HomeMy WebLinkAboutW R TOOLE ENGINEERS INC EXTENSION TO THE WATER SYSTEM AT GATE 4 ICU 0068
.
.
~
ST ATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROTECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
CONSULTANT
CONSULTANT:
W. R. Toole Engineers, Inc.
PROJECT:
Extension to the Water System at Gate 4; #ICU - 0068 (FG-88880003)
DATE EXECUTED:
DATE COMPLETED:
10F2
REVISION DATE: June 2006
.
.
ST ATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROTECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
CONSULTANT
This Agreement is made and entered into this day of , ~ by
and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called
the "CITY" and W.R. Toole Engineers, Inc. a Corporation authorized to do
business in Georgia, hereinafter called the lICONSULTANT.lI
WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish
professional services for:
Project No. ICU - 0068 (FG-88880003), Extension to the water distribution system at Gate 4, Fort
Gordon, GA (project description); 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 CONSULTANT that:
20F2
REVISION DATE: June 2006
.
..
.
GENERAL PROVISIONS
CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design
professionals, to provide the engineering services required to provide professional engineering and
design services for the Project in accordance with the requirements as outlined in and attached as
Attachment A - Scope of Services and other relevant data defining the Project.
CONSULT ANT COORDINATION
The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility
companies, and other consultants as directed by the CITY. CITY, CONSULTANT and all relevant
parties agree to work together on the basis of trust, good faith and fair dealing, and shall take
actions reasonably necessary to enable each other to perform this Agreement in a timely, efficient
and economical manner. All parties agree to cooperate in a manner consistent with good design
practice and will exercise the degree of skill and diligence normally employed by professional
engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any
services not meeting this standard without additional compensation.
AMENDMENTS TO AGREEMENT
Every amendment to the Scope of Services shall become and is hereby made a part of this
Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be
valid.
REDUCTION IN REQUIRED SERVICES
If reductions in the required services are ordered by CITY, the credits shall be the amounts for such
services as described in subsequently executed Amendments to this Agreement, and no claim for
damages for anticipated profits shall accrue to the CONSULTANT.
DATE CHANGES
If in this Agreement specific periods of time for rendering services are set forth or specific dates by
which services are to be completed are provided and if such periods of time or dates are changed
through no fault of CONSULTANT, the rates and amounts of compensation provided for herein
shall be subject to equitable adjustment.
AGREEMENT MODIFICATIONS
This Agreement shall not be modified except by a duly executed Amendment hereto in writing
under the hands and seals of both parties hereto.
30F3
REVISION DATE: June 2006
.
.
TIME OF COMPLETION
The time of completion shall be as described in the schedule attached hereto as Attachment D-
Schedule.
This Agreement shall terminate immediately and absolutely at such time as appropriated and
otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT
on behalf of the CITY under this Agreement. However, CONSULT ANT 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.
40F4
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 CONSULTANT 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 CONSULTANT 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 CONSULT ANTis plans and work.
Subcontractor - means any person, firm, partnership, joint venture, company, corporation, or entity
having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to
provide a part of the Work called for by this Agreement.
Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted
by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the
Agreement Price or the Contract Time, issued after execution of this Agreement.
Task Order - means a written order specifying a Scope of Services, time of completion and
compensation limit for services being provided by CONSULTANT. Task Orders shall be
incorporated by reference as part of the Supplemental Conditions of this Agreement.
Work - means any and all obligations, duties and responsibilities, including furnishing equipment,
engineering, design, workmanship, labor and any other services or things necessary to the
successful completion of the Project, assigned to or undertaken by CONSULTANT under this
Agreement.
50F5
REVISION DATE: June 2006
.
.
CONTRACT DOCUMENTS
List of Documents
The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements,
including Task Orders shall constitute the Agreement Documents (the" Agreement").
