Loading...
HomeMy WebLinkAbout10105 - Tobacco Road 2 MG Elevated Tank Augusta Richmond GA DOCUMENT NAME: 10 I 0 <; -TO bVCC6 j::zOO- d :;L Yn G t:-l <: \f ~ -hed T ~V1l 0- 0f't€- t>Wl t- DOCUMENT TYPE: YEAR: J-OO/ BOX NUMBER: \ J- FILE NUMBER: (S 3 5 G) NUMBER OF PAGES: 57 CH2N1HILL TRANSMITTAL To: City of Augusta 530 Greene Street Augusta, GA 30911 Attn: Augusta Clerk's Office From: CH2M HILL 360 Bay Street, Suite 100 Augusta, GA 30901 Date: May 18, 2001 Re: Augusta Utilities Department Major Projects Contracts for File We Are Sending You: Attached Under separate cover via Shop Drawings 0" Documents Tracings Prints Specifications Catalogs Copy of letter Other: Quantity Description If material received is not as listed, please notify us at once Remarks: Copy To: ~~ DOCUMENT2 f,/ .. f i / I ST ATE OF GEORGIA RICHMOND COUNTY CONSULT ANT: PROJECT NO: DATE EXCECUTED: DATE COMPLETED: ST A TE OF GEORGIA AUGUSTA t i APi< 1 ~ 2001 MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT Johnson, Laschober & Associates, P.c. 10105 - Tobacco Road 2MG Elevated Tank April 19, 2001 REVISION DATE: FEBRUARY 5, 2001 , / t j". i MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT This Agreement is made and entered into this 24th day of January, 2001 by and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the "CITY" and Johnson, Laschober and Associates, P.c. a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experience consulting firm to furnish professional services for Project: Tobacco Road 2MG Elevated Tanki Project No: 10105, to include: Preparation of bid package for bid and construction of 2 MG Elevated Tank. WHEREAS, the CONSULT ANT has represented to the CITY that it is experienced and qualified to provide the services contained herein ahd 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: PAGE 2 OF16 REVISION DATE: FEBRUARY 5, 2001 .. ~ GENERAL PROVISIONS CONSULT ANT has agreed in its 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 - Responsibilities of the Design Engineer on Utilities Projects and other relevant data defining the Project. CONSULT ANT COORDINATION The CONSULT ANT 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. CONSULT ANT 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. TIME OF COMPLETION The time of completion shall be as described in the schedule attached hereto as Attachment D - Schedule. PAGE 30F16 REVISION DATE: FEBRUARY 5, 2001 i ~ 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 CONSULT ANT shall give immediate attention to these changes so there will be a minimum of delay to others. Acceptance of the work by the CITY will not relieve the CONSULT ANT of the responsibility for subsequent correction of any errors and the clarificat;ion of any ambiguities. 6. CONFIDENTIALITY The CONSULTANT agrees that its conclusions and any reports are for the confidential use and irtformation 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 irtformation concerning the PROJECI', 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 CONSULT ANT, but should any such irtformation be released by the CITY or by the CONSULTANT with such prior approval, the same shall be regarded as public irtformation and' no longer subject to the restrictions of this Agreement. 7. OPEN RECORDS CONSULT ANT 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 coorporate fully in responding to such request and making all records, not exempt, available for irtspection 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 CONSULT ANT, 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. PAGE 80F16 REVISION DATE: FEBRUARY 5. 2001 l: 9. TERMINATION OF AGREEMENT FOR CAUSE If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the CONSULT ANT shall violate any of the covenants, agreements or . stipulations of this Agreement, CONSULTANT will be given the opportunity to commence correction of obligation within 5 days of written notice and diligently complete the correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed, or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause for termination. The CITY shall thereupon have the right to terminate this Agreement by giving written notice to the CONSULTANT of such termination, and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, maps, data, studies, work papers and reports prepared by the CONSULTANT under this Agreement shall become the property of the CITY, and the CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents, as mutually agreed by the CITY and CONSULTANT. 10. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract up to the time of termination. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND 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 CONSULTANT shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed committee(s), and carefully fit its own work to such additional work as may be directed by the CITY. The CONSULTANT shall not commit or permit any act which will interfere with the performance of work by any other CONSULTANT or by CITY employees. 12. COVEN ANT 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 CONSULT ANT for the purpose of securing business and that the CONSULT ANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. 13. RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULT ANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever to the extent found to be resulting from the CONSULT ANT, its subcontracts, or agent in the negligent performance or non-performance of work PAGE 90F16 REVISION DATE: FEBRUARY 5, 2001 . ~ 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 propertr or occurring as a result of any negligent error, act, or omission of the CONSULTANT during the term of this Agreement. The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits of not less than: A. Workmen's Compensation Insurance - in accordance with the laws of the State of Georgia. B. Public Liability Insurance - in an amount of not less that One Million ($1,000,000) Dollars for injuries, including those resulting in death to anyone person, and in an amount of not less than One Million ($1,000,000) Dollars on account of anyone occurrence. 