Loading...
HomeMy WebLinkAboutNEW SOUTH ASSOCIATES INC CITY OF AUGUSTA CONSULTANT SERVICE AGREEMENT Project: St. Sebastian Way/Greene St./15th St. DE-OOMS(389) County Richmond P. 1. No.# 262750 This Agreement is made and entered into this If day of tn ~ , 20~, by and between the City of Augusta, hereinafter called the "City" and New South Associates, Inc., authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the City desires to obtain the services of a qualified and experienced consultant to provide certain services as outlined in Attachment "A," of this agreement entitled 'Scope of Work'; said services being related to the Archaeological activities on the above referenced project; and WHEREAS, the QUALIFIED REPRESENTATIVE OF THE CONSULTANT has represented to the City that it is experienced 'and qualified in these activities as identified in said Attachment "A," and the City has relied upon such representation; NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by and between the City and the CONSULTANT (further reference herein to CONSULTANT shall also mean to include CONSULTANT; QUALIFIED REPRESENTATIVE of the CONSULTANT; and, any qualified DESIGNATED REPRESENTATIVE of the CONSULTANT) that: 1. This Consultant Service Agreement may be entered into with either an individual consultant, as a single entity, or with a firm, partnership, corporation or combination thereof. A. If said agreement is entered into with a firm, partnership, corporation or combination thereof, the following regulations will apply: 1. The names of the Consultant's designated representatives must be identified on Page 5 in this agreement and must be approved by the Georgia Department of Transportation (GDOT) and be fully qualified to perform the required services. 2. The City and the Consultant recognize that continued and uninterrupted performance of the specified services is essential. Therefore, it is further agreed between the parties that in the event a named representative of this agreement leaves the Consultant's employ, the Consultant shall immediately notify the City and with approval from the City, assign this agreement to an equally qualified representati ve. B. The representatives designated by a firm, partnership, corporation or combination thereof to perform certain service assignments hereby understand and agree to abide by all requirements and conditions of this agreement as verified by Consultant's signature. 2. Consultant agrees to begin services as outlined in Attachment "A" upon receipt of the Notice to Proceed issued by the City. 3. It is understood and agreed that the consultant performing any work under this contract will not employ, assign, or use any individual in the performance of this contract who is not prequalified and not previously approved by the GDOT to perform the services outlined in Attachment "A." 4. This agreement is not assignable by Consultant, either in whole or in part and no portion of the work may be sublet or transferred to any other persons without prior written approval of the City. If it is discovered that such a violation has occurred, the Consultant of record will be subject to suspension for a period of time to be specified by the City. 5. It is fully understood and agreed that in the event the services are not completed within the specified time, a penalty of suspension from all consultant activity for a period of time to be specified by the GDOT may be imposed. However, it is understood that an extension of time may be granted by the City, under extenuating circumstances, if conditions so warrant and the request for such an extension is submitted in writing. 6. The Consultant further warrants that he has not employed or retained any company or person other than an individual solely under his employ to solicit or secure this agreement and that he has not paid or agreed to pay any company or person other than one of his bona fide employees working solely for him any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this agreement. For breach or violation of this warranty, it is understood that the City will have the right to annul this agreement without liability, and in the event conditions or circumstances so warrant, this agreement may, by mutual consent, be adjusted as to time or basis or payment. 7. The Consultant will immediately notify the City of any conflicts of interest which exists or may arise in the Consultant's or its representatives' performance of any activity addressed in the scope of services of this agreement. Upon said notification, the City will have the option of either canceling this agreement in its entirety or withdrawing certain service activities as are necessary to eliminate the Consultant's conflict of interest. 