Loading...
HomeMy WebLinkAboutJOHNSON LASCHOBER ASSOCIATES PC . . . . . . . .' . . . . . . . . . . . . .. '. . . . . . . . . . . . . . . . . . . . . . . STATE OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT CONSULTANT: Johnson, Laschober and Associates, P.c. PROJECT: No. 60106 Butler Creek Interceptor Upgrade - West DATE EXECUTED: DATE COMPLETED: 10F25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . STATE OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT -H. '2CL>1o This Agreement is made and entered into this 17 day of () do her ~by and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the "CITY" and "Johnson, Laschober & Associates, P.c.", 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: The design of upgrades to the Butler Creek Interceptor - West. The Design Phase Services involves the following: The upgrade of an approximate 20,SOO-foot. segment of the existing Butler Creek Interceptor beginning on the south side of Drayton Drive on the downstream end and ending on the north side of Gordon Highway (US HWY 78/278). The upgrades will connect to the existing 30-inch diameter interceptor sewer at each end. Upgrades will involve the following beginning at the downstream end of the project and commencing upstream: 1) Upgrade approximately 6,600 feet of existing IS-inch interceptor and 5,800 feet of existing 18- inch interceptor beginning south of Drayton Drive on the downstream end of the project and ending at the discharge of the existing force mains. (Note: The exact nature of this upgrade - total replacement with 30-inch DIP replacement or a combination of new force main and gravity sewer (existing and/or new) will be defined as determined in the Study Phase of the design); 2) Upgrade of the pumping capacity of the existing lift station and existing 600-foot segment of parallel6-inch and lO-inch force main; and 2 OF25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . 3) Upgrade of approximately 7,500 feet of 18-inch gravity interceptor with 30-inch diameter ductile iron pipe beginning at the existing lift station to a point of tie-in with the 30-inch interceptor sewer located on the north side of Gordon Highway (US HWY 78/278) at the end of project; and, WHEREAS, the CONSULTANT 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, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULT ANT that: 3 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . GENERAL PROVISIONS CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed desigrJ. 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. CONSULTANT 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 agre~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 'ofthis 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. TIME OF COMPLETION 4 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . .' .' . . . . . . . . . . . . . . . . . . . . . . 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 CONSULTANT 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. 5 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 AUGUSTA, 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 CONSULTANT'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 CONSULT ANT 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 CONSULT ANT under this Agreement. 6 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 7 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . GENERAL CONDITIONS 1. COMMENCEMENT OF WORK The performance of services as defined in the Prime Agreement between CONSULTANT 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 CONSULT ANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULT ANT'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 CONSULT ANT'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 CONSULTANT 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 CONSULTANT 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. 8 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 CONSULTANT 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 CONSULT ANT 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 CONSULTANT 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.CG.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. JURISDICTION 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. 9 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 CONSULTANT shall violate any of the covenants, agreements or stipulations of this Agreement, CONSULT ANT 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 CONSUL T ANT 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 oftermination. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULTANTS CONSULTANT 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 CONSULT ANT 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 10 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . .'. . . . . . . . . . . . . . . . . . . . . . . . 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 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 CONSULT ANT 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 notless ,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. C 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 11 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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. 