Conflict and Precedence
The Agreement Documents are complementary, and what is called for by one is as binding as if
called for by all. In the event there are any conflicting provisions or requirements in the component
parts of this Agreement, the several Agreement Documents shall take precedence in the following
order:
1. Agreement - Including Attachments
2. General Conditions
3. Supplemental Conditions - Including Task Orders
6 OF 6 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 CONSULTANT under this
Agreement will be the level of care and that is ordinarily used by members of CONSULTANT'S
profession practicing under similar conc:Iitions.
3. CHANGES AND EXTRA WORK
The CITY may, at any time, request changes in the work to be performed hereunder. All such
changes, including any increase or decrease in the amount of the CONSULTANT's compensation,
which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be
incorporated in written Supplemental Agreements to the Agreement.
Changes that involve an increase in the compensation shall be considered major, and require the
approval of the CITY. The Program Manager may approve minor changes to the scope of services
that do not involve an increase compensation schedule.
4. PERSONNEL
The CONSULT ANT represents that it has secured or will secure, at its own expense, all personnel
necessary to complete this Agreement; none of whom shall be employees of, or have any
contractual relationship with, the CITY. All of the services required hereunder will be performed
by the 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 CONSULT ANT 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.
70F7
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 CONSULTANT
pursuant thereto shall become the property of the CITY and be delivered thereto.
Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or
results and findings of the work conducted under this Agreement shall not be presented publicly or
published without prior approval in writing of the CITY.
It is further agreed that if any information concerning the PROJECT, should be released by the
CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds
for termination of this Agreement without indemnity to the CONSULTANT, but should any such
information be released by the CITY or by the CONSULT ANT with such prior approval, the same
shall be regarded as public information and no longer subject to the restrictions of this Agreement.
7. OPEN RECORDS
CONSULTANT acknowledge that all records relating to this Agreement and the services to be
provided under the contract may be a public record subject to Georgia's Open Records Act
(O.c.G.A. S 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request
and making all records, not exempt, available for inspection and copying as provided by law.
8. TURISDICTION
The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT
with regard to its interpretation and performance, and any other claims related to this agreement.
All claims, disputes and other matters in question between CITY and CONSULTANT arising out of
or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of
Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically
consents to jurisdiction and venue in Richmond County and waives any right to contest the
jurisdiction and venue in the Superior Court of Richmond County, Georgia.
80F8
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, CONSULTANT will be given the opportunity to
commence correction of obligation within 5 days of written notice and diligently complete the
correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed,
or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause
for termination. The CITY shall thereupon have the right to terminate this Agreement by giving
written notice to the CONSULTANT of such termination, and specifying the effective date thereof,
at least five (5) days before the effective date of such termination. In such event, all finished or
unfinished documents, maps, data, studies, work papers and reports prepared by the
CONSULT ANT under this Agreement shall become the property of the CITY, and the
CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory
work completed on such documents, as mutually agreed by the CITY and CONSULTANT.
10. TERMINATION FOR CONVENIENCE OF THE CITY
The CITY may terminate this contract in part or in whole upon written notice to the
CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract
up to the time of termination.
11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND
CONSULT ANTS
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 CONSULT ANT 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.
90F9
REVISION DATE: June 2006
.
.
13. RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULT ANT shall be responsible for any and all damages to properties or persons caused
by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents
and employees from all suits, claims, actions or damages of any nature whatsoever to the extent
found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent
performance or non-performance of work under this Agreement. These indemnities shall not be
limited by reason of the listing of any insurance coverage.
14. INSURANCE
The CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in
force and effect an insurance policy(s) that will ensure and indemnify both the CITY, and Program
Manager against liability or financial loss resulting from injuries occurring to persons or property
or occurring as a result of any negligent error, act, or omission of the CONSULT ANT in
performance of the work during the term of this Agreement.
The CONSULTANT shall provide, at all times that this agreement is in effect, Workerls
Compensation insurance in accordance with the laws of the State of Georgia.