8. The City shall have the right of cancellation for all or any part of the services under the terms of this agreement for any reason by giving notice to the Consultant herein, and shall be liable for services furnished only to the date of receipt of such notice by the Consultant. In the event of cancellation, Consultant shall be paid a proportionate part of the fee for the particular services terminated as set forth above in proportion to the work actually completed at the date of cancellation. It is agreed that if for any reason work under this agreement is terminated, all work actually done by the Consultant to the date of cancellation shall become the property of the City. 9. It is agreed that if a dispute concerning a question of fact in connection with the work not disposed of by this agreement, arises, the decision of the City shall be final. 10. The Consultant agrees to indemnify and save harmless the City, its officers, agents, and employees from any and all claims and loss occurring or resulting to any and all persons, firms, or corporations furnishing work, services, materials or supplies in connection with the performance of this contract, and from any and all claims and losses occurring or resulting to any person, firm, or corporation who may be injured or damaged by the Consultant in the performance of the agreement. 11. The parties hereto agree that the Consultant, and any agent of the Consultant, in the performance of this agreement, shall act in an independent capacity and not as officers, employees or agents of the City. 12. The Consultant agrees to comply with all Federal, State and local laws and all policies and procedures of the City applicable to the work. 13. The Consultant also agrees to comply with Federal regulations relative to non-discrimination in Federally-assisted programs of the U.S. Department of Transportation as herein defined under Appendix "A" below: APPENDIX "A" a. Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. b. Non discrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color or national origin in the selection and retention of contractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. c. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitation either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, such potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color or national origin. d. Information and Reports: The Contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by GDOT or the Federal Highway Administration (FHW A) to be pertinent to ascertain compliance with such Regulations or directives, where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the GDOT or the FHW A, as appropriate, and shall set forth what efforts it has made to obtain the information. e. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of the contract, the City shall impose such contract sanctions as it, GDOT or FHW A may determine to be appropriate, including, but not limited to: 1) withholding of payments to the contractor or under the contract until the contractor complies, and/or 2) cancellations, termination or suspension of the contract, in whole or in part. f. Incorporation of Provisions: The contractor shall include the provisions or paragraphs "a" through "f' in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the City, GDOT or FHW A may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the City to enter into such litigation to protect the interest of the City, and, in addition, the contractor may request the GDOT to enter into such litigation to protect the interest of the State and FHW A to enter into such litigation to protect the interest of the United States. DRUG-FREE WORK PLACE CERTIFICATION 14. The undersigned certifies that the provisions of Code Section 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated, relating to the "Drug-free Workplace Act", have been complied with in full. The undersigned further certifies that: (1) A drug-free workplace will be provided for the contractor's employees during the performance of the contract; and (2) Each contractor who hires a subcontractor to work in a drug-free workplace shall secure from that subcontractor the following written certifications: "As part of the subcontracting agreement with certifies to the contractor that a drug-free workplace will be provided for the subcontractor's employees during the performance of this contract pursuant to Paragraph (7) of Subsection (B) of Code Section 50-24-3." (3) Also, the undersigned further certifies that he will not engage in the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana during the performance of the contract. 15. All information and/or knowledge gained from the performance of this agreement are to be treated as confidential and privileged communication. The Consultant shall take all necessary steps to insure that neither he nor any member of his staff or organization divulges any information gained from the performance of this agreement to anyone other than the proper officials of GDOT or officials of the FHW A until authorized by City Officials to do so, or until the Consultant is required to do so by due process of law or until released from this obligation by having publicly testified as to such findings. 