reasonably necessary to enable each other to perform this Agreement in a timely, efficient and economical manner. All parties agree to cooperate in a manner consistent with good design practice and will exercise the degree of skill and diligence normally employed by professional engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any services not meeting this standard without additional compensation. AMENDMENTS TO AGREEMENT Every amendment to the Scope of Services shall become and is hereby made a part of this Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be valid. REDUCTION IN REQUIRED SERVICES If reductions in the required services are ordered by CITY, the credits shall be the amounts for such services as described in subsequently executed Amendments to this Agreement, and no claim for damages for anticipated profits shall accrue to the CONSULTANT. DATE CHANGES If in this Agreement specific periods of time for rendering services are set forth or specific dates by which services are to be completed are provided and if such periods of time or dates are changed through no fault of CONSULTANT, the rates and amounts of compensation provided for herein shall be subject to equitable adjustment. AGREEMENT MODIFICATIONS This Agreement shall not be modified except by a duly executed Amendment hereto in writing under the hands and seals of both parties hereto. 3 OF 25 REVISION DATE: June 2006 TIME OF COMPLETION The time of completion shall be as described in the schedule attached hereto as Attachment D - Schedule. This Agreement shall terminate immediately and absolutely at such time as appropriated and otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all work prior to termination of contract even if the CITY has obligated the funds to other projects. PROJECT PROGRESS CONSULTANT'S services and compensation under this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion. LITIGATION Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support, prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of the CITY except in consideration of compensation. All such services required or requested of CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be reimbursed as additional services. BINDINGS It is further agreed that the CITY and CONSULT ANT each binds itself and themselves, its or their successors, executors, administrators and assigns to the other party to this Agreement and to its or their successors, executors and assigns in respect to all covenants of this Agreement. Except as above, neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in this Agreement without prior written consent of the other party hereto. EXTENT OF THE AGREEMENT This Agreement represents the entire agreement between CITY and CONSULTANT and supersedes all prior negotiations, representations and agreements, either written or oral. 4 OF 25 REVISION DATE: June 2006 DEFINITIONS Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall have the following meanings: Agreement Execution - means the date on which CONSULT ANT executes and enters into an Agreement with CITY to perform the Work. Agreement Price - means the total monies, adjusted in accordance with any provision herein, payable to the CONSULT ANT under this Agreement. CITY -means a legal entity AUGUST A, Georgia, a political subdivision of the State of Georgia. CONSULTANT - means the party or parties contracting directly with the CITY to perform Work pursuant to this Agreement. Contract - means the Agreement Documents specifically identified and incorporated herein by reference. Contract Time - means the period of time stated in this Agreement for the completion of the Work. Program Manager - means CH2M HILL as the representative of the CITY who shall act as Liaison between the CITY and the CONSULTANT for all matters pertaining to this Agreement, including review of CONSULT ANT's plans and work. Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to provide a part of the Work called for by this Agreement. Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the Agreement Price or the Contract Time, issued after execution of this Agreement. Task Order - means a written order specifying a Scope of Services, time of completion and compensation limit for services being provided by CONSULTANT. Task Orders shall be incorporated by reference as part of the Supplemental Conditions of this Agreement. Work - means any and all obligations, duties and responsibilities, including furnishing equipment, engineering, design, workmanship, labor and any other services or things necessary to the successful completion of the Project, assigned to or undertaken by CONSULTANT under this Agreement. 5 OF 25 REVISION DATE: June 2006 CONTRACT DOCUMENTS List of Documents The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements, including Task Orders shall constitute the Agreement Documents (the" Agreement"). Conflict and Precedence The Agreement Documents are complementary, and what is called for by one is as binding as if called for by alL In the event there are any conflicting provisions or requirements in the component parts of this Agreement, the several Agreement Documents shall take precedence in the following order: 1. Agreement - Including Attachments 2. General Conditions 3. Supplemental Conditions - Including Task Orders 6 OF 25 REVISION DATE: June 2006 GENERAL CONDITIONS 1. COMMENCEMENT OF WORK The performance of services as defined in the Prime Agreement between CONSULT ANT and the CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt by the CONSULTANT of a written Notice To Proceed. The effective date of services shall be defined in the Notice To Proceed. 2. PROFESSIONAL STANDARDS The standard of care for all services performed or furnished by CONSULTANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULTANT'S profession practicing under similar conditions. 3. CHANGES AND EXTRA WORK The CITY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the CONSULTANT's compensation, which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be incorporated in written Supplemental Agreements to the Agreement. Changes that involve an increase in the compensation shall be considered major, and require the approval of the CITY. The Program Manager may approve minor changes to the scope of services that do not involve an increase compensation schedule. 