The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits
of not less than:
A. Workmen's Compensation Insurance - in accordance with the laws of the State of Georgia.
B. General 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 CONSULTANT'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 workerls 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.
10 OF 23
REVISION DATE: June 2006
.
.
15. PROHIBITED INTERESTS
15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall
acquire no interest, direct or indirect, that would conflict in any manner or degree with the
performance of its services hereunder. The CONSULTANT further agrees that, in the
performance of the Agreement, no person having such interest shall be employed.
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 CONSULT ANT 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 CITYls 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 CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its
rights, obligations, benefits, liabilities or other interest under this Agreement without the written
consent of the CITY.
18. EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the
CONSULTANT will not discriminate against any employee or applicant for employment because
of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or
advertisements for employees placed by qualified applicants, receive consideration for employment
without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the
foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so
that such provision will be binding upon each subcontractor, provided that the foregoing provision
shall not apply to contracts or subcontracts for standard commercial supplies of raw materials.
19. DRUG FREE WORK PLACE
CONSULTANT shall be responsible for insuring that its employees shall not be involved in any
manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a
controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY
11 OF 11
REVISION DATE: June 2006
.
.
owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may
result in discipline and/ or immediate discharge.
CONSULT ANT 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 lIAnti-kickbacklllaws, and shall insert appropriate
provisions in all subcontracts covering work under this Agreement.
21. AUDITS AND INSPECTORS
At any time during normal business hours and as often as the CITY may deem necessary, the
CONSULTANT shall make available to the CITY and/ or audit representatives of the CITY for
examination all of its records with respect to all matters covered by this Agreement. It shall also
permit the CITY and/ or representatives of the audit, examine and make copies, excerpts or
transcripts from such records of personnel, conditions of employment and other data relating to all
matters covered by this Agreement. '
The CONSULTANT shall maintain all books, documents, papers, accounting records and other
evidence pertaining to costs incurred on the Project and used in support of its proposal and shall
make such material available at all reasonable times during the period of the Agreement, and for
three years from the date of final payment under the Agreement, for inspection by the CITY or any
reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The
CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it
may make with any subcontractor, assignee, or transferee.
22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE
All documents and materials prepared as an instrument of service pursuant to this Agreement are
the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose,
distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials
prepared under this Agreement without according credit of authorship. The CITY shall hold
harmless the CONSULTANT against all claims arising out of such use of documents and materials
without the CONSULTANT'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
12 OF 12
REVISION DATE: June 2006
.
.
CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All
changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above.
24. INDEPENDENT CONTRACTOR
The 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
AUGUST A, GEORGIA
530 Greene Street
Augusta, GA 30911
CONSULT ANT:
W. R. TOOLE ENGINEERS, INC.
1005 Broad Street, Suite 200
Augusta, GA 30901
Copy to:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
360 Bay Street, Suite 180
Augusta, GA 30901
PROGRAM MANAGER:
AUGUSTA PROGRAM MANAGER
CH2M HILL, INC.
360 Bay Street, Suite 100
Augusta, GA 30901
13 OF 13
REVISION DATE: June 2006
.
.
IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below:
CITY:
AUGUST A, GEORGIA (CITY)
BY: ~ ~~
PRINTED NAME: J76r-:::-e c oFc:;.Jt-h.1V6<-
AS ITS: MAYOR
~....\ot/;
\\ \\
'....,. ....
AS ITS:
DATE:
}
.....
Copy To:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
360 Bay Street, Suite 180
Augusta, GA 30901
CONSULT ANT:
BY:
AS ITS:: President
ATTEST:
AS ITS:: Vice President
DATE:
I {) /?.~ 1n8
, I
14 OF 14
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. CONSULTANT 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 CONSULTANT'S services.
REVIEW OF WORK
Authorized representatives of the CITY may at all reasonable times review and inspect the project
activities and data collected under the Agreement and amendments thereto. All reports,
drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY
in association with this Agreement shall be subject to review.