16. It is mutually understood and agreed that no alteration or variation of the terms of this agreement shall be valid unless made in writing and signed by the parties hereto, and that no oral understanding or agreements not incorporated herein, and alterations or variations of the terms hereof, unless made in writing between the parties hereto, shall be binding on any of the parties hereto. 17. See Attachment "A" for Scope of Services under this contract. The undersigned has read all terms and conditions of this Consultant Service Agreement and Attachment "A" Scope of Services and agrees to fully comply with its content. --- Signature ~6i1sultant Address: Address: SIGNED SEALED AND DELIVERED IN THE PRESENCE OF: ',,/ YuIoII1do RaUl (SEAL): NofaryAJbllc, DeKolb Counlyeeorglo My Commission Expires 10-9-011 My Commission Expires: SIGNED SEALED AND DELIVERED IN THE PRESENCE OF: ~ .i.~~, '..... ,t --:.. . Yuloundo Rolls , Noby I\.rbnc, DeKot> Coun1y8eorgfo My COOlITI/ssfon ~r961()'9-0e My Commission Expires:' :-;>':,'" Listing of Designated Agents being used and thei,r capacities: See attached for additional Representatives Based on prior field review of the services involved in this contract proposal by the Land Acquisition personnel as to the nature and complexity of the services required and on my knowledge of fees paid for said services of similar contracts, I have determined that the fees as proposed under this contract are reasonable for the services rendered. ACCEPTED: C2;fo{. ~ MAYOR !RECTOR OF AUGUSTA ENGINEERING CIT&~H ~~ LB OR MISSION WITNESS: WITNESS: {3JLl~ L.J Yl1~ o v Y7~u m~ NOT I rnbia County, Olj". ...'.. NotarY Public. CO u 'res Aug, 1 2006 My Commission Expl ' Attachment "A" SCOPE OF WORK' The CONSULTANT agrees that all archaeological investigations within the Scope of Work shall be performed by a Principal Investigator who is a qualified archaeologist and meets the U.S. Secretary ofInterior's standards for professional qualification as set forth in 36 CFR Part 66, Appendix C [Federal Register 42(19): 5382- 5383]. Project DE-OOMS(389), P.1. 262750, consists of extending St. Sebastian Street from Walton Way to Riverwatch Parkway and provides connectivity to downtown Augusta. This Scope of Work provides for the archaeological mitigation/data recovery at archaeological site 9Rill10 located within the proposed PROJECT'S area of potential effect. The AUGUST A-RICHMOND COUNTY (THE CITY) is responsible for all management aspects of the archaeological mitigation, including project scheduling, CONSULTANT selection, budget details, and unanticipated project discoveries. The GEORGIA DEPARTMENT OF TRANSPORTATION (GDOT) shall provide technical assistance, in consultation with the CITY, on archaeology tasks listed herein. ARCHAEOLOGY TASK 1: 1. Public Involvement A. The CONSULTANT, in consultation with the GDOT and THE CITY, shall prepare an educational "trunk" for the Richmond County School System. The "trunk" shall contain educational materials (pictures, artifacts, etc.), classroom lesson plans at the high school level, and teaching curriculums that can be utilized by teachers to educate children regarding African- American history and culture in the Augusta area between 1865 and the early 1900's. The "trunk" shall include at a minimum, one week of classroom lessons for the high school level. The lesson plans should focus on teaching about the African-American experience in Augusta between 1865 and the early 1900's. Furthermore, the lesson plans should also focus on the Springfield Community and important features of the community, i.e. Morehouse College. General topics can include, but are not limited to, early African-American settlement patterns, comparison of early Euroamerican and African-American living conditions (sanitation, subsistence, material culture, etc.), African-American community leaders, important sites/buildings in Augusta associated with African-Americans, African American contributions to Augusta, African-American education, how archaeology can help answer questions about the past lives of African- Americans. Three (3) copies of the trunk should be prepared and individually delivered to the CITY (n=l), GDOT (n=l) and the Georgia Department of Education [n=l](GDOE). The GDOT in consultation with the CITY shall facilitate delivery of the trunk to the GDOE. ARCHAEOLOGY TASK 2: 1. Research Design . The CONSULTANT shall strictly adhere to the proposed Mitigation Plan (Attachment 1). The CONSULTANT shall utilize the methods that are outlined in the Mitigation Plan to substantively address the noted research problems/issues/questions and achieve the ultimate goals of the Mitigation/Data Recovery. The CONSULTANT, in consultation with GDOT's staff archaeologist, reserves the right to make changes in the Mitigation Plan as long as it does not affect the final desired results. ARCHAEOLOGY TASK 3: 1. Archaeological Data Recovery (Phase III) Fieldwork The CONSULTANT shall perform data collection at the archaeological site noted above in accordance with the following. Depending on weather conditions and data gathered during the course of the mitigation/data recovery, the CONSULTANT, in consultation with GDOT's staff archaeologist, reserves the right to make changes in the data collection strategy as long as it does not affect the final desired results. Procedures for Addressing Graves/Burials. 