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 CONSULTANT 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 WORKPLACE 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 andlor immediate discharge. 12 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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. 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 andlor audit representatives of the CITY for examination all of its records with respect to aU 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 mamtain 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 CONSUL T 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. 13 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . ., . . . . . . . . . . . . . . . . . . . . . . . 24. INDEPENDENT CONTRACTOR The CONSULT ANT 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. 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 CONSULT ANT: Johnson, Laschober & Associates, P.C 1296 Broad Street Augusta, GA 30901 Copy to: _ DIRECTOR. AUGUST A UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, GA 30901 PROGRAM MANAGER: AUGUST A PROGRAM MANAGER CH2M HILL, INC 360 Bay Street, Suite 100 Augusta, GA 30901 14 OF 25 REVISION DATE: June 2006 . . . . . . . . . : J>tlUG~SJA' GEO~GIA ~CITY) . -prBY ~~4 ~ . PRINTED NAME: J7~;p c. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below: CITY: ~ J) fz! ~;~- OJ.. ~l1i. ..' 0'i# J.f:;1 . PR~l\~fEI1~~~MEi1" G''';> /l . ~r':. ':C<:H~'Qtiil~(}1j 4Jf/J 'I'. , c' ~ ""'" AS ITS: "'t&~~kt.(;Ht3Mil:uS~ioh . . .....~J.;;..\~y"!ix::.;!.....:-- DATE: Copy To: CONSULT ANT: Johnson, Laschober & Associates, P.C . BY $-tJ. G~V1'7 C" le~ #.-r .; 6..( PRINTED NAME: chard J. Laschober ~ _ AS ITS: President ATTEST: ~6w~~~ PRINTED NAME: Deborah M. Taylor, CPA AS ITS:' Comptroller DATE:' ~'Wt>1 DIRECTOR AUGUST A UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, GA 30901 15 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . CONSULTANT'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. CONSULTANT may request from the CITY to furnish data, reports, surveys, and other materials that may be relied upon in performing CONSULT ANTIS 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 anytime request progress reports, prints or copies of. any work performed under this ' Agreement. Refusal by the CONSULT ANT to submit progress reports andlor plans shall be cause to . withhold payment to the CONSULT ANT until the CONSULT ANT complies with the CITY's request in . the regard. . The CITY's review recommendations shall be incorporated into the plans by the CONSULTANT. CONSULT ANT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14 - Insurance. 16 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 CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. RIGHT TO ENTER The CONSULT ANT 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 CONSULTANT, the CITY will provide the necessary documents identifying the CONSULT ANT 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 CONSULTANTIs services or PROJECT cortstruction.' TIMELY REVIEW . CITY will examine CONSULTANTls 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 CONSULT ANTis Services, or of any defect in the work of CONSULTANT or construction contractors. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in anyway with the PROJECT. LITIGATION ASSISTANCE The Scope of Services does not include costs of CONSULTANT 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. 17 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ATTACHMENT A - SCOPE OF SERVICES PROJECT DESCRIPTION: Butler Creek Interceptor Upgrade - West; PROJECT NO.: 60106 The project involves the upgrade of an approximate 20,500 foot segment of the existing Butler Creek Interceptor beginning on the south side of Drayton, on the dbwnstream end, and ending on the north side of Gordon Highway (US HWY 78/278). The upgrades will connect to the existing 30-inch diameter interceptor sewer at each end. Upgrades will involve the following beginning at the downstream end of the project and commencing upstream: 1) Upgrade of approximately 6,600 feet of existing IS-inch interceptor and 5,800 feet of existing 18-inch interceptor beginning south of Drayton Drive on the downstream end of the project and ending at the discharge of the existing force mains. (Note: The exact nature of this upgrade - total replacement with 30-inch DIP replacement or a combination of new force main and gravity sewer (existing andlor new) will be defined as determined in the Study Phase of the engineering services); 2) Upgrade of the existing lift station and existing 600-foot segment of parallel6-fuch and 10-inch force main; and 3) Upgrade. of approximately 7,500 feet of 18-inch gravity interceptor with 30-inch diameter ductile iron 'pipe beginning at the existing lift station to a point of tie-in with the 30-inch interceptor sewer located on. . the north side of Gordon Highway (US HWY 78/278) at the end of project. DESIGN OBJECTIVES: Implement interceptor upgrades as recommended in previous Owner studies to eliminate an approximate 20,SOO-foot segment of hydraulically deficient pipe. The proposed engineering services will be accomplished in two phases as follows: 1) Study Phase - The Study Phase that will develop and evaluate at least two viable options to upgrade the lower 12,400-foot segment interceptor and make recommendations for the method of upgrade beginning at the upstream extent of existing 30-inch diameter interceptor sewer located immediately south of Drayton Drive and ending at the discharge of the multiple force mains. 