4. PERSONNEL The CONSULT ANT represents that it has secured or will secure, at its own expense, all personnel necessary to complete this Agreement; none of whom shall be employees of, or have any contractual relationship with, the CITY. All of the services required hereunder will be performed by the CONSULT ANT under its supervision, and all personnel engaged in the work shall be qualified and shall be authorized or permitted under law to perform such services. All key professional personnel, including subcontractors, engaged in performing services for the CONSULTANT under this agreement are indicated in a personnel listing attached hereto as Attachment C - Listing of Key Personnel and incorporate herein by reference. No changes or substitution shall be permitted in the CONSULTANT's Key Personnel without the prior written approval of the CITY or his designee. The CONSULT ANT shall employ only persons duly registered in the appropriate category in responsible charge of supervision and design of the work. The CONSULTANT shall endorse all reports, contract plans, and survey data. Such endorsements shall be made by a person duly registered in the appropriate category by the Georgia State Board of Registration for Professional Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for the work prescribed by this Agreement. 7 OF 25 REVISION DATE: June 2006 5. ACCURACY OF WORK The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct errors and omissions in its plans and specifications without additional compensation. The CONSULTANT shall give immediate attention to these changes so there will be a minimum of delay to others. Acceptance of the work by the CITY will not relieve the CONSULT ANT of the responsibility for subsequent correction of any errors and the clarification of any ambiguities. 6. CONFIDENTIALITY The CONSULTANT agrees that its conclusions and any reports are for the confidential use and information of the CITY and that it will not disclose its conclusions in whole or in part to any persons whatsoever, other than to submit its written documentation to the CITY, and will only discuss the same with it or its authorized representatives. Upon completion of this Agreement term, all documents, drawings, reports, maps, data and studies prepared by the CONSULTANT pursuant thereto shall become the property of the CITY and be delivered thereto. Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or results and findings of the work conducted under this Agreement shall not be presented publicly or published without prior approval in writing of the CITY. It is further agreed that if any information concerning the PROJECT, should be released by the CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds for termination of this Agreement without indemnity to the CONSULTANT, but should any such information be released by the CITY or by the CONSULT ANT with such prior approval, the same shall be regarded as public information and no longer subject to the restrictions of this Agreement. 7. OPEN RECORDS CONSULTANT acknowledge that all records relating to this Agreement and the services to be provided under the contract may be a public record subject to Georgia's Open Records Act (O.e.G.A. S 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request and making all records, not exempt, available for inspection and copying as provided by law. 8. TURISDICTION The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT with regard to its interpretation and performance, and any other claims related to this agreement. All claims, disputes and other matters in question between CITY and CONSULTANT arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically consents to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County, Georgia. 8 OF 25 REVISION DATE: June 2006 9. TERMINATION OF AGREEMENT FOR CAUSE If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the CONSULT ANT shall violate any of the covenants, agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to commence correction of obligation within 5 days of written notice and diligently complete the correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed, or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause for termination. The CITY shall thereupon have the right to terminate this Agreement by giving written notice to the CONSULTANT of such termination, and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, maps, data, studies, work papers and reports prepared by the CONSULTANT under this Agreement shall become the property of the CITY, and the CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents, as mutually agreed by the CITY and CONSULTANT. 10. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract up to the time of termination. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULT ANTS CONSULT ANT shall thoroughly research all utility records to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of Services. If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed committee(s), and carefully fit its own work to such additional work as may be directed by the CITY. The CONSULTANT shall not commit or permit any act which will interfere with the performance of work by any other CONSULTANT or by CITY employees. 12. COVENANT AGAINST CONTINGENT FEES The CONSULTANT warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by CONSULTANT for the purpose of securing business and that the CONSULTANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. 13. RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULT ANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents 9 OF 25 REVISION DATE: June 2006 and employees from all suits, claims, actions or damages of any nature whatsoever to the extent found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent performance or non-performance of work under this Agreement. These indemnities shall not be limited by reason of the listing of any insurance coverage. 14. INSURANCE The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in force and effect an insurance policy(s) that will ensure and indemnify both the CITY, and Program Manager against liability or financial loss resulting from injuries occurring to persons or property or occurring as a result of any negligent error, act, or omission of the CONSULTANT in performance of the work during the term of this Agreement. The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits of not less than: A. Workmen's Compensation Insurance - in accordance with the laws of the State of Georgia. B. Public Liability Insurance - in an amount of not less that One Million ($1,000,000) Dollars for injuries, including those resulting in death to anyone person, and in an amount of not less than One Million ($1,000,000) Dollars on account of anyone occurrence. e. Property Damage Insurance - in an amount of not less than One Million ($1,000,000) Dollars from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000) Dollars. D. Valuable Papers Insurance - in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the Project. E. Professional Liability Insurance - in an amount of not less than One Million ($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000. CITY will be named as an additional insured with respect to CONSULT ANT's liabilities hereunder in insurance coverage's identified in items (b) and (c). The policies shall be written by a responsible company(s), to be approved by the CITY, and shall be noncancellable except on thirty-(30) days' written notice to the CITY. Such policies shall name the CITY as co-insured, except for worker's compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 15. PROHIBITED INTERESTS 15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 10 OF 25 REVISION DATE: June 2006 15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 15.3 Employment of CITY's Personnel: The CONSULTANT shall not employ any person or persons in the employ of the CITY for any work required by the terms of the Agreement, without the written permission of the CITY except as may otherwise be provided for herein. 16. SUBCONTRACTING The CONSULT ANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. The CITY will not approve any subcontractor for work covered by this Agreement that has not been recommended for approval by the Program Manager. All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set forth in this Agreement. 17. ASSIGNABILITY The CONSULT ANT shall not assign or transfer whether by an assignment or novation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the CITY. 18. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the CONSULTANT will not discriminate against any employee or applicant for employment because of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or advertisements for employees placed by qualified applicants, receive consideration for employment without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subcontractor, provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 19. DRUG FREE WORK PLACE CONSULTANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/ or immediate discharge. CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 11 OF 25 REVISION DATE: June 2006 20. ANTI-KICKBACK CLAUSE Salaries of architects, drafters, engineer's, and technicians performing work under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account except only such payroll deductions as are mandatory by law. The CONSULTANT hereby promises to comply with all applicable "Anti-kickback"laws, and shall insert appropriate provisions in all subcontracts covering work under this Agreement. 21. AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary, the CONSULTANT shall make available to the CITY and/ or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agreement. It shall also permit the CITY and/ or representatives of the audit, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement, -and for three years from the date of final payment under the Agreement, for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. 22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE All documents and materials prepared as an instrument of service pursuant to this Agreement are the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials prepared under this Agreement without according credit of authorship. The CITY shall hold harmless the CONSULTANT against all claims arising out of such use of documents and materials without the CONSULT ANT's knowledge and written consent. 23. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the CITY, either before, during, or after the execution of this Agreement, shall affect or modify any of the terms or obligations herein contained, nor shall such verbal agreement or conversation entitle the CONSULT ANT to any additional payment whatsoever under the terms for this Agreement. All changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above. 24. INDEPENDENT CONTRACTOR The CONSULTANT shall perform the services under this Agreement as an independent contractor and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or any of its agents or employees to be the agent, employee, or representative of the CITY. 12 OF 25 REVISION DATE: June 2006 25. NOTICES All notices shall be in writing and delivered in person or transmitted by certified mail, postage prepaid. Notices shall be addressed as follows: CITY: ADMINISTRATOR AUGUSTA, GEORGIA 530 Greene Street Augusta, GA 30911 CONSULTANT: Johnson, Laschober & Associates, P.e. 1296 Broad Street Augusta, GA 30901 Copy to: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, GA 30901 PROGRAM MANAGER: AUGUSTA PROGRAM MANAGER CH2M HILL, INe. 360 Bay Street, Suite 100 Augusta, GA 30901 13 OF 25 REVISION DATE: June 2006 IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below: CITY: AUGUST A, GEORGIA (CITY) BY: LQ~ ,te- PRINTED NAME: Y-4c1:t:;P >,. Cer~rf.rtl/:q, AS ITS: MAYOR ~ l;Htt! Dg< PRINTED NAME: , \ f""" tt <--i i.1 ~I.' ..... ~I.l ~~ ~ /; AS ITS: Clerk of Coml111*,iorl'''~ o.~.,~.,,~' ~:f/ '.I.... \!, ::.. r.;.'\ ~~ ..-;:t!>' ",j (r-.f. f) R \...... ,~ ."':~")..;' DATE: <':'::C}:1-~;":(",,,,,:.'1i~l"'~' Copy To: DIRECTOR AUGUST A UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, GA 30901 14 OF 25 CONSULTANT: Johnson, Laschober & Associates, P.c.- BY Ii!4l t.~ PRINTED NAME: Richard J. Laschober AS ITS: President ATTEST: tJ.R.6J>-Y ~ Y'v[~ (W PRINTED NAME: Deborah M. Taylor, CPA AS ITS: Comptroller DATE: /(;1/6$ :. ,.~ ~.1 REVISION DATE: June 2006 CONSULT ANT'S RESPONSIBILITIES CONSULTANT, in order to determine the requirements of the Project, shall review the information in Attachment A - Scope of Services. CONSULT ANT shall review its understanding of the Project requirements with Program Manager and shall advise CITY of additional data or services which are not a part of CONSULTANT's services, if any, necessary for design to begin. PROTECT UNDERSTANDING Upon request from the CONSULTANT, CITY may provide all criteria and full information as to CITY's and CONSULTANT'S requirements for this part of the project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expendability, and any budgetary limitations. CONSULT ANT may request from the CITY to furnish data, reports, surveys, and other materials that may be relied upon in performing CONSULTANT'S services. REVIEW OF WORK Authorized representatives of the CITY may at all reasonable times review and inspect the project activities and data collected under the Agreement and amendments thereto. All reports, drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY in association with this Agreement shall be subject to review. The CITY may at any time request progress reports, prints or copies of any work performed under this Agreement. Refusal by the CONSULTANT to submit progress reports and/ or plans shall be cause to withhold payment to the CONSULT ANT until the CONSULTANT complies with the CITY's request in the regard. The CITY's review recommendations shall be incorporated into the plans by the CONSULTANT. CONSULTANT'S INSURANCE CONSULT ANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14 - Insurance. 