The CITY may at any time request progress reports, prints or copies of any work performed
under this Agreement. Refusal by the CONSULT ANT to submit progress reports and/ or plans
shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies
with the CITY's request in the regard.
The CITY's review recommendations shall be incorporated into the plans by the CONSULTANT.
CONSULT ANT'S INSURANCE
CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as
specified in General Condition 14 - Insurance.
15 OF 15
REVISION DATE: June 2006
.
.
CITY'S RESPONSIBILITES
CITY-FURNISHED DATA
CITY will provide to CONSULT ANT all data in CITYls possession relating to CONSULT ANTis
services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness,
and completeness of the information provided by CITY.
RIGHT TO ENTER
The CONSULTANT will notify all property owners or occupants of the intent to enter properties
for the purpose of accomplishing work in accordance with the practices of the CITY. The
CONSULT ANT 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 CONSULTANT as being in the employ CITY for the
purpose described in the Agreement.
ADVERTISEMENTS, PERMITS, AND ACCESS
Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all
advertisements for bids; permits and licenses required by local, state, or federal authorities; and
land, easements, rights-of-way, and access necessary for CONSULTANTls services or PROJECT
construction.
TIMELY REVIEW
CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications,
proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant,
auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and
render in writing decisions required by CITY in a timely manner.
PROMPT NOTICE
CITY will give prompt written notice to CONSULT ANT whenever CITY observes or becomes
aware of any development that affects the scope or timing of CONSULTANTls Services, or of any
defect in the work of CONSULT ANT or construction contractors.
CITY'S INSURANCE
CITY will maintain property insurance on all pre-existing physical facilities associated in any way
with the PROJECT.
LITIGATION ASSISTANCE
The Scope of Services does not include costs of CONSULT ANT for required or requested
assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or
defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for
suits or claims between the parties to this AGREEMENT, will be reimbursed as additional
services.
160F 16
REVISION DATE: June 2006
.
.
ATTACHMENT A - SCOPE OF SERVICES
PROJECT DESCRIPTION:
See enclosed proposal
DESIGN OBJECTIVES:
See enclosed proposal
17 OF 17
REVISION DATE: June 2006
.
.
W R Toole Engineers, Inc.
Engineers * Consultants * Planners
PROJECT SCOPE & ISSUES
PROJECT:
Extension to the Water Distribution System at Gate 4 (FG-0003)
Augusta Utilities Dept. RFQ#08-173
EXECUTIVE SUMMARY:
The objective of the Extension to the Water Distribution System at Gate 4 project is to extend
new water main into Fort Gordon to improve water supply, system hydraulics, and provide
service redundancy in the Fort Gordon service area. Project characteristics include a new
pumping station and approximately 33,000 feet of twelve-inch (I2") and eighteen-inch (I 8")
diameter water main.
The proposed project will extend new 18" water main along Willis Foreman Road from the Lace
Road intersection to Fort Gordon's abandoned Gate 4. From this location the proposed water
main will extend along Mirror Lake Road to a point of connection near Lane A venue. A new 12"
water main will extend west from the intersection of Range Road and North Range Road to the
intersection of 13th Street - North Range Road.
For the purposes of this proposal, the scope of work has been separated into the following tasks:
· Task #1 - Willis Foreman Road Water Main & Booster Pump Station
· Task #2 - Water Main Extension to Lane Avenue in Fort Gordon
Our understanding of the scope of work for each task is noted below.
SCOPE OF WORK:
TASK #1- Willis Foreman Road Water Main & Booster Pump Station
Description of Proposed Improvements
New 18" diameter water main will connect to the existing 24" diameter water main near the
intersection of Willis Foreman Road and Lace Road. The proposed water main will extend
1 005 Broad Street, Suite 200, Augusta, GA 30901
phone -706.722.4114 * fax. 706.722.6219 * www.wrtoole.com
.