1. Stop all work or activity in the area immediately adjacent to the burial. 2. Report the burial immediately to the on-site archaeologist in charge so that the observation may be confirmed. 3. Notify immediately GDOT and the CITY personnel, specifically at GDOT, Mr. Eric Anthony Duff (404-699-4406), or the GDOT Environmental and Location Engineer, Mr. Harvey D. Keepler, (404- 699-4401) and Mr. Jim Williamson, Augusta Engineering Department Land Acquisition Supervisor (706-796-5042). 4. Protect by reasonable means any aboriginal, prehistoric, historic or African-American remains, securing the area from unauthorized personnel or activity. 5. The CONSULTANT shall refrain from discussing the presence or absence of burials with the news media or general public without prior consultation with the GDOT'S Environmental and Location Engineer. A. Fieldwork at Archaeological Site 9Ri 111 0 (Attachment 1) The CONSULTANT shall excavate approximately 50 auger holes or shovel tests at 10m intervals within the proposed right-of-way. Due to the urban environment, the use of a power auger may be necessary. This phase of the fieldwork will be used to define the distribution of artifacts across the site and within individual house lots. Based on the auger results, no less than ten 2x2 m test units will be excavated. These test units will target household midden areas which will be mostly concentrated in the back portions of house lots. The final phase of fieldwork will consist of mechanically stripping the back portion of individual house lots, or other areas of high artifact concentrations, in an effort to locate intact features. The Principal Investigator may excavate additional test units if he/she deems them necessary, in consultation with the GDOT. All cultural features encountered during Data Recovery shall be numbered, photographed, mapped, and recorded in reference to the site grid coordinates. All features shall be bisected along the longest axis and hand excavated. A flotation sample, if applicable to the site's period of significance, shall be collected from each feature. Flotation samples shall be a minimum of two liters. If two liters are not available, a 50% sample should be collected. For mulit-strata features, a Constant Volume Sample (CVS) should be collected for each stratum. All features should be mapped and photographed in plan view and in profile. Concentrations of carbonized plant and animal material should be collected separately for radiocarbon analysis. B. The focus of the mitigation/data recovery excavations shall be on the distribution, nature and contents of cultural features. All discovered cultural features shall be recorded as to width, length, depth, function, and nature of fill. Descriptive data recorded for each test unit shall include, if applicable, soil color, texture, and observed anomalies; depths of soil horizons; and the presence or absence of cultural material and features. A stratigraphic profile, if applicable, shall be drawn for each excavation unit. The test unit locations will be at the discretion of the CONSULTANT pertinent to Archaeology Task (3)[A]. All test units will be excavated to a minimum of 10 cm into culturally sterile subsoil clay. C. All excavated soil shall be screened through 0.25 inch, or finer, mesh hardware cloth. Sufficient soil samples from pits/rock clusters and post molds shall be recovered for flotation and micro-artifact analysis. Digital photographs shall be taken of all aspects of the data recovery. ARCHAEOLOGY TASK 4: 1. Data Analysis and Curation The CONSULTANT shall use standard artifact/data analysis, resulting in meaningful analysis procedures for the PROJECT. The CONSULTANT shall utilize the University of West Georgia for permanent curation of the PROJECT collection containing artifacts and documentation (records, analysis forms, fieldnotes, etc.). The CONSULTANT shall adhere to guidelines established by the University of West Georgia (notify University of West Georgia prior to curation for a copy of the curation guidelines) concerning permanent curation of the PROJECT collection and the following points shall also be adhered to: A. All artifactual materials shall be washed/cleaned or otherwise stabilized, prepared, packaged, and