15 OF 25 REVISION DATE: June 2006 CITY'S RESPONSIBILITES CITY-FURNISHED DATA CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULT ANTIs services 'on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. RIGHT TO ENTER The CONSULTANT will notify all property owners or occupants of the intent to enter properties for the purpose of accomplishing work in accordance with the practices of the CITY. The CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of intent to enter private property. Upon request by the CONSULT ANT, the CITY will provide the necessary documents identifying the CONSULTANT as being in the employ CITY for the purpose described in the Agreement. ADVERTISEMENTS, PERMITS, AND ACCESS Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT construction. TIMELY REVIEW CITY will examine CONSULT ANT's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required by CITY in a timely manner. PROMPT NOTICE CITY will give prompt written notice to CONSULT ANT whenever CITY observes or becomes aware of any development that affects the scope or timing of CONSULTANT's Services, or of any defect in the work of CONSULT ANT or construction contractors. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. LITIGATION ASSISTANCE The Scope of Services does not include costs of CONSULT ANT for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for suits or claims between the parties to this AGREEMENT, will be reimbursed as additional services. 16 OF 25 REVISION DATE: June 2006 ATTACHMENT A - SCOPE OF SERVICES PROJECT I. New 1.0 Million Gallon (MG) Elevated Storage Tank (EST): Provide design for new 1 MG Elevated Storage Tank at Fort Gordon, GA: Prepare bid package for bid and construction of a 1 MG Elevated Storage Tank. A. PROJECT DESCRIPTION: Provide design package for 1 MG EST to be located within Fort Gordon. Prepare Document Package for bid and construction to include site work- grading, drainage, yard piping and appurtenances for and including a 1 MG EST with accessories. Specifications and drawings will be provide a design for both a multi-leg steel tank with center riser and an alternate composite tank with single concrete support shell and steel tank with accessories. B. DESIGN OBJECTIVES: Provide an additional 1 MG of elevated potable water storage on the 630 Water System within Fort Gordon. e. DESIGN CONDITIONS: Provide Preliminary Subsurface Investigation for 1.0 MG Site Confirmation: The proposed site for the 1.0 MG EST is north of 25th Street along 8th Ave. in the vicinity of a known abandoned landfill within Fort Gordon, GA. Initial subsurface investigation will determine suitability of site for tank loads and economical foundation design. 1. The scope of work presently does not include any environmental studies including wetlands or buffer encroachments of state waters. PROJECT II. Existing 2.25 Million Gallon (MG) Standpipe: A. PROJECT DESCRIPTION: Perform structural analysis of existing 2.25 MG steel standpipe structure. Work is to include partial re-inspection of 2002 inspection, perform structural evaluation and needed repairs, prepare approximation of costs for upgrade of steel structure, and make recommendation to either a) repair and upgrade standpipe including recommendations to proceed with further field testing and review of concrete mat foundation and preparation of repair documents for bid and construction, or b) to demolish and remove standpipe including recommendations to proceed with preparation of demolition and heavy metal containment and heavy metal abatement and disposal documents for bid and construction. B. DESIGN OBJECTIVES: Determine, based on structural evaluation of the existing 2.25 MG steel standpipe structure, whether the existing steel tank with required structural upgrades is viable to continue in use as raw water storage as part of a non-potable irrigation water system, or whether it should be demolished. e. DESIGN CONDITIONS: The scope of this work is limited to structural evaluation of the shell based on an updated tank inspection. The structure will be evaluated for compliance with latest applicable codes. The specifications for the steel utilized in initial construction will be based on the steel materials typical for the time period in which the 17 OF 25 REVISION DATE: June 2006 standpipe was fabricated and built. The seismic site classification will be conservatively assumed based on geotechnical information from the 1 MG tank site. ATTACHMENT B - COMPENSATION The CITY shall compensate the CONSULTANT for services, which have been authorized by the CITY under the terms of this Agreement. The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and accompanied by all support documentation requested by the CITY, for payment for the services, which were completed during the billing period. The CITY shall review for approval said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the CITY, are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not considered to be evidence of performance by the CONSULT ANT to the point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by such invoice. The CITY shall pay any undisputed items contained in such invoices. Each invoice shall be accompanied by a letter progress report describing the total work accomplished for each phase and any problems, which have been encountered, which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and an itemized description of the percentage of total work completed for each phase during the billing period. When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task Order, it agrees to pay the CONSULTANT for work completed, on the basis of the standard billing rates shown in Attachment B to the Contract of those principals and employees engaged directly on the work. Compensation for design services shall be invoices based on the sum of all actual costs incurred in the performance of the work, including all direct, payroll, overall and profit cost in an amount not-to-exceed the compensation set forth in the terms of the Agreement or any authorized Task Order. All invoices submitted by the CONSULTANT shall be detailed to reflect incurred expenses, labor hours and costs by authorized Task. Overtime may be performed at the discretion of the CONSULTANT, but the premium time portion of the overtime will not be billed to the CITY unless the CONSULT ANT has requested acceleration of the scheduled work in writing. See Appendix A for Attachment B-Compensation-Fee Proposal (page A-1 through A- 8) and letter with map from AUD dated August 14,2008. 