.
approximately 1,800' northwest to Fire Station #7. The proposed pump station will be located in
the northwestern portion of the Fire Station #7 property.
Task #1 - Desi!!n Issues
The following design issues were assumed for man-hour estimates.
· Coordinate surveying and basemapping services along the proposed alignment.
· Provide a sub-surface investigation of the proposed alignment and booster station
location. Soil samples will be tested to confirm Ph level.
· Coordinate utility relocation as necessary along Willis Foreman Road.
· Design the water main extension between Lace Road and Fire Station #7. WRTE will
make every effort to minimize the need for utility easement. Easement maps for property
acquisition will be provided if unforeseen conditions require additional property.
· Prepare a thrust restraint report associated with the 1,800 feet extension.
· Coordinate the water main alignment and booster station location with Augusta, GA fire
department officials. We will include contract provisions regarding utility work across
access drives for the Fire Station.
· Meet with AVD to review the existing hydraulic data compiled by AVD for pump system
design.
· Complete preliminary hydraulic calculations for pump design. A preliminary pump
station design report and cost estimate will be submitted. This report will include
calculations, recommendations, alternatives, pump manufacturer data, enclosure /
building schematics, and probable costs.
· Finalize pump station design based on AVD review and project team meeting. We
understand that pump selection is to be completed early in the design process to allow for
manufacture, shipping, and start-up.
Task #1 - Deliverables
· Field surveyed basemap.
· Sub-surface Investigation (Geotechnical) Report
· Pump Station Design - Preliminary Report & Schematics, including an opinion of
probable construction cost.
· Pump Station Design - Final Report & Design, including an opinion of probable
construction cost.
· Final Construction Plans including water main improvements in plan - profile fonnat,
pump station design, electrical plans, details, and erosion control plans. An opinion of
probable construction cost will be provided.
· Technical Specifications & Contract Documents
· Bidding & Negotiation Support
· Periodic Construction Surveillance
· Digital copy of Record Drawings after construction is complete
.
.
TASK #2 - Water Main Extension to Lane Avenue in Fort Gordon
Description of Proposed Improvements
Approximately 23,000' of 18" diameter water main will be installed between the proposed
booster pump station and Lane A venue within Fort Gordon. New water main will extend from
the booster pump station site to Fort Gordon's abandoned Gate 4. From this location the
proposed water main will continue along Mirror Lake Road (dirt road) and Range Road (paved
road) to a point of connection near Lane A venue. A new 12" diameter water main will extend
west approximately 9,600' from the intersection of Range Road - North Range Road to the
intersection of 13th Street and North Range Road.
Task #2 - Desi!!n Issues
The following design issues were assumed for man-hour estimates.
· Prepare a detailed Concept Plan and Concept Report illustrating the proposed water main
alignment. Probable Construction Costs and potential design conflicts will be noted.
· Coordinate surveying and database services along the proposed alignments once Concept
Documents are approved.
· Provide a sub-surface investigation along the proposed alignment. Soil samples will be
tested to confirm Ph level.
· Coordinate utility locations with Fort Gordon's internal utility locate service.
· Design plan and profile water main improvements using the surveyed basemap. WRTE
assumes Task #2 will follow the AUD plan development process; i.e., Concept, Database,
30%,60%,90%, and Final (100%) Phases.
· Prepare a thrust restraint report associated with the design of restrained joint pipe.
· Provide Periodic Construction Surveillance to confirm general conformance with plans
and specifications.
Task #2 - Deliverables
· Detailed Concept Plan and Concept Report. - 3 sets
· Field surveyed basemap - 2 sets
· Sub-surface Investigation (Geotechnical) Report - 1 hard copy and 1 digital copy
· 30-60-90-Final (100%) Construction Plans. Submittals will follow the AUD plan
distribution requirements per phase.
· An opinion of probable construction cost will be delivered at each stage of the plan
development .process.