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 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 worker's compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 15. PROHIBITED INTERESTS 15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 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. PAGE 10 OF16 REVISION DATE: FEBRUARY 5. 2001 ;. ~ 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 CONSULT ANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. The CITY will not approve any subcontractor for work covered by this Agreement that has not been recommended for approval by the Program Manager. All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set forth in this Agreement. 17. ASSIGNABILITY The CONSULT ANT shall not assign or transfer whether by an assignment or novation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the CITY. 18. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the CONSULTANT will not discriminate against any employee or applicant for employment because of race, creed, color, sex or national origin; (2) the CONSULT ANT 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 CONSULT ANT will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subcontractor, provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 19. DRUG FREE WORK PLACE CONSULTANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/ or immediate discharge. CONSULT ANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULT ANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. . 20. ANTI-KICKBACK CLAUSE PAGE 11 OF16 REVISION DATE: FEBRUARY 5. 2001 ~ IN WITNESS WHEREOF, said parties have hereunto set their seals the day artd year written below: AUGUS~GIA (CITY) ~y ~~ qJiJ PRINTED NAME, ~~ 1" U-k I TillE: MAYOR BY: ~/~~. - /'. //~/-",- S ~ ,.,. ~ ...,.....:- ", TITLE: PRESIDENT ATIEST CLERK: ~d/A/ DATE Cjfj~~ ;Aft)) of DATE: Copy To: DIRECTOR AUGUST A UTILITIES DEPARTMENT 360 Bay Street Augusta, Ga 30901 PAGE 14 OF16 REVISION DATE: FEBRUARY 5, 2001 ~ CONSULTANT'S RESPONSIBILITIES CONSULT ANT , in order to determine the requirements of the Project, shall review the information in Attachment A - Responsibilities of the Design Engineer on Utilities Projects. 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. PROJECT 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 ANT'S services. REVIEW OF WORK Authorized representatives of the CITY may at all reasonable times review and inspect the project activities and data collected under the Agreement and amendments thereto. All reports, drawings, studies, specifications, estimates, maps and computation prepared by or for the CITY in association with this Agreement shall be subject to review. The CITY may at any time request progress reports, prints or copies of any work performed under this Agreement. Refusal by the CONSULTANT to submit progress reports and/ or plans shall be cause to withhold payment to the CONSULTANT 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. CONSULTANT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14 - Insurance. PAGE 15 OF16 REVISION DATE: FEBRUARY 5,2001 ~ CITY'S RESPONSIBILITES CITY-FURNISHED DATA CITY will provide to CONSULT ANT aU data in CITY's possession relating to CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completene~s 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 CONSULT ANT, the CITY will provide the necessary documents identifying the CONSULTANT as being in the employ CITY for the purpose described in the Agreement. ADVERTISEMENTS, PERMITS, AND ACCESS Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for CONSULTANT's services or PROJECT construction. TIMELY REVIEW CITY will examine CONSULT ANT's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required by CITY in a timely manner. PROMPT NOTICE CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes aware of any development that affects the scope or timing of CONSULT ANT's 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 any way 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. PAGE 16 OF16 REVISION DATE: FEBRUARY 5, 2001 ~ ATTACHMENTS Attachment A - Scope of Services .........................................A-1 thru A-6 Attachment B - Compensation................................................ B-1 thru B-3 Attachment C - Key Personnel.......... .................................................... C-1 Attachment D - Schedule for Performance .......................................... D-1 REVISION DATE: FEBRUARY 5, 2001 ~ ATTACHMENT A - SCOPE OF SERVICES PROJECT DESCRIPTION: Project: Tobacco Road 2MG Elevated Tarik,;Project No: 10105 Project Area: Proposed site located near 0.25 MG Fairington Elevated Tank on Tobacco Road. Design, Bidding and Construction Phase Services for: Preparation of bid package for bid and construction of 2 MG Elevated Tank to serve the same pressure system as the nearby elevated tanle Service includes providing geotechnical services to determine tank foundation system design parameters and type, and new boundary survey. DESIGN OBJECTIVES: Design an elevated storage tank to provide an additional 2 MG of elevated storage to serve the same pressure system as the existing 0.25 MG Fairington elevated storage tank. A-1 REVISION DATE: FEBRUARY 5, 2001 ATIACHMENT A SCOPE OF SERVICES FOR 10105 -TOBACCO ROAD 2MG ELEVATED TANK I. Survey A. Basic Services 1. Establish USGS Datum at proposed tank site. 2. Perform topographic survey of proposed tank site. 3. Confirm high water level elevation 597 on one existing tank to be matched by proposed tank. B. Additional Services- Prepare boundary survey for proposed site and easements as required for additional land purchase or for access, II. Subsurface Investigation and Report for proposed 2MG Elevated Tank. A. Basic Services (assuming predominantly sand subsurface strata): 1. Perform five electronic cone soundings for a total of 340 vertical linear feet. Electronic cone soundings will be performed in accordance with ASTM D3441. 