18 OF 25 REVISION DATE: June 2006 ATTACHMENT C - LISTING OF KEY PERSONNEL CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel below, including a designated Program Manager will not change or be reassigned without the written approval of the CITY. Those personnel committed for this work are as follows: ENGINEERING Richard J. Laschober Project Manager Johnson, Laschober & Assoc., PC Trevor Wimberly Project Engineer Johnson, Laschober & Assoc., PC William Buchanan Design Engineer Johnson, Laschober & Assoc., PC Cristo Eclavea Senior Designer Johnson, Laschober & Assoc., PC SURVEYING George Godman Professional Land Surveyor George L. Godman & Assoc. SOIL INVESTIGATION Robert Williamson P.E., Branch Manager QORE Property Sciences, Inc Simone S. Metzger Staff Engineer QORE Property Sciences, Inc TANK INSPECTION Stephen W. Meier, P.E., S.E. Managing Principal Tank Industry Consultants, Inc. 19 OF 25 REVISION DATE: June 2006 ATTACHMENT D - SCHEDULE FOR PERFORMANCE I. New 1 MG Elevated Storage Tank Contract Days A. Projected Notice to Proceed...... ............... ... ......... .............................. Contract Day 1 B. Mobilization - Begin in 14 days........................... Contract Day 14 e. Preliminary Subsurface Investigation and site survey - Complete 21 days ......... .................Contract Day 35 D. Design Phase 1. 30% Review Documents- 2. 60% Review Documents- Complete 28 Days... ... .. . ... . . . . . . ... ... Contract Day 63 28 Days City Review plus Complete 28 Days Contract Day 119 28 Days City Review plus Complete 28 Days Contract Day 175 Complete 28 Days... ... ... ... . . . . . . ... ... Contract Day 203 3. 90% Review Documents- 4. 100% Submittal- II. Existing 2.25 MG Standpipe A. Projected Notice to Proceed... .. .. .......... ........................................... Contract Day 1 B. Mobilization - Begin in 14 days... . .. ... .. . ......... ... Contract Day 14 e. Update tank inspection - Complete 49 days..................... Contract Day 63 D. Study Phase - Structural Evaluation 1. Initial Submittal 2. Final Submittal Date 11/18/08 12/02/08 12/23/08 01/20/09 03/17/09 05/12/09 06/09/09 11/18/08 12/02/08 01/20/09 Complete 49 days.................... ..Contract Day 112 03/10/09 21 Days City Review plus Complete 14 Days Contract Day 147 04/14/09 Note: The above schedules are dependent on CITY review schedule and permit approvals. The schedule as proposed can be adjusted, as necessary, to meet the goals of the CITY'S goals. 20 OF 25 REVISION DATE: June 2006 CONSULTANT SERVICES As a part of this Agreement the CONSULTANT agrees to furnish the following checked items (CONSULT ANT to initial in the space provided acknowledging responsibility to furnish said item). Prior to Authorization To Proceed: 0' ~ailed Scope of Services based upon Schedule A of this Agreement to be submitted with Cost Proposal clearly defining the CONSULTANT'S understanding of the project limits, design objectives and CONSULTANT'S services to be provided. 0' ~ Proposal that will include cost of surveying, design, preparation of construction plans and specifications, and other services requested in the CITY's Request for Proposal. 0' ~edule for submittal of review documents at 30%,60%, and 90% completion; and final documents. Prior to submitting 30% review documents: 0' ~ate all existing utilities using available information collected by the CONSULTANT. The CITY will furnish available information on water and sewer locations however the CONSULTANT must verify to CITY'S satisfaction. 0' ~e CITY with information on the project site(s), including the following: · Past and present use of the land (specifically identify any landfilling activities in the area); identify any nearby designated wetlands · Soil type(s) · Boring results when required by CONSULTANT for new facilities or where depth of line and existing site conditions warrant. · Brief description of the area (e.g., residential, commercial, industrial) including general slope of the land, and whether trees, signs, etc. will be in conflict with the new facilities. Include number of properties affected and number of easements required with property owners identified ;1 n. .J-dentification of potential problems in meeting design objectives. 0' ~l5fie Plan (If Required) Throughout project: 0' ~repare printed responses to comments received from the CITY following reviews. 0' ~ovide the necessary plats for easement acquisition and DOT/other permit application. 0' ~are Public Works/DOT/Other permit applications for signature by the CITY. 0' ~a~ubmit plans to EPD for review and approval when required. 0' ~re pl~ns and specifications, using Augusta Utilities Design Standards and Specifications (latest version). Specifications must mirror that provided by the CITY. 21 OF 25 REVISION DATE: June 2006 o ~repare construction cost estimates at each review stage, 30%, 60%, 90%, and with the submittal of Final documents. Provide cost breakdown for any items to be lump sum in the construction contract. Upon completion of design: o ---t::I[..Coordinate with the City Procurement Department to advertise the project. o M,JJ.ax bid information to CITY. o ~ttend the Pre-:Bid Meeting as a technical reference to the CITY. o ~epare letter of recommendation for award of the contract. o ~evelop conformed contract documents and forward to the CITY for execution. - o ~ttend the pre-construction meeting as a technical reference to the CITY. o ~ovide clarification related to the plans/ specifications throughout design and construction. o ~rovide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version). o ~ide Services During Construction as follows: · Attend project meetings as scheduled by the CITY · Recommend design changes as field conflicts arise (site visits may be required) · Review and approval of pay requests from the construction Contractor (line of communication will be construction contractor to resident observer to CO:~SULTANT to CITY) · Provide clarification of plans and specifications throughout construction · Revise/update plans and/ or easement plats as changes occur that require resubmittal to DOT / other agencies. RTMENT CONSULTANT BY: BY: Johnson, Laschober & Associates, P.c. (.;II,-/?J A-. 6.