cataloged according to the guidelines established by the University of West Georgia. The original and two (2) copies ofthe catalog must accompany the collection. Artifacts requiring special conservation (i.e., wood, metal, and shell) must be properly treated. Parts of the collection requiring special curation conditions (e.g., climate control) must be identified and packaged separately from the remainder of the collection. B. Artifacts must be packaged in interlocking, heavy-duty plastic (minimum 4 mil thick) bags or small archival boxes. Each bag must be properly labeled with catalog number, field context identification and other requisite information (Georgia State Site File #, GDOT Project #, and GDOT P.1. #). The same printed information must be inserted into the bag on a separate acid free paper tag. C. All archaeological collections including artifacts and documentation must be packed in Hollinger archival boxes, 15" x 12" x 10", with each box properly labeled front and back (Boxes will be supplied by the University of West Georgia). An artifact and documentation inventory shall accompany each box and shall be placed on top of the artifacts or documentation inside the box. Records must be boxed separately from their associated artifacts. The contents of each box cannot exceed thirty (30) pounds in total weight. D. Originals and two (2) photocopies of all field and laboratory notes, drawings, and photographs shall accompany the collection. These records must be packaged separately from the artifacts. All photographs contained on digital CDs and photographic prints must be placed in archival quality sleeves. All field and laboratory records must be on acid-free paper or placed within acid- free folders. No metal paper clips or staples shall be submitted with the collection on records, documentation, notes, or drawings. Any electronically stored data (e.g., computer discs) must accompany hard copies of the records and be identified as to the requisite software, operating system, disk density and computer type. E. The CONSULTANT shall submit the collection for permanent curation to the University of West Georgia within sixty (60) days after the acceptance of the final report by GDOT. The CONSULTANT, in consultation with the GDOT staff archaeologist, may temporarily curate the collection for a set period of time agreed upon by GDOT. The CONSULTANT shall notify GDOT and the CITY of the submission of the collection and subsequent receipt or rejection of the collection for permanent curation at the University of West Georgia. The CONSULT ANT shall be responsible for the acceptance and permanent curation of the collection, which adheres strictly to the requirements set forth in this Scope of Work, at the University of West Georgia. Retrieval of collections not meeting permanent curation requirements shall be the responsibility of the CONSULTANT. Permanent curation of the collection shall be funded by the CITY. Ownership of the collection shall be the CITY. ARCHAEOLOGY TASK 5: 1. Mitigation/Data Recovery Report Preparation The CONSULTANT shall prepare an Archaeological Resources Mitigation/Data Recovery Report using reporting procedures in accordance with standards acceptable to appropriate State and Federal review agencies, as determined by GDOT. These shall include "Archaeological Assessment Report Guidelines and Components" (HPD, DNR), American Antiquity's 1992 "Style Guide", and the Secretary of the Interior's Standards and Guidelines [Federal Register 48(190): 44734-44737]. The report shall include the results of the data recovery activity at 9Ri1110. A draft report (and five [5] copies) on the conduct of the proposed research shall be prepared for review by GDOT within three (3) months after completion offield work. After acceptance by GDOT, twenty (20) copies of the final report shall be submitted for review and acceptance by the GDOT within thirty (30) calendar days after receipt of comments by the GDOT. Five (5) copies of the final report shall also be submitted to the CITY. Additional copies of the final report shall be prepared in consultation with GDOT as conditions warrant. The report shall adhere strictly to the requirements set forth in this Scope of Work and shall include an historical overview of the PROJECT area, with a thorough treatment offield mitigation techniques. Documentation of the archival survey shall include a description of the methodology employed, identification of the types of equipment employed, number of personnel, a description of environmental characteristics of the project area. Base maps containing site specific location data shall be submitted with the report. All archaeological features shall be plotted on a topographic map for use in the report. The Principal Investigator's signature shall be on each copy of the report, including '. ' 77049El3809 02/06/2006 00:37 NEW SOUTH ASSOC COST PROPOSAL