2. Perform engineering analyses to estimate settlement and determine appropriate foundation alternatives and construction procedures. 3. Provide report with findings and recommendations for foundations for composite tank with a single concrete support shell and for steel tank with multiple leg supports and center riser. B. Additional services (If significant cohesive (clay) foundation soils are encountered. 1. Drill additional borings with power auger to obtain disturbed and undisturbed soil samples. 2. Perform laboratory testing of the samples including Atterberg limits and consolidation tests. 3, Perform additional engineering analyses to estimate settlement due to consolidation and confirm foundation recommendations. III. 2 MG Elevated Storage Tank A. Conceptual thru Design Phase 1. Establish tank parameters - Coordinate and confirm with Program Manager the vertical operating range tank, design fill and withdrawal rates, etc. 2. Define tank accessories and special site requirements. 3. Investigate steel and composite tank design alternatives. Evaluate available head ranges for each tank type with respect to project requirements. [A-2] K:I42OOO5\A.OMINlSCOPESVS.PZl033.00c ATTACHMENT A 4, Evaluate and coordinate geotechnical findings and recommendations with respect to shallow versus deep foundations for different tank types. 5. Assist in site selection near the site of the existing 0.25 MG Fairington elevated storage tank. B. Prepare contract documents including: 1. Technical Specifications a, Earthwork b. Foundation systems c. Composite elevated storage tank or steel elevated storage tank or both. d. Valves and piping e, Fence f. Miscellaneous sitework g. Soil erosion and sediment control 2. Elevated storage tank arrangement type drawings, i.e. elevations, plans, details, etc. Recommended foundation systems will be provided for each tank type. 3. Site plans with location and layout, grading and drainage, soil erosion and sediment control plan information. Plan will also include driveway entrance detail, vicinity map and details if different from the existing entrance. 4. Submit plans for agency approval as required. C. Elevated Storage Tank - Bid and Contract Phase D. Construction Phase Services [A-3] 1t"\(2OOO6\ADMINISCOPESVS.PZ1.033.DOC A ., ~ ATTACHMENT A - SCOPE OF SERVICES CONSULTANT SERVICES As a part of this Agreement the CONSULTANT agrees to furnish the following checked items. Prior to Authorization To Proceed: [8J 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. 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. Schedule for submittal of review documents at 30%,60%, and 90% completion; and final documents. [8J r8J Prior to submitting 30% review documents: [8J Locate 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 CONSULTANT'S satisfaction. r8J 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. [8J Site Plan (If Required) Throughout project: [8J r8J [8J [8J [8J [8J Prepare printed responses to comments received from the CITY following reviews. Provide the necessary plats for easement acquisition and DOT/other permit application. 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. Prepare 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. A-2 REVISION DATE: FEBRUARY 5. 2001 .I: "4 I ~ A IT ACHMENT A - Scope of Services Upon completion of design: t8J t8J t8J t8J t8J t8J t8J t8J [gJ Coordinate with the City Purchasing Department to advertise the project. Fax bid information to CITY. Attend bid opening. Prepare letter of recommendation for award of the contract. Attain contractor's/other signatures on the contract documents and forward to the CITY, Invite attendees to, and conduct, the pre-construction meeting. Provide clarification related to the plans/ specifications throughout design and construction. Provide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version). Provide Services During Construction as follows: · Attend project meetings as scheduled by the CITY · Recommend design changes as field conflicts arise (site visits may be required) · Review and approval of pay requests from the construction Contractor (line of communication will be construction contractor to resident observer to CONSULT ANT to CITY) · Provide clarification of plans and specifications throughout construction · Revise/update plans and/ or easement plats as changes occur that require resubmittal to DOT/other agencies. AUGUSTA UTILITIES DEPARTMENT BY: 711f/<>-{ ~ PRINTED NAME: ,]dV!AX U-\. eJ?5 CON&;y 1 ' BY: ..~ PRI~D NAME: (R{CHARD 1. LASCHOBER TffiE: DIRECfOR 5/S/0( , TITLE: PRESIDENT DATE: .r:rfr ~ / DATE: TITLE: H-.c.>5VCVV 41cVl&r""iC'-- I) A/1 t'j -z.., 200 ( DATE: A-3 REVISION DATE: FEBRUARY 5, 2001 .a I. iL ~ A IT ACHMENT A - SCOPE OF SERVICES ADDITIONAL SERVICES: 1. Revisions to the plans/contract documents to extend the limits of the project after this AGREEMENT has been executed by the CITY. 2. Revisions due to incorrect locations of existing :utilities by the CONSULT ANT (i.e., correct location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of the CONSULTANT. Other revisions required by the CITY, DOT, EPD, or other government agency at their request will be considered an additional service. 