2) Design Phase - The Design Phase Services involves design to implement upgrade recommendations from the Study Phase and previous studies to the existing interceptor sewer including upgrading the existing sanitary lift station. 18 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . DESIGN CONDITIONS: 1) The CITY will provide the CONSULT ANT with projected flow data as is available from previous studies for design input necessary for the following: a. Project sanitary flow data from present to end of design period to include minimum and peak flows tributary to the existing lift station. The design flow data shall include anticipated sanitary flow from the City of Grovetown. This information will be used as the design basis for the lift station upgrade and the development and evaluation of alternatives during the study phase. b. Projected sanitary flow data for the design period for the area tributary to the lower 12,400-foot segment of interceptor excluding the sanitary flow tributary to the existing lift station. This information will be used to during the study phase in the development and evaluation of alternatives. c. Projected sanitary flow data for the design period for all upstream areas tributary to the connection to the existing 30" interceptor sewer located immediately south of Drayton Drive. 2) The CITY will provide the CONSULTANT with available GPS data on the existingButler Creek Interceptor within the project area. 3) Proposed Additional Services: a. The proposed environmental service covers impacts that will only require a USACE Nationwide Permit. If additional impacts are proposed such that the impacts to jurisdictional waters exceed the maximum requirements of the Nationwide Permit for either USACE or GA EPD, an individual permit may be required and additional services may be necessary to complete the individual permit application package. If additional services are required for an individual permit, the CONSULT ANT will notify the CITY regarding additional fees necessary before proceeding further. b. The proposed Total Basic Professional Services includes impacts that can be constructed within the conditions stated in GA Code 12-7-6(b) (15) with regards to encroachment of stream buffers of state waters for sewer lines. If impacts of stream buffers of state waters by sewer lines exceed the limits of these conditions, a variance for buffer encroachment may be required and additional services may be necessary to prepare a complete, approvable variance application package for submittal to GA EPD. If additional services are required for a variance, the CONSULT ANT will notify the CITY regarding additional fees necessary before proceeding further. 19 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 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, provid~d 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~ whic?- have been encoun,tered, 'Yhich may inhibit execution of the work. The CONSULT ANt 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 CONSULT ANT 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 Appended - Attachment B-Compensation-Fee Proposal (page A-I through A-5 and Drawing P-l) 20 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 Gary Bennett Project Engineer Johnson, Laschober & Assoc., PC William Buchanan Design Engineer Johnson, Laschober & Assoc., PC Cristo Eclavea Senior Designer Johnson, Laschober & Assoc., PC SURVEYING . G~orgeC104maJ;l , ,,' , Professionai Land Surveyor George L. Godman & Assoc. ,', '. , . , .. . SOIL INVESTIGATION ; ,. : , Robert Williamson P.E., Branch Manager QORE Property Sciences,Inc . Lucas Simington Staff Engineer QORE Property Sciences, Inc ENVIRONMENT AL Robert MacPhee P.G, Environmental Mgr. QORE Property Sciences, Inc Brooke Davis Project Ecologist - Wetlands QORE Property Sciences, Inc Permitting 21 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . .' . . . . . . . . . . . . . . . . . . . . . . . . ATTACHMENT D - SCHEDULE FOR PERFORMANCE I. Projected Notice to Proceed................... ......... ................... ........... .... .......... ............. ..J anuary 15, 2007 II. Mobilization - .. ..... ...... ..... .... .... .... ........... .................... ........ ....... ............... ......... ..... ....... February 2007 III. Study Phase - Complete 3 Months............................................. May 2007 A. Commence with Utility Work and Field Survey work in selected areas. IV. Design Phase A. 30% Review Documents - Complete 3 Months....................................... August 2007 1. Initiate remainder of utility location work and field survey work 2. Initiate wetland delineation and soil boring work. B. 60% Review Documents - Complete 3 Months...................................November 2007 C 90% Review Documents - Complete 2 Months........................................January 2008 D. Final Documents - Complete 1 Month ...................................... February 2008 Note: The above schedule is includes and is dependent on CITY review schedule and permit approvals. The schedule as proposed can be adjusted, as necessary, to meet the goals 'of' ~eCITY'S capital improvements program. 