~/N5 PRINTED NAME: ~~JlJChOZ~ TITLE: Presiden~ . I{ /; ,/og, { , TITLE: DIRECTOR 1// '-~/Jf DATE: DATE: PROGRAM MANAGER BY: PRINTED NAME: TITLE: DATE: 22 OF 25 REVISION DATE: June 2006 ADDITIONAL SERVICES: 1. Revisions to the plans/ contract documents to extend the limits of the project after this AGREEMENT has been executed by the CITY. 2. Revisions due to incorrect locations of existing utilities by the CONSULT ANT (i.e., correct location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of the CONSULTANT. Other revisions required by the CITY, DOT, EPD, or other government agency at their request will be considered an additional service. 3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY. 4. Other not described above, as approved by the CITY. NOTE: It is the responsibility of the CONSULT ANT as contracted by the CITY to provide professional surveying and engineering services. It is expected that such professionals will operate in a manner which assures the interests of the common welfare, rather than in a manner which promotes their own financial gain. It is expected that such professionals will act as a faithful agent for the CITY as a client. It is the duty of the CONSULT ANT to protect the safety, health and welfare of the public in the performance of their professional duties. 23 OF 25 REVISION DATE: June 2006 Appendix A ATTACHMENT B-COMPENSATION-Fee Proposal... .............A-1 through A-8 Letter from AUD dated August 14,2008............ ...... ... ...... ......... ...... ...1 Page Project Map. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . ... ..1 Page REVISION DATE: September 2008 ATTACHMENT B - COMPENSATION - FEE PROPOSAL PROPOSAL #: 135 DATE: September 17, 2008 SENT By: D Phone (706) 312-4131 D Fax. (706) 796-3031 [2J Email SBarr@augustaga.gov To: Jerry Delaughter, Interim Assistant Director Augusta Utilities Department Engineering and Construction Division 360 Bay Street, Suite 180 Augusta, GA Re: Project: 1 MG Elevated Storage Tank (ICU-0072) By: Richard J. Laschober, P.E. Partner Scope of Services: I. New 1.0 Million Gallon (MG) Elevated Storage Tank (EST): A. Preliminary Subsurface Investigation for 1.0 MG Site Confirmation: The proposed site for the 1.0 MG EST is north of 25th Street along 8th Ave. in the vicinity of a known abandoned landfill within Fort Gordon, GA. Perform preliminary subsurface investigation for proposed site relative to area having been a abandoned landfill to determine suitability of site for the 1.0 ~ MG EST. (4 soil borings) B. Final Subsurface Investigation - Assuming preliminary subsurface findings are satisfactory, continue with remainder of subsurface investigation and geotechnical work as required for final design as it is related to soil bearing capacities, differential settlement, and seismic design per A WW A and other applicable building codes and recommendations for applicable foundation systems for a multi-leg steel tank with center riser and composite tank with single concrete support shell. (4 soil borings) Note: JLA will sub-contract to QORE Property Sciences for geotechnical services. e. Survey Work: 1. Perform G.P.S. work to establish elevations at new EST site and at site of nearest existing EST on 630 System. , 2. At the specified existing EST on the 630 System confirm high water level of tank to be 631.44. The new tank will match this level. 3. Prepare boundary survey and plat and topographic drawings including tying location of tank site to Fort Gordon boundary and state plane coordinate system. 4. All elevations will be on NA VD 1988 datum. D. Engineering-Conceptual through Design Phase A-1 REVISION DATE: September 2008 A-2 1. Establish tank parameters with regard to vertical operating range. Confirm through Augusta Utilities Department the tank design fill and withdrawal rate parameters. Develop steel and composite tank designs. Evaluate available head ranges for each tank type with respect to project requirements. Provide life cycle costs comparison of tanks. Evaluate and coordinate geotechnical findings and recommendations with respect to shallow versus deep foundations for different tank types. Prepare contract documents including: a. Clearing b. Earthwork c. Foundation systems d. Multi-leg steel tank with center riser and composite tank with single concrete support shell and steel tank with accessories - overflow (with elevation to match existing elevated tank 631.44), vent, ladder, roof openings, coating systems, grounding, cathodic protection on tank interior, telemetry for water level monitoring, and FAA warning lights, if required. e. EST interior piping and valves, if required, to promote mixing and to control short- circuiting. At a minimum, water entrance shall be at top and exit at bottom. f. Altitude and isolation valves with by-pass, piping, vault, etc. g. Fence h. Paving i. EST and site lighting. j. Landscape and irrigation plan 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 - will include general and regulatory required notes, legend and abbreviations. 3) Existing Conditions Plan - based on topographical and utility survey provided by JLA. 4) Site Layout Plan - will include proposed EST location, access driveway, vault, fence, sign, etc. Project sign location will be indicated on this plan. Horizontal control for the purposes of locating civil hardscape and proposed EST will be included on this plan sufficient for construction staking. 5) Grading & Drainage Plan - will include finished ground surface elevations of the exterior of the new EST. Finished foundation elevations and ground slab elevations, storm drain alignments, types and sizes, site contour grading (with key spot elevations). 6) Utility Layout Plan - will depict a comprehensive utility location presentation. We will indicate the locations of proposed potable water, irrigation, electrical, etc. 7) Erosion, Sedimentation, and Pollution Control Plan & Details- will indicate minimum standards for erosion control measures and practices that are appropriate during the construction sequence to assist the contractor in minimizing erosion. This plan will comply with the general requirements of 2. 3. 4. REVISION DATE: September 2008 the NPDES (National Pollutant Discharge Elimination System) General Permits adopted by the State. 8) Landscape and Irrigation Plan and Details - 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 and EST plans, elevati,on, and details. 5. Hydrology Report - Prepare Storm Water Management Report (Storm sewer and detention basin design calculations) if needed and as required for site plan approval. 6. Front-End Documents and Technical Specifications 7. 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. E. Engineering - Bid and Contract Phase 1. Provide advertisement to bid and contract documents (drawings and specifications) to City for distribution to Contractors. 