3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY. 4. Other not described above, as approved by the CITY. NOTE: It is the responsibility of the CONSULTANT 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. It is expected that such professionals will act as a faithful agent for the CITY as a client It is the duty of the CONSULTANT to protect the safety, health and welfare of the public in the performance of their professional duties. A4 REVISION DATE: FEBRUARY 5, 2001 .4 f f .. ~. ATTACHMENT B - COMPENSATION The CITY shall compensate the CONSULTANT for services, which have been authorized by the CITY under the terms of this Agreement. The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and accompanied by all support documentation requested by the CITY, for payment for the services, which were completed during the billing period. The CITY shall review for approval said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the CITY, are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not considered to be evidence of performance by the CONSULT ANT to the point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by such invoice. The CITY shall pay any undisputed items contained in such invoices. Each invoice shall be accompanied by a letter progress report describing the total work accomplished for each phase and any problems, which have been encountered, which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and an itemized description of the percentage of total work completed for each phase during the billing period. When the CITY authorizes the CONSULT ANT 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 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. 6-1 REVISION DATE: FEBRUARY 5, 2001 . ~. ,. ~ ATTACHMENT B - COMPENSATION - Fee Proposal J~ ENGINEERS. DESIGNERS. CONSULTANTS PROPOSAL #: PZL 033 To: Jennifer N. Whittinham Staff Engineer CH2M Hill DATE: February 19,2001 By: D PHONE[707-312-4136] [8] FAX[707-312-4133] D IN OFFICE RE: Project No.: 10105 - Tobacco Road 2MG Elevated Tank QUOTED By: Richard Laschober, P.E. TIME FRAME: See Attachment D - Schedule for Performance FEe PROPOSAL: See Below PARTICULARS: 1. See Scope of Services in Attachment A. 2. Engineering Services $81,450 Lump Sum 3. Additional Services for geotechnical and surveying work. a. Additional Engineering Services - Additional Engineering Services to be billed on a time and expense basis in accordance with the attached fee schedule. b. Geotechnical Services -Additional soil investigation as required if cohesive (clay) foundations soils are encountered, $4,485 Lump Sum c. Surveying - Additional Surveying Services to be billed on a time and expense basis in accordance with the attached fee schedule, B-2 REVISION DATE: FEBRUARY 5, 2001 tit. . ATTACHMENT B - COMPENSATION - Fee Proposal Fee Schedules for Additional & Special Services JOHNSON. LASCHOBER & ASSOCIATES (ENGINEERING SERVICES) Principal...... .,...................... ......................... ...................... ....................... $120.00/Hr. Sr. Engineer / Sr. Project Manager .......................................................... $11 O.OO/Hr Planner / Environmental Specialist ..................................................,....... $ 75.00/Hr. Engineer / Assistant Proj. Manager.......................................................... $ 72.00/Hr Landscape Architect ............ ........... .............. .......... ................,................. $ 63.00/Hr. Site Project Management ................ ........ ....... ................. ............. ............ $ 63.00/Hr. Jr. Engineer/ Sr. Designer ........................................................................ $ 57.00/Hr. Designer/Resident Engineer ....... ....... .............. ............................ ............ $ 54.00/H r. Cad Operator.......... .............. ........... ..... .................. .................................. $ 48.50/Hr. Clerical........................ ............ .......... ................. ............ ........ ................... $ 33,OO/Hr. PLUS EXPENSES.... . Printing - 24 x 36.... .................................................................................$ 3.00 ea. - 30 x 42... ................................................................................. $ 5.00 ea. - 8-1/2 x 11 ................................................................................ $ 0.15 ea. Long Distance Telephone Calls .....:......................................................... $ 5.00 ea. Express Postage....................................................................................... $ 25.00 ea. Mileage..................... ........ ......... ...,.... ................... ............................. ...... $ 0.32 mile All sub.contract work for Special Services to be marked up 15% ~ B-3 REVISION DATE: FEBRUARY 5. 2001 , . . ; ~ ATTACHMENT C - LISTING OF KEY PERSONNEL CONSULT ANT 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: Richard J. Laschober Project Manager Johnson, Laschober & Associates Brian Slater Project Engineer Johnson, Laschober & Associates Brian Graham Designer Johnson, Laschober & Associates Cristo R. Eclavea Sr. Designer Johnson, Laschober & Associates Peny E. Dukes, P. E. Senior Geotechnical Engineer OORE, Inc. George Godman Professional Land Surveyor George L. Godman & Associates C-1 REVISION DATE: FEBRUARY 5,2001 "1 < " t- ATTACHMENT D - SCHEDULE FOR PERFORMANCE Preliminary Schedule Beain Date Endina Date Engineer Design 03/15/00 08/15/00 Surveying 03/15/01 05/15/01 Approved Acquisition 05/01/01 07/15/01 2MG Tank Construction 09/15/01 01/15/03 ~ 0-1 REVISION DATE: FEBRUARY 5, 2001 STATE OF GEORGIA RICHMOND COUNTY CONSULT ANT: PROJECT NO: DA IE EXCECUTED: DATE COMPLETED: STATE OF GEORGIA ~ AUGUSTA MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT Johnson, Laschober & Associates, P.c. 10425 - Brown Road 1 MG Elevated Tank (Demo.) April 19, 2001 APR 1 9 2001 REVISION DATE: FEBRUARY 5. 