22 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 acknowle~ging responsibility to furnish said item). Prior to Authorization To Proceed: o ~ Detailed 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. o JJ/.L Cost 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. o ~ Schedule for submittal of review documents at 30%,60%, and 90% completion; and final . f documents. Prior to submitting 30% review documents: o ~VLocate 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 satisfacti~n. . o -1i:V Provide 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 . Identification of potential problems in meeting design objectives. o ~ Site Plan (If Required) Throughout project: o ~repare printed responses to comments received from the CITY following reviews. o ~rovide the necessary plats for easement acquisition and DOT 1 other permit application. o $Prepare Public Works 1 DOTI Other permit applications for signature by the CITY. o AJ Lrrrepare and submit plans to EPD for review and approval when required. o ~epare plans and specifications, using Augusta Utilities Design Standards and Specifications (latest version). Specifications must mirror that provided by the CITY. 23 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . '. . . . . . . . . . . . . . . . . . . . . . . . . 0" ~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: 0" ~Coordinate with the City Procurement Department to advertise the project. 0" ~ax bid information to CITY. 0" ~ttend the Pre-Bid Meeting as a technical reference to the CITY. 0" ~ Prepare letter of recommendation for award of the contract. 0" --PJb- Develop conformed contract documents and forward to the CITY for execution. 0" ~ Attend the pre-construction meeting as a technical reference to the CITY. 0" A Provide clarification related to the plans/ specifications throughout design and construction. 0" j>!k Provide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version). 0" ~rovide 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 peW requests from tl).e ,construction Contractor (line of communication will be construction contractor to resident observer to CONSULT AN'f to CITY) . Provide clarification of plans and specifications throughout construction . Revisel update plans andlor easement plats as changes occur that require resubmittal to DOT 1 other agencies. AUGUST A UTILITIES DEPARTMENT BY: if( 'fl~ PRINTED NAME: N. klli4 I!tcks CONSULT ANT BY: Johnson, LascZi1\ss.ota:es~ ~'5;~ PRINTED NAME: Richard DLasc~;E~ TITLE: DIRECTOR TITLE: President DATE: I /rz:z./PC07 DATE: ,/5'107 ::O~:;::~E4w1r ~ /' C' J ,_ PRINTED NAME: Ll1wtenre \.~ TITLE: )('~raM Ha fla.:;r DATE: -1/tz(e-DC7 24 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . ., . . . . . . . . . . . . . . . . . . . . . . ADDITIONAL SERVICES: 1. Revisions to the plans 1 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 CONSULTANT (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. 25 OF 25 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . e" . . . . . . . . . . . . . . . . . . . . . . Appendix A ATTACHMENT B-COMPENSATION-Fee Proposal................. A-I through A-5 Project Map.................................................................................................. .............. P-l REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ATTACHMENT B - COMPENSATION - FEE PROPOSAL PROPOSAL #: 042 DATE: 5/22/06 By: D PHONE (706) 312-4149 D FAX (706) 312-4133 ~ EMAIL wbvne@augustaga.gov To: Mr. Wes Byne, Assistant Director Engineering and Construction Augusta Utilities Dept. Augusta, GA RE: Project No.: 60106; Project: Butler Creek Interceptor Upgrade - West SUBMITTED By: Richard J. Laschober, P.E., Project Manager PARTICULARS: 1. Project Scope (See Attachment A-Scope of Services with Drawings P-l): A. PROJECT DESCRIPTION: Butler Creek Interceptor Upgrade - West; PROJECT NO.: 60106 The project involves the upgrade of an approximate 20,500,,-foot segment of the existing Butler Creek Interceptor beginning on the south side of Drayton, on the downstream end, and ending. ' on the north side of Gordon Highway (US HWY 78/278). The upgrades will connect to the existing 30-inch diameter interceptor sewer at each end. . Upgrades will involve the, following beginning at the downstream end of the project and commencing upstream: 1. Upgrade of approximately 6,600 feet of existing 15-inch interceptor and 5,800 feet of existing 18-inch interceptor beginning south of Drayton Drive on the downstream end of the project and ending at the discharge of the existing force mains. (Note: The exact nature of this upgrade - total replacement with 30-inch DIP replacement or a combination of new force main and gravity sewer (existing andlor new) will be defined as determined in the Study Phase of the engineering services); 2. Upgrade of the existing lift station and existing 600-foot segment of parallel 6- inch and 10-inch force main; and 3. Upgrade of approximately 7,SOO-feet of 18-inch gravity interceptor with 30-inch diameter ductile iron pipe beginning at the existing lift station to a point of tie- in with the 30-inch interceptor sewer located on the north side of Gordon Highway (US HWY 78/278) at the end of project. B. DESIGN OBJECTIVES: Implement interceptor upgrades as recommended in previous CITY studies to eliminate an approximate 20,500-foot segment of hydraulically deficient pipe. A-1 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . The proposed engineering services will be accomplished in two phases as follows: 1. Study Phase - The Study Phase that will develop and evaluate at least two viable options to upgrade the lower 12,400-foot segment interceptor and make recommendations for the method of upgrade beginning at the upstream extent of existing 30-inch diameter interceptor sewer located immediately south of Drayton Drive and ending at the discharge of the multiple force mains. 