2. Attend pre-bid conference and addenda. 3. Assist the City in evaluation and tabulation of bids and recommendation of lowest qualified bidder. 4. Provide copies of contract documents for signing. F. Engineering - Construction Phase 1. Review shop drawings, materials submittals and design calculation submittals. 2. Respond to requests for information and provide technical support to City as required. 3. Inspections: Full or part-time resident inspections will be provided by the City. JLA will attend a limited number of site meetings (up to 6) as requested by the City as related to specific issues and key inspections. 4. Attend final inspection with City personnel. 5. Project Closeout: Provide as-built drawings from data provided by the City. G. Compensation for Basic Professional Services 1. 2. 3. 4. Geotechnical and Survey Services (Paragraphs 1.A-C) $18,700 Basic Engineering Services - (Paragraphs 1. D-F) $85,700 Total Fee (Paragraphs LA-F) $104,400 Note: If during the first boring of the Preliminary Subsurface Investigation (paragraph LA) it is conveyed to the JLA that there is no indication of a prior landfill at the site and work is then allowed to proceed as outlined under paragraph 1.B, Final Subsurface Investigation, deduct $4,500 from the Total Fee in paragraph 1.G.3 A-3 REVISION DATE: September 2008 H. Listing of Key personnel (See Attachment C) 1. Schedule for Performance (See Attachment D) II. Existing 2.25 Million Gallon (MG) Standpipe: A. Structural Evaluation: Perform structural evaluation of existing standpipe and make necessary recommendations to comply with latest accepted applicable structural codes including AWWA. 1. Tank Re-Inspection and Update of 2002 Inspection by Tank Industry Consultants (TIC): Re-inspect a portion of the original 2002 inspection work dated July 26,2002 to include an update of thickness measurements of tank roof plate and shell, confirmation of as-built construction and condition of structural elements of domed roof compression ring, radial and intermediate circumferential stiffener, and tension ring (the basic shape and size description of stiffening elements was in the report, but not material thickness of webs, flanges or angle legs, spacing of stiffening elements, and welds of stiffeners to plate), possible further definition of welds that were noted to be significantly undercut with respect to effective thickness, and possible further definition on portions of shell reported to vary in shape or curvature (undulate or buckle). Work will be performed by a "raft" evaluation of the roof structure tank interior, a dive evaluation of the tank interior, and preparation of a certified engineering report. TIC require the City to raise the water in the tank as high as possible. 2. Perform structural analysis of steel standpipe with respect to applicable structural codes including A WW A. Identify structural deficiencies and recommend appropriate repairs. 3. Cost Estimate: Update 2002 cost estimate from estimate prepared by CH2MHILL and sub-consultant TIC including costs for recommended structural repairs. No costs will be included pertaining to solely sanitary and water quality related issues as recommended by A WW A, GA EPD etc. because use of the tank will be for raw storage for irrigation water storage. 4. Make recommendation to either a) repair and upgrade standpipe including proceeding with further field testing and review of concrete mat foundation and preparation of repair documents for bid and construction or b) to demolish and remove standpipe including preparation of demolition and heavy metal containment and heavy metal abatement and disposal documents for bid and construction. B. Compensation for Basic Professional Services 1. Tank Re-Inspection by TIC (paragraph I1.A.1) 2. Basic Engineering Services - Through Report Phase (paragraphs I1.A.2-4, 3. Total (paragraphs I1.A.1-4) e. Listing of Key personnel (See Attachment C) D. Schedule for Performance (See Attachment D) I $ 10,650 $ 16,200 $ 26,850 A-4 REVISION DATE: September 2008 III. Total Compensation: Total Compensation for Basic Professional Services (Sections 1.G .3&I1. B.3)..................................... ......................................................................... . . . . . ... $131,250 IV. Items Provided by City, Not Anticipated for this Project, and Additional Services: 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. 9. Routing outflow from detention facility offsite to a remote discharge point (i.e. pipe, ditch, etc.) 10. GDOT Access Driveway Encroachment and Utility Encroachment Permitting. 11. Submittal of documentation to comply with NPDES (National Pollutant Discharge Elimination Systems) General Permit, including monitoring and inspections (By others). JLA will advise and assist the City on submittal of required documentation. 12. State water buffer encroachment variances. 13. Wetlands delineation, permitting, mitigation plans etc. 14. 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. A-5 REVISION DATE: September2008 A TT ACHMENT B - COMPENSATION - FEE PROPOSAL Fee Schedules for Additional & Special Services Johnson, Laschober & Associates, P.e. (Engineering Services) Principal............................................................................................ $180.00/ Hr. Sr. Engineer / Sr. Project Manager................................................ $140.00jHr. Engineer j Project Manager ........................................................... $115.00/Hr. Engineer j Assistant Project Manager.......................................... $ 90.00jHr. Engineer I.............................. ............ ......... ..... ................................. $ 85.00 /Hr. Engineer II ................................................................. ....................... $ 80.00 j Hr. Designer I..... ... ....................... ...... .............................. ........... ... ......... $ 85.00 j Hr. Designer II ........................................................................................ $ 80.00/ Hr. CAD Operator .......... ........ .................... .................... ......... .............. $ 65.00/Hr. Survey Field Crew.... ............................ ........................................... $118.00/Hr. Survey Research............................................................................... $ 45.00 /Hr. Clerical.......................................................................... .................... $ 40.00 / Hr. Accountant ..... ........... ...... ......... .................................... ....... ..... ........ $ 80.00/Hr. PLUS EXPENSES..... Printing - 24 x 36.................................................................. $ - 30 x 42.................................................................. $ - 8-1/2 x 11 ............................................................ $ 1.10 each 2.10 each .15 each Long Distance Telephone Calls ............................................. $ Express Postage....................................................................... $ Mileage...................................................................................... $ 5.00 each 25.00 each 0.58 mile A.6 REVISION DATE: September 2008 ATTACHMENT B - COMPENSATION - Fee Proposal All following sub-contract work for Outside Services will be marked up 15% Fee Schedules for Additional & Special Services Geotechnical - aORE Property, Inc. Additional Drilling...................................................................................................................... $ 15.00 j Foot Staff j Field Engineer.................................................................................................................... $ 75.00 j Hr. Geotechnical Engineer .............. .......................... ............... .......... .................... .............. .............. $ 105.00/Hr. Senior Geotechnical Engineer (P.E.) .......................................................................................... $ 125.00 jHr. Secretarial................................................................................................................... ..... ............. $ 40.00 /Hr. CADD Services... .... ............... ........ ...... ...... ................... .......... ........................................ ............. $ . 50.00/Hr. Mobilization of truck mounted rig......... ...... .................... .... ...... ............ ......... ....$ 450.00jEa. Soil boring with SPT at 5 feet intervals............... ............................................. .....$ 15.00/Foot Thin Wall tube sample............ .............. .................................. ............... ...... ....$ 75.00jEa. Consolidation tests......... .. . . . . . . . . . . .. . ... ... . . . . . . . . . ... . . . . . . . . . . . . . . . . . . .. . . . . . . . . .. . . . .. . . . . . . .. . . . . . $ 450.00/Ea. Report Reproduction ...... ...... .... .... ............................... ..................... ...... ....................................$ 0.25/Page (Initial three copies at no charge) Special Printing or Blueprinting Charges .................................................................. Actual Cost plus 25% Mileage......................................................................................................................... ................ $ 0.75/ Mile Overnight Expenses ....... ....... ....... ............................. ................. ...... .................. ............ $ 90.00 person/ day Tank Inspection - Tank Industry Consultants Inc. Long-Term Resident Observation Technician (travel and on-job time) ........................... ............... .................. ....................... ........ $ 58.00 /Hr. Overtime Premium (over 40 hrs/ week) .............................................................................. $ 29.00/Hr. Minimum 32 hours per week Per Diem ....................... ........................................................ .......................... ........... ................. ... $ 120.00/Hr. Spot Observation Technician (travel and on-job time) .......................................................................................... $ 85.00 jHr. Per Diem ....... ....... .... ....... ........................... .......... ........... ................. ................. ............................ $ 130.00 /Hr. Support Staff .......... ............ ...... ..................... ............ ... ... ...... ..... ..Hourly Rates Shown Below A-7 REVISION DATE; September 2008 Engineering and Support Staff Field Services Manager/Contract Administrator... .......... ......... ....... ....... ........... ....... .............. $ 90.00/Hr. Field Superintendent/NACE Certified Technician ................................................................$ 90.00/Hr. Overtime Premium (over 40 hrs/ week............... ...................... ................................. .......... $ 45.00/Hr Minimum 32 hours per week Project Manager............................................................................................................................ $ 92.00 /Hr. Engineer - E.1................................................................................................................................ $ 83.25/ Hr. Professional Engineer ... ........ ..... .............. ............ .... ......... ... .... .... ... ......... ..... ............................... $ 110.00/Hr. Licensed Senior Professional Engineer ......... ........ .............. .................. .................................... $ 135.25/Hr. Licensed Principal Engineer ................... ..... ......................... ............ ..... ........... .......................... $ 172.00/Hr. Licensed Senior Principal Engineer ..... ............... ......... .................... ....... ......... ..................... ..... $ 215.00/Hr. Safety Director....................................................................................................................... ....... $ 120.00/ Hr. Technical Editor............................................................................................................................ $ 68.00/ Hr. Clerical.......................................................................................................................... ................. $ 42.75/ Hr. Direct Expenses A charge of $9.10 per hour is added for every office hour worked to cover copying, fax, mail, telephone, long distance, paging, cell phone, trucks, field equipment, and other misc. costs. Mileage $0.60 per mile per vehicle from nearest office Indianapolis, IN, Houston, TX, Richmond, VA, Bolingbrook, IL, Philadelphia, PA Reimbursable Expenses Travel by public transportation at cost, plus 10% All other reimbursable expenses (not otherwise listed on this rate structure) at cost plus 10% Subcontract Laboratory Analysis (Fees are doubled for rush service) Total Lead in Samples by Atomic Absorption Spectroscopy .................................................$100.00 per sample Total Metals (Cadmium, Chromium & Lead) in Samples by Atomic Absorption ...................$212.00 per sample Spectroscopy Leachable Lead in Samples by Toxicity Characteristic Leaching Procedure ..................... $440.00 per sample A-8 REVISION DATE: September 2008