2001 ~ MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT This Agreement is made and entered into this 24th day of January, 2001 by and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the "CITY" and Johnson, Laschober and Associates, P.c. a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experience consulting firm to furnish professional services for Project: Brown Road 1 MG Elevated Tank (Demo.); Project No: 10425, to include the following: Phase I: Demolition of Existing 0.15 MG Pine Hill elevated storage tank and 0.3 MG ground storage tank; Phase II: Prepare bid package for bid and construction of 1 MG Elevated Tank. WHEREAS, the CONSULT ANT has represented to the CITY that it is experienced and qualified to provide the services contained herein and the CITY has relied upon such representation. NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULTANT that: PAGE 20F16 REVISION DATE: FEBRUARY 5, 2001 ~ GENERAL PROVISIONS CONSULTANT has agreed in its 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 _ Responsibilities of the Design Engineer on Utilities Projects 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. CONSULT ANT 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. REDUCfION 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 CONSULT ANT. 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 CONSULT ANT, 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 The time of completion shall be as described in the schedule attached hereto as Attachment D - Schedule. PAGE 30F16 REVISION DATE: FEBRUARY 5, 2001 ~ 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 anti~ipation 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 CONSULT ANT 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 CONSULT ANT and supersedes all prior negotiations, representations and agreements, either written or oral. PAGE 4 OF16 REVISION DATE: FEBRUARY 5, 2001 ~ 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 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 CONSULT ANT 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 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 CONSULT ANT. 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. PAGE 5 OF16 REVISION DATE: FEBRUARY 5. 2001 ~ CONTRACT DOCUMENTS List of Documents The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements, including Task Orders shall constitute the Agreement Documents. 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 PAGE 60F16 REVISION DATE: FEBRUARY 5, 2001 ~ GENERAL CONDITIONS 1. COMMENCEMENT OF WORK The performance of services as defined in the Prime Agreement between CONSULT ANT and the CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt by the CONSULTANT of a written Task Order authorization. The effective date of services shall be defined in each Task Order authorization. ' 2. PROFESSION AL STANDARDS The standard of care for all services performed or furnished by CONSULTANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULTANT'S profession practicing under similar conditions. 3, CHANGES AND EXTRA WORK The CITY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the CONSULT ANT's compensation, which are mutually agreed upon by and between the CITY and the CONSULT ANT, 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 CONSULTANT 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 serv~ces required hereunder will be performed by the CONSULT ANT under its supervision, and all personnel engaged in the work shall be qualified and shall be authorized or permitted under law to perform such services. All key professional personnel, including subcontractors, engaged in performing services for the CONSULTANT under this agreement are indicated in a personnel listing attached hereto as Attachment C - Listing of Key Personnel and incorporate herein by reference. No changes or substitution shall be permitted in the CONSULT ANT'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 CONSULT ANT and responsible for the work prescribed by this Agreement. PAGE 70F16 REVISION DATE: FEBRUARY 5, 2001 . 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 CONSULT ANT shall give immediate attention to these changes so there will be a minimum of delay to others. Acceptance of the work by the CITY will not relieve the CONSULT ANT of the responsibility for subsequEint 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 CONSULT ANT without prior approval from the CITY, the release of same shall constitute grounds for termination of this Agreement without indemnity to the CONSULT ANT, 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.c.G.A. S 50-18-70, et seq.). CONSULTANT shall coorporate 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. PAGE 8 OF16 REVISION DATE: FEBRUARY 5, 2001 9. TERMINATION OF AGREEMENT FOR CAUSE If through any cause, the CONSULT ANT 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 CONSULTANT under this Agreement shall become the property of the CITY, and the CONSULT 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 CONSULT ANT. The CONSULT ANT shall be paid for any validated services under this Contract up to the time of termination. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULTANTS CONSULT ANT shall thoroughly research all utility records to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of Services. If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed committee(s), and carefully fit its own work to such additional work as may be directed by the CITY. The CONSULTANT shall not commit or permit any act which will interfere with the performance of work by any other CONSULTANT or by CITY employees. 12. COVENANT AGAINST CONTINGENT FEES The CONSULTANT warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by CONSULT ANT for the purpose of securing business and that the CONSULT ANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. 13. RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULT ANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents 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 PAGE 9 OF16 REVISION DATE: FEBRUARY 5,2001 ~ 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 indenmify 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 during the term of this Agreement. The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The CONSULTANT shall provide, at all times that this Agreement is in effect, Insurance with limits of not less than: A. Workmen's Compensation Insurance - in accordance with the laws of the State of Georgia. B. Public Liability Insurance - in an amount of not less that One Million ($1,000,000) Dollars for injuries, including those resulting in death to anyone person, and in an amount of not less than One Million ($1,000,000) Dollars on account of anyone occurrence. 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 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 worker1s compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 15, PROHIBITED INTERESTS 15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 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. PAGE 10 OF16 REVISION DATE: FEBRUARY 5. 2001 ~ 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 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 recollUnended 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 tral1Sfer whether by an assigrunent 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 withoj,It 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 cOllUnerciaI supplies of raw materials. 19. DRUG FREE WORK PLACE CONSULT ANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/ or immediate discharge. CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 20. ANTI-KICKBACK CLAUSE PAGE 11 OF16 REVISION DATE: FEBRUARY 5, 2001 ~ 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 busiriess hours and as often as the CITY may deem necessary, the CONSULT ANT 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 CONSULT ANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. 22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE All documents and materials prepared as an instrument of service pursuant to this Agreement are the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials prepared under this Agreement without according credit of authorship. The CITY shall hold harmless the CONSULTANT against all claims arising out of such use of documents and materials without the CONSULT ANT's knowledge and written consent. 23. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the CITY, either before, during, or after the execution of this Agreement, shall affect or modify any of the terms or obligations herein contained, nor shall such verbal agreement or conversation entitle the CONSULT ANT to any additional payment whatsoever under the terms for this Agreement. All changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above. 24. INDEPENDENT CONTRACTOR The CONSULTANT shall perform the services under this Agreement as an independent contractor and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the CONSULT ANT or any of its agents or employees to be the agent, employee, or representative of the CITY. PAGE 12 OF16 REVISION DATE: FEBRUARY 5. 2001 ~ 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 30901 CONSULT ANT: Copy to: DIRECTOR AUGUSTA UTILITIFS DEPARTMENT 360 Bay Street Augusta, GA 30901 PROGRAM MANAGER: AUGUSTA PROGRAM MANAGER CH2M HILL, INC. 360 Bay Street Augusta, GA 30901 PAGE 13 OF16 REVISION DATE: FEBRUARY 5, 2001 ~ IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below: ~yU~i~6 PRINTED NAME, '"B-o 1 c> ~ TITLE: MAYOR CONSULTANT BY ~d L~ . ~. -- $J PRINTED-NAME, HARD j- LASCHOB";' TffiE: PRESIDENT . r . ~ r " A TrEST CLERK: DATE: DATE: f'/~/of Copy To: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street Augusta, Ga 30901 PAGE 14 OF16 REVISION DATE: FEBRUARY 5, 2001 ~ CONSULTANT'S RESPONSIBILITIES CONSULT ANT , in order to determine the requirements of the Project, shall review the information in Attachment A - Responsibilities of the Design Engineer on Utilities Projects. 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 CONS~LTANT's services, if any, necessary for design to begin. PROJECT UNDERSTANDING Upon request from the CONSULT ANT, CITY may provide all criteria and full information as to CITY's and CONSULTANT'S requirements for this part of the project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expendability, and any budgetary limitations. CONSULT ANT may request from the CITY to furnish data, reports, surveys, and other materials that may be relied upon in performing CONSULTANT'S services. REVIEW OF WORK Authorized representatives of the CITY may at all reasonable times review and irtspect 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 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. CONSULTANT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the following irtsurance limits as specified in General Condition 14 - Insurance. PAGE 15 OF16 REVISION DATE: FEBRUARY 5, 2001 ~ 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 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 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 CONSULT ANT's 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 CONSULTANT whenever CITY observes or becomes aware of any development that affects the scope or timing of CONSULT ANT's 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 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. PAGE 16 OF16 REVISION DATE: FEBRUARY 5, 2001 ~ A TT ACHMENTS Attachment A - Scope of Services .........................................A-1 thru A-6 Attachment B - Compensation ................................................ B-1 thru B-3 Attachment C - Key Personnel............................................................. C-1 Attachment D - Schedule for Performance..........................D-1 thru D-3 REVISION DATE: FEBRUARY 5, 2001 ~ ATTACHMENT A - SCOPE OF SERVICES PROJECT DESCRIPTION: Project: Brown Road 1 MG Elevated Tank (Demo. Exist.); Project No: 10425 Project Area: Existing site located on north side of Brown Road west of intersection of Brown Road and Old Waynesboro Road. Design, Bidding and Construction Phase Seroices for: Phase I: Prepare bid package for bid and demolition of existing 0.15 MG Pine Hill elevated storage tank and 0.3 MG ground storage tank; and, Phase II: Prepare bid package for bid and construction of 1 MG Elevated Tank to serve the same pressure system as the existing elevated tank. Services include providing geotechnical services to determine tank foundation system design parameters and type, environmental services with respect to possible presence of lead on the existing tanks and site, and topographic survey of site. Special Seroices to be provided include possible boundary survey for an additional site. DESIGN OBJECTIVES: Design an elevated storage tank. to provide an additional 1 MG of elevated storage to serve the same pressure system as the existing 0.15 MG Pine Hill elevated storage tank. A-1 REVISION DATE: FEBRUARY 5, 2001 ATTACHMENT A SCOPE OF SERVICES FOR 1045 -BROWN ROAD 1 MG ELEVATED TANK (DEMO. EXIST.) I. Survey A. Basic Services 1. Establish USGS Datum at proposed tank site. 2. Perform topographic survey of existing tank site. 3. Confirm high water level elevation 521 on existing tank. B. Additional Services- Prepare boundary survey and easements as required for additional land purchase or for access. II. Environmental Testing with respect to existing tank demolition. A. Test for Presence of Lead on Tanks to be Demolished. 1. If present, test for level of background lead in adjacent soil. III. Subsurface Investigation and Report for proposed 1 MG Elevated Tank. A. Basic Services (assuming predominantly sand subsurface strata): 1. Perform four electronic cone soundings for a total of 270 vertical linear: feet. Electronic cone soundings will be performed in accordance with ASTM 03441. 2. Perform engineering analyses to estimate settlement and determine appropriate foundation alternatives and construction procedures. 3. Provide report with findings and recommendations for foundations for composite tank with a single concrete support shell and for steel tank with multiple leg supports and center riser. B. Additional services (If significant cohesive (clay) foundation soils are encountered. 1. Drill additional borings with power auger to obtain disturbed and undisturbed soil samples. 2. Perform laboratory testing of the samples including Atterberg limits and consolidation tests. 3. Perform additional engineering analyses to estimate settlement due to consolidation and confirm foundation recommendations. IV. Tank Demolition A. Prepare bid package for demolition of 0.15MG and/or 0.3 MG tanks, . including: [A2] K:\4200051ADMlMSCOPESVSPZl032.00c AITACHMENT A B. 1. Protection of site during demolition. 2. Removal and wasting off-site of all demolished materials including foundations. 3. Soil erosion and sediment control. C. Bidding and Contract D. Construction Phase Services V. 1 MG Elevated Storage Tank A. Conceptual thru Design Phase 1. Establish tank parameters - Coordinate and confirm with Program Manager the vertical operating range tank, design fill and withdrawal rates, etc. 2. Define tank accessories and special site requirements. 3. Investigate steel and composite tank design alternatives. Evaluate available head ranges for each tank type with respect to project requirements. 4. Evaluate and coordinate geotechnical findings and recommendations with respect to shallow versus deep foundations for different tank types. 5. Assist Owner in locating additional site, if required. B. Prepare contract documents including: 1. Technical Specifications a. Earthwork b. Foundation systems c. Composite elevated storage tank or steel elevated storage tank or both. d. Valves and piping e. Fence f. Miscellaneous sitework g. Soil erosion and sediment control 2. Elevated storage tank arrangement type drawings, i.e. elevations, plans, details, etc. Recommended foundation systems will be provided for each tank type. 3. Site plans with location and layout, grading and drainage, soil erosion and sediment control plan information. Plan will also include driveway entrance detail, vicinity map and details if different from the existing entrance. 4. Submit plans for agency approval as required. C. Elevated Storage Tank - Bid and Contract Phase D. Construction Phase Services [A3] K:\4200051A0M1N\SCOPESVSPZl.0J200c . I, ~ ATTACHMENT A - SCOPE OF SERVICES CONSULTANT SERVICES As a part of this Agreement the CONSULT ANT agrees to furnish the following checked items. Prior to Authorization To Proceed: ~ 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. 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. Schedule for submittal of review documents at 30%, 60%, and 90% completion; and final documents. ~ ~ Prior to submitting 30% review documents: ~ Locate 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 CONSULT ANT'S satisfaction. ~ 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 wetland~ · Soil type(s) · Boring results when required by CONSULT ANT 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: ~ ~ r81 r81 ~ ~ Prepare printed responses to comments received from the CITY following reviews. Provide the necessary plats for easement acquisition and DOT/other permit application. 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. Prepare 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. A-2 REVISION DATE: FEBRUARY 5. 