· Air Release Valve Design Report - I hard copy and I digital copy
· Technical Specifications & Contract Documents - Initially provided with the 60% Phase
submittal. Specifications and Contract Documents will be updated with each subsequent
submittal.
· Bidding & Negotiation Support
· Periodic Construction Surveillance
.
.
· Digital copy of Record Drawings after construction is complete
ADDITIONAL ISSUES & ANTICIPATED SERVICES (TASKS #1 & #2):
· Coordinate an expedited plan review meeting to confirm basemap, water main alignment,
and pump station location (Task #1 only).
· Coordination utility impacts / relocations along Willis Foreman Road. WRTE will
facilitate the Fort Gordon utility locate process with our survey sub-consultant.
· Design Erosion, Sedimentation, and Pollution Control plans in accordance with NPDES
statutes.
· Facilitate pre-bid meeting.
· Attend bid opening, review bids, and issue a recommendation of award.
· Facilitate pre-construction meeting.
· Provide periodic construction surveillance throughout project.
· Attend pump station start-up.
· Complete NOI and submit to appropriate agency.
· Perform 'one-time' NPDES inspection of erosion control measures.
· Prepare Record Drawings from contractor's redline field set.
ANTICIPATED PROJECT SCHEDULE:
We understand required schedule associated with Task #1 and commit to provide the resources
required to meet the accelerated schedule. Per our original scoping meeting, the on or before
completion date for Task # I construction is February 1,2009.
Based on conversations with pump manufacturers, we recommend planning for a 3-month 'lead
time' for pump station orders. Additionally, we recommend planning for at least a 6-week
construction period, including the installation of the new water main. Therefore, WRTE
estimates that design services should be complete by not later than October 17,2008.
Approximate time frames for delivery of Task #2 services are shown below. A detailed project
schedule will be provided before initiating services. Project schedules will include task based
scheduling, milestone dates, and estimated agency review periods.
. Concept Phase: 3 - 4 weeks
. Database: 6 - 8 weeks
. 30% Phase: 4 - 6 weeks
. 60% Phase: 5 - 7 weeks
. 90% Phase: 4 - 6 weeks
. Final (100%) Phase: 3 - 4 weeks
.
.
PROFESSIONAL FEE SCHEDULE:
Please refer to the attached man-hour summary and proposed fee schedule.
ADDITIONAL PROJECT NOTES:
· WRTE will work to minimize easement acquisition within private property. If additional
property is required for construction, WRTE will prepare the appropriate easement map
for acquisition. We understand that 15'-wide water main easement within Fort Gordon
will be conveyed through the construction plans. Specific easement maps in Fort Gordon
are not included in this proposal.
· Wetland delineation and / or environmental permitting are not included in this proposal.
Based on our site meeting on September 9, 2008, we understand that the preferred water
main alignment will be in the roadway for dirt roads or grassed shoulder along paved
roads. Therefore, wetland or stream buffer impacts are not anticipated.
· WRTE has attached a professional rate schedule with this proposal for unforeseen
environmental conditions requiring additional services. We understand that all work
performed by WRTE associated with unforeseen environmental conditions will be based
on this unit rate schedule. All work requiring an environmental sub-consultant will be
provided through a separate proposal to AUD. Please note that AUO will not be invoiced
for any work associated with unforeseen conditions without AUD approval.
· Construction Phase Services - WRTE will provide periodic construction surveillance for
the duration of the construction project. This will include attending pre-construction
meetings, reviewing shop drawings, answering construction related questions, and
multiple site visits during project start-up. These inspections are not intended to insure
compliance of all work with plans and specifications but to provide general oversight of
the project and notify Augusta Utilities of potential issues/concerns.
· We understand that any fee associated with NOI submittal will be provided by AUD or
through a separate proposal.
· WRTE will provide all engineering services for this project with in-house personnel.