2. Design Phase - The Design Phase Services involves design to implement upgrade recommendations from the Study Phase and previous studies to the existing interceptor sewer including upgrading the existing sanitary lift station. c DESIGN CONDITIONS: 1. The CITY will provide the CONSULTANT with projected flow data as is available from previous studies for design input necessary for the following: a. Project sanitary flow data from present to end of design period to include minimum and peak flows tributary to the existing lift station. The design flow data shall include anticipated sanitary flow from the City of Grovetown. This information: will be us~d as the design basis for the lift station. upgrade and the development and evaluation of alternatives during the study phase. . b. Projected sanitary flow data for the design period for the area tributary to the lower 12,400-footsegment of iriterceptor excluding the sanitary flow tributary to the existing lift station. This information will be used to during the study phase in the development and evaluation of alternatives. c. Projected sanitary flow data for the design period for all upstream areas tributary to the connection to the existing 30" interceptor sewer located immediately south of Drayton Drive. 2. The CITY will provide the CONSULTANT with available GPS data on the existing Butler Creek Interceptor within the project area. 3. Proposed Additional Services: a. The proposed environmental service covers impacts that will only require a USACE Nationwide Permit. If additional impacts are proposed such that the impacts to jurisdictional waters exceed the maximum requirements of the Nationwide Permit for either USACE or GA EPD, an individual permit may be required and additional services may be necessary to complete the individual permit application package. If additional services are required for an individual permit, the CONSULT ANT will notify the CITY regarding additional fees necessary before proceeding further. A-2 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . '. . . . . . . . . . . . . . . . . . . . . . . . . . . b. The proposed Total Basic Professional Services includes impacts that can be . constructed within the conditions stated in GA Code 12-7-6(b)(15) with regards to encroachment of stream buffers of state waters for sewer lines. If impacts of stream buffers of state waters by sewer lines exceed the limits of these conditions, a variance for buffer encroachment may be required and additional services may be necessary to prepare a complete, approvable variance application package for submittal to GA EPD. If additional services are required for a variance, the CONSULTANT will notify the CITY regarding additional fees necessary before proceeding further. II. Basic Professional Services and Compensation: A. Study Phase - Lump Sum......... ... ......... ............... ........ ......... .......... ...... .......... ................... .... ....$30,000 B. Design Phase: 1. Perform field survey for approximately 20,500 LF. 2. Prepare bid documents (constructions drawings and specifications for approximately 20,500 LF of interceptor upgrade. Provide between one (1) and two (2) separate bid tabulations per available funding as determined in later phases of design. 3. Provide necessary approvalsaridl or permittihg related to GA DOT utilIty encroachments, wetlands, GA EPD, GAR 1000002, etc~' 4. Provide bid and construction phase services for the initial phase which may represent all or a portion of the 20,500 LF of intercepto~ upgrade. 5. Total Fee Engineering Fee - Lump Sum.................................................................:.....$225,000 ' . C. Total Basic Professional Services and Compensation - Lump Sum..................................$255,000 III. Additional Services: A. Wetlands and Permitting (by QORE Property Sciences): Work to be performed on a time and expense basis not to exceed. .......... .......... ..,... ............. ........................ ... ........... ....... .......... .... ....$10,000 B. Soil Borings (By QORE Property Sciences): Work to be performed for a Lump Sum of...$ 9,000 C Easements (By George L. Godman & Associates, P.C) 1. Research and prepare up to 98 easement plats for permanent andlor temporary (construction) easements. 2. Work to be performed on a time and expense basis not to exceed..........................$ 21,000 D . Total Additional Service .... .... .............. ....... ........... .............. ..... ............. ... ...............................$ 40,000 IV. Total Fee for Basic Professional Services and Additional Services .............................................