BREAKDOWN - DATA RECOVERY EXCAVATIONS OF 9Rill10, ST. SEBASTIAN WAY, CITY OF AUGUSTA, DEPARTMENT OF ENGINEERING, GEORGIA ,ASSUMPTIONS .' Prepare an education tru,nk for the high schoof level including artifacts and curriculum for a week long class session on the African-American history or Springfield, Augusta. . Conduct additional archival research on the projectarea with an emphasis on City DirectorIes, census records, tax records, and wills and inventories to better define and understand the occupants of the study lots through time. . Excavate 50 shovel test pits on a10 meter interval to define the locations of artifact concentrations. Shovel test pits can be excavated at a rate of 2Q per personday, requiring 2.5 persondays. . Excavate 10 2 x 2 meter test units In areas of artifact concentrations to sample such deposits and better define stratigraphy. Excavation of these units can be accomplished at a rate of 4 persondays each, or a total of 40 persondays. . Machine strip six 10 x 10 meter blocks in rear yard areas with the potential for cultural features. Clean and map each. Excavate cultural features. Assuming cleaning and mapping of 600 square meters of site area can be accomplished at the rate of 40 square meter per personday, or 15 persondays. . Assume features are Identified at a rate of 1 per 10 square meters. Assume 60 features are found. Assume excavation and recording requires OS persondays each ,or 30 persondays. . Total field time is thus 88 persondays or 22. ~ays for a four person team. . Assume artifacts are recovered at a rate of 5 per shovel test (25 total), 100 per per 2 x 2 meter unit (1/000 total), and 100 per featurE! (6,000 total). A total Of 7,025 artifacts will be recovered. Assume that processing and analysis can be completed at a rate of 75 artifacts per personday. Analysis requires 94 persondays: . Assume 15 pit features yield ,2 liter soil samples for flotation and assume samples can. be floated at a rate of three per day. Assume ethnobotanical samples can be processed atthe rate of two features per day. Assume zooarc/,\aeological samples can be processed at the rate of three features per day. Allow an additional three days for the zooarchaeologist to proce~s samples from the 1/4 Inch screened collections. ' . Prepare an illustrated report in desktop publishing format which discusses 1) the reason for the project, 2) the archival, lab, and field methods, 3) the history of the project area, 4) the archaeological findings, and 5) the archaelogical and historical interpretation. Provide the City of Augusta with five copIes of the draft report. Following review and receipt of comments, , revise this report and prepare five copies of the final for the City and 20 copies for the GDOT. ' . Submit the final artifact collection to the University of West Georgia's Antonio J. Waring Laboratory for permanent curation. Curaton costs are Included within New South Associates' cost estimate for perpeptual curation. New South Associates - 1 PAGE 02 , 02/06/~006 00:37 7704983809 . NEW SOUTH ASSOC TASK 1 - PUBLIC INVOLVEMENT AND I:DUCAnON TRUNK 1). LABOR PREPARE EDUCATION MATERIALS Principal Investigator Archaeolog ist Historian 2). EXPENSES Purchase Materials for Trunk TASK 1 ~ SUBTOTAL ,- TASK 2 - RESEARCH DESIGN 1). LABOR Principa I Investigator Archaeologist Historian 2). EXPENSES Housing (Hotel) Meals Vehicle Costs TASK 2 - SUBTOTAL TASK 3 - ARCHAEOLOGICAL FIELDWORK 1). LABOR Principal Investigator Archaeologist Field Assistants (3) 2). EXPENSES Housing (3 bedroom apt) Meals Per Diem Vehicle Costs Heavy Equipment ' Supplies TASK 3 - SUBTOTAL TASK 4 - ANALYSIS AND CURATION 1). LABOR Principal Investigator Archaeologist 4 24 72' 4 8 80 $92.10 $45.91 $39.19 $92.10 $45.91 $39.19 10 nights @ 10 days @ 10 days @ 8 176 528 $92.10 $45.91 $25.53 1 months @ 88 days @ 22 days @ 5 days @ 22 days @ 4 24 $92.10 $45.91 New South Associates - 2 $55.00 $28.00, $35.00 $1,300.00 $28.00 $45.00 $500.00 $15.00 PAGE 03 $368.41 $1,101.92 $2,821.50 $750.00 $5,041.83 $368.41 $367.31 $3,135.00 $550.00 $280.00 ' $350.00 $5,050.72 $736.82 $8,080.78 $13,4 77.99 $1,300.00 , $2,464.00 $990.00 $2,500.00 $330.00 $29,879.59 $368.41 $1,101.92 02/06/2006 00:37 77049El3809' . Lab Director ZooarChaeolog ist Ethnobotanist Analysts (3) 2). EXPENSES Supplies Curation TASK 4 - SUBTOTAL TASK 5 - RE:PORT 1). LABOR , Principa'l Investigator Archaeologist Historian Zooarchaeologist Ethnobotanist Graphics Specialist TASK 5 - SUBTOTAL SUMMARY TASK 1 TASK 2. TASK 3 TASK 4 TASK 5 PRO.:JECT TOTAL 20 64 64 792 NEW SOUTH ASSOC $54.87 $43.02 $48.49 $27.60 20 boxes @ 32 192 112 48 48 80 $92.10 ,$45.91 $39.19 $43.02 $48.49 $37.89 New South Associates - 3 $250.00 PAGE 04 $1,097.44 $2,753.28 $3,103.23 $21,857.22 $250.00 . $5,000.00 . $35,531.51 $2,947.28 $8,815.39 $4,389.00 . ,$2,064.96 $2,327.42 $3,030.88 $23,57~. 94 $5,041.83 $5,050.72 $29,879.59 $35,531.51 $23,574.94 $99,078.58