Probable sub-consultant services will include surveying / basemapping, geotechnical, and
electrical design. WRTE has successfully coordinated these services with following
professionals:
o Surveying: Toole Surveying Company, Inc. (Augusta, GA)
o Geotechnical Evaluation: Graves Engineering Services (Augusta, GA)
o Electrical Design for Pump Station: Electrical Design Consultants, Inc.
(Augusta, GA)
.
.
· Corrosion testing and evaluation is not anticipated for this project. WRTE will coordinate
these services through a separate proposal if potential stray current sources are identified
in the project area.
.
.
ATTACHMENT B - COMPENSATION
The CITY shall compensate the CONSULTANT for services, which have been authorized by the
CITY under the terms of this Agreement.
The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY
and accompanied by all support documentation requested by the CITY, for payment for the
services, which were completed during the billing period. The CITY shall review for approval
said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not
properly supported, or if the costs requested or a part thereof, as determined solely by the CITY,
are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay
each such invoice or portion thereof as approved, provided that the approval or payment of any
such invoice shall not considered to be evidence of performance by the CONSULTANT to the
point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by
such invoice. The CITY shall pay any undisputed items contained in such invoices.
Each invoice shall be accompanied by a letter progress report describing the total work
accomplished for each phase and any problems, which have been encountered, which may inhibit
execution of the work. The 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 CONSULTANT shall be detailed to reflect incurred
expenses, labor hours and costs by authorized Task.
Overtime may be performed at the discretion of the CONSULTANT, but the premium time
portion of the overtime will not be billed to the CITY unless the CONSULT ANT has requested
acceleration of the scheduled work in writing.
18 OF 18
REVISION DATE: June 2006
Prime Consultant:
Client:
..R. Toole Engineers,lnc.
Augusta Utilities
Da.
Pro) umber:
Project Name:
County:
EXTENSION TO THE WATER SYSTEM AT GATE 4
Fee Summary
Total Labor
Total Direct Cost
1 0/22/2008
AUD #; ICU-0068 (FG-88880003)
TE P08064 .
Ex!. to Water System - Gate 4
Richmond
Total Phase Cost
.
.
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:
Erik P. Hammarlund, PE Principal-In-Charge
William T. Dunaway, PE Senior Project Manager
William R. Toole, PE, AICP Quality Control/Quality
Assurance ..
Victor Conover, PE Project Engineer
Thomas Drake, PE Project Engineer
19 OF 19
REVISION DATE: June 2006
.
.
ATTACHMENT D - SCHEDULE FOR PERFORMANCE
20 OF 20
See enclosed schedule
REVISION DATE: June 2006
~ JJl g
. ff;-r--- !
1'l[.,1
~,.
ii I
];
~.
l!
Q'
..
'"
"
o
'E
~
1:
o
1>0
:I
'i'
"
"
..
<
..
"
..
..:i
S
"
.!
"
:l
..
Iol
"
i
..
:l
~
'"
"
..
"
.2
S
'"
Q,
e
&:
.
"
"
.
S>
~~
!
"
~
!
I~ I
t i _
~ 2 &
~ ~ It
~ ~
!
i ~r J
..._.l..........._...~...._.. ..-.....- .......-..........,-.-....-...-.....
Il . ~
..
:l
g
1lQ
<Ill
"
';
:.;
..
:l
~
'"
~
"
..
e
t
o
1>0
M
~
"
'~
"
"
o
U
..
i::!
~
:l
..
~
!
i::!
[[
, ,
,Ui 88 88 i~ 1 8 l",'~t: ! :....! I,,' ~
~~.~.sss :.Si ~ i ~":;"":;' ~
.~ s:s~ ss .~ ;;; I iCl\ Q\>~ i'"
;-;--,-I-.--f
8 '8 8 8 8 .8 8
!:: .~ ~ ~.~ ,~ g
s ~~ '"'(;\;;' ;~ ..
i I ! I
i8
~ ~
8'8 88 888 .~ '8
~'~ ~ ~ ~ ~ S '..,ill ~
~:or'l;:a ~ ~;:a ~ ::a .a
..
i
I j
.... ._._n_.. ..................._+____.:.