$295,000 V. Listing of Key Personnel (See appended Attachment C) VI. Schedule for Performance (See appended Attachment D) A.3 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . .' . . . . . . . . . . . . . . . . . . . . A TT ACHMENT B - COMPENSATION - Fee Proposal (Revised 1/5/07) Fee Schedules for Additional & Special Services Johnson, Laschober & Associates, P.C (Engineering Services) Principal............ .............. ........... ................................ ..... .................. $165.00/Hr. Sr. Engineer 1 Sr. Project Manager................................................ $140.00/Hr. Engineer 1 Project Manager ........................................................... $115.00/Hr. Engineer 1 Assistant Project Manager.......................................... $ 90.00/Hr. Engineer I .... ....... ............ ................ ....... ........... .... .... ........ ...-............. $ 85.00 IHr. Engineer II ........................................................................................ $ 72.001 Hr. Designer I.......................................................................................... $ 77.001 Hr. Designer II ... ......... ......................... ........... ....... .... ...... ....... ......... ....... $ 67.00/Hr. CAD Operator.. ........ .... .......... .... ........................... ............ .............. $ 62.00/Hr. Survey Field Crew.... ............. ................ .... ........................ ....... ....... $108.00/Hr. Survey ,Research............................................................................... $ 40.001 Hr. Clerical' .:. ............. ..... ...... ..... .................. ... .... .... ...:....... ......,....... ..~.. .:..: $ ,40.001 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 0.44 mile All following sub-contract work for Outside Services will be marked up 15% A-4 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ATTACHMENT B - COMPENSATION - Fee Proposal (Revised 1/5/07) Fee Schedules for Additional & Special Services QORE, we. (SPECIAL SERVICES - ENVIRONMENTAL & GEOTECHNICAL SERVICES) Environmental Environmental Technician ......... ...... ....... .... .... ... ........ ... ............. ......... ...... ... .... ...... ...... .......... ..... $ Senior Environmental Technician.............................................................................................. $ Staff Environmental Scientist ....... .......... ........... ...... ...... ............... ...... .......... ...... ........................ $ Project Environmental Sci~ntist .... ....... ... ....... .......... ...... .... .......... ........ ............... ........ ..... ..... ..... $ Senior Environmental Scientist... .... ....... ... ........ ...... ....... ....... ...... ...... ..... ...... ..... ... ........... ....... .... $ Chief Environmental Scientist.................................................................................................... $ For time spent in Depositions andlor Court Appearances, Multiply above rates by 1.5. 40.00/Hr. 55.00/Hr. 7S.00/Hr. 85.00/Hr. 95.00/Hr. 125.00/Hr. Geotechnical 'Additional Drilling ...... .... ............ ..... ........ ..... ... ... ..... ... .,...... ... .......... ........... ...... ... ...... .......... ...:....'... $" 15.00 IF oot Staff Field Engineer....... ............... ............... ...... .... ... ...... .............. .................. ........ ...... ............~... $' < 75.00 /Hr. Project Engineer...... ................... ...... .... ..... .... .......................... .......... .......... ..... '" ...... .......... ..... ...... $ 85.00jHr. , . Senior Engineer (P .E.) . ......... ....~.. ........................... ....... ........ ..... ........... ... .......... .......... ......... ..:..~'. $ 115.00/Hr. Secretarial and Drafting Services for Report Preparation ..................................................... $' CADD Services ..... .... ....... ....... ........ ........... ............. .......... ..... ..... ...................... ..... ........... ........... $ Report Reproduction .... ............... ... ...... ...... ...... ........ ...... .......... .......... ......... ..................... .......... $ (Initial three copies at no charge) Special Printing or Blueprinting Charges.................................................................. Actual Cost plus 25 % Mileage ...... ....... ................ ..... ............... .... ...... ............ ...... .........:. ............. ............. ........ ............... $ 0.651 Mile Overnight Expenses ...... ........... ................ ............... ...... ................. .......... ........ ....... ....... $ 85.00 personl day GEORGE L. GODMAN & ASSOCIATES (SPECIAL SERVICES - PROFESSIONAL SURVEYING) 36.00/Hr. 45.00/Hr. 0.25/Page Easements (temporary andlor permanent) to be provided as follows: 1. Plats for tracts (subd.lots) up to I-acre in size .............................................................. $164.00 2. Plats for tracts over I-acre to 30-acres in size................................................................. $256.00 3. Plats for tracts larger than 30-acres in size ..................................................................... $308.00 A-5 REVISION DATE: June 2006 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . : 1: ;t lL ~ -3 1f: g g'l!,!O ~ ~ (D ~ c =>> ~ . ~ t ~ 2 (3 > ~ = &is o ~.ccn Q. .!:!:; ~~~~~ 0 .i~ ~ CD E Ll1:~~'~ 2 ... '-s III 0. iJS UID:5.t a... <( ~ I- o W~ -'c:L ~cj a...~