.... ...+..........
,
888, 8
S 5:IS g
.~ 515 :'I
[
I ,
j 1
:.~i~!-
;.a:oo;fj '.g'
:::!;r:!;.
i ,
i I
i I I I I I i~ II ~ i! !
i888888888 g 8
.~~ l~ ~ ~ ~ ~~ ,~ ~
888888' gi 8 '
~ '" "'''' '" '" '10;[ S
S; ~ ~ ~ ~.~ Oil i ..
I
,
I.
.. i '.
~ !.!! ! ! ! !!'! !~. ~
::R;::;i~-2~....."".,..,.....Q\i '- 2
~! ! i f ~ !~ ~ ~! :! '!
i !
il ~
!'!'! ! ! ! - :!
~i~~:""""""; l~'i <:)
. j
L.
a "
I
i !
J II iiii
J 'i
.} I I iI,
Ilf: ~' 'il:f
~ ,~ .;:1 :'H 1 A.
,"'i ' .~....I II
It.:., I. ij!I ,~
~,~ 'i 6 Q
I ,i '; ~i..J .~
:,:.ii".' ~ : .!lIS:
"::: g ! ! ]I~ ~
(f)! -< L LLo, II)
i ;
it;
1:
~I
1 il
.~ ~ ii
.!l <5 ~l
f ~ g:
U II) <!
i8
]
I]
t
8
I r. "'
if ~
jA..
.. f
Is .'
ie
',3 <ill
'~ !.~
..t: ,~
I~g
jll) 00(
.il
!fl.
~'
]'
, l
i . 8 ~....,
I ~'i llo '. ,1I!
llo,.'n . .:1." .Cjj ~ ,,,
'-el 0 ~ Il. el 0 6 '
.!l'.O..~I.'..5'.:!.J~ ~ . ~'
'18'ii3.il llo' > il'gl
9 ."'...1: ~ ..:3 '-'. i ..~ el,
",,'ll u~ ~ -,611
t~ f flJ ~IJ ~i
il
,8 .~,
l i.
'~ fig
.~j] i'li
~ 'tl ~ J
'.1 9....:!l ...... e. ~.. ~
, ~~.~ ~,'~
!..16 So..
, ],ld R8
.....D.oLLlUO
'll
~
o-l
s
in
8 .
'9 0
li~; :~
a~8 s:
.I: r!~ ~
1.!j'.]] I'S
Po. :!;s !~!
f
:::l
l::
~
I'l
B
~
...
is
~
"'
..
II
o
~
...
.;
:::l
t
11
~
~ i
.
~
~
i'
~~
Ie
d
e
.
CONSULTANT SERVICES
As a part of this Agreement the CONSULTANT agrees to furnish the following checked items
(CONSULTANT to initial in the space provided acknowledging responsibility to furnish said
item).
Prior to Authorization To Proceed:
o u.tZ.. 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 CONSULT ANT'S services to be provided.
0v:it1- 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
. '1/,(j Proposal.
0JA.MJ- Schedule for submittal of review documents at 30%,60%, and 90% completion; and
final documents.
Prior to submitting 30% review documents:
00f8Locate all existing utilities using available information collected by the CONSULTANT.
The CITY will furnish available information on water and sewer locations however the
CONSULTANT must verify to CITY'S satisfaction.
0u::(f.2 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.
~ Site Plan (If Required)
Throughout project:
01 ~ Prepare printed responses to comments received from the CITY following reviews.
0~ Provide the necessary plats for easement acquisition and DOT/other permit
ap, 'cation.
0~
o
o
Prepare Public Works/DOT/Other permit applications for signature by the CITY.
Prepare and submit plans to EPD for review and approval when required.
Prepare plans and specifications, using Augusta Utilities Design Standards and
Specifications (latest version). Specifications must mirror that provided by the CITY.
21 OF 21
REVISION DATE: June 2006