2001 , " ~ A IT ACHMENT A - Scope of Services Upon completion of design: ~ ~ ~ ~ ~ ~ ~ ~ ~ Coordinate with the City Purchasing Department to advertise the project. Fax bid information to CITY. Attend bid opening. Prepare letter' of recommendation for award of the contract. Attain contractor' s/ other signatures on the contract documents and forward to the CITY. Invite attendees to, and conduct, the pre-construction meeting. Provide clarification related to the plans/ specifications throughout design and construction. Provide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version). Provide Services During Construction as follows: · Attend project meetings as scheduled by the CITY · Recommend design changes as field conflicts arise (site visits may be required) · Review and approval of pay requests from the construction Contractor (line of communication will be construction contractor to resident observer to CONSULTANT to CITY) · Provide clarification of plans and specifications throughout construction · Revise/update plans and/ or easement plats as changes occur that require resubmitta1 to DOT/other agencies. AUGUST A UTILITIES DEPARTMENT BY fl rIlcf ~ PRINTED NAME: ;.if Nt;f-X 1/ u, It-.s ~~NS~t. !~ </ PRINTED NAME: RICHARD J. LASCHOBER TillE: DIRECTOR s /~/o I I I TillE: PRESIDENT DATE: 1-f7/~/ DATE: PROGRUAN~AGJ> I BY: .,~~ ~~ If/ /// /?r PRIFDNAME( ~,,".A.c.... f( Ji.-rf TITLE: ~'J'-c..""" ~1c. .....""J /- DATE: /VI; L ,"2-00 ( A-3 REVISION DATE: FEBRUARY 5, 2001 . . , ~ ATTACHMENT A - SCOPE OF SERVICES ADDITIONAL SERVICES: 1. Revisions to the plans/contract documents to extend the limits of the project after this AGREEMENT has been executed by the CITY. 2. Revisions due to incorrect locations of existing utilities by the 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 ~gency at their request will be considered an additional service. 3. Out-of-town meetings or conferences required of the CONSULT ANT by the CITY. 4. Other not described above, as approved by the CITY. NOTE: It is the responsibility of the CONSULTANT 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. It is expected that such professionals will act as a faithful agent for the CITY as a client. It is the duty of the CONSULTANT to protect the safety, health and welfare of the public in the performance of their professional duties. A4 REVISION DATE: FEBRUARY 5, 2001 . . . . ~ 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 CONSULTANT shall also submit an accurate updated schedule, and an itemized description of the percentage of total work completed for each phase during the billing period. When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task Order, it agrees to pay the CONSULT ANT 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 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. B-1 REVISION DATE: FEBRUARY 5, 2001 , .. l . ~ A TT ACHMENl 8 - COMPENSA liON - Fee Proposal Jl\ ENGINEERS. DESIGNERS. CONSULTANTS PROPOSAL #: 032 To: Jennifer N. Whittinham Staff Engineer CH2M Hill DATE: 2/19/01 By: D PHONE [303-2026] D FAX [303-2423] D EMAIL [ ] D IN OFFICE RE: Proj. No. 10425 - Brown Road 1 MG Elevated Tank (Demo. Exist.) PROPOSED By: Richard Laschober, P.E. TIME FRAME: See Attachment D - Schedule for Performance FEE PROPOSAL: See Below: PARTICULARS: 1. See Scope of Services in Attachment A. 2. Engineering Service a. Tank Demolition Package b. 1 MG Tank Package c. Total Lump $12,500 Lump Sum $48,500 Lump Sum (Item C 2.a & 2.b) = $61,000 Lump Sum 3. Additional Services for geotechnical and surveying work. a. Additional Engineering Services - Additional Engineering Services to be billed on a time and expense basi~ in accordance with the attached fee schedule. b. Geotechnical Services - Additional soil investigation as required if cohesive (clay) foundations soils are encountered. $4,485 Lump Sum c. Surveying - Boundary survey of new tank site, if required. $1,150 Lump Sum. Additional Surveying Services to be billed on a time and expense basis in accordance with the attached fee schedule. B.2 REVISION DATE: FEBRUARY 5, 2001 " .. " ATTACHMENT B - COMPENSATION - Fee Proposal Fee Schedules for Additional & Special Services JOHNSON. LASCHOBER & ASSOCIATES (ENGINEERING SERVICES) Principal..................... ............ .......... ......... ...... .................... ......... ........ ..... $120 .OO/H r. Sr. Engineer / Sr. Project Manager .......................................................... $110.00/Hr Planner / Environmental Specialist .......................................................... $ 75.00/Hr. Engineer / Assistant Proj. Manager........................,................................. $ 72.00/Hr Landscape Architect.. .................................... ........... ................................ $ 63.00/Hr. Site Project Management. ................... ..................................... ....... ......... $ 63.00/Hr. Jr. Engineer/ Sr. Designer ........................................................................ $ 57.00/Hr. Designer/Resident Engineer .............. ............... ............ ...................... ..... $ 54.00/Hr. Cad Operator...... ............. ,........ .................... ........... ....... .................. ........ $ 48.50/Hr. Clerical........................ ....... ..... ............ ........ ........ .................., ..... ........ ...... $ 33.00/Hr. PLUS EXPENSES.... . Printing - 24 x 36.... .................................................................................$ 3.00 ea. - 30 x 42... .................,............................................................... $ 5.00 ea. - 8-1/2 x 11 ................................................................................ $ 0.15 ea. Long Distance Telephone Calls .....:......................................................... $ 5.00 ea. Express Postage......... .............. ...... ........ ......... .......... ........................ ....... $ 25.00 ea. Mileage................. ........ ........... ...... ........ ........ ... ,..... ...... ....... ....... .... ......... $ 0.32 mile All sub.contract work for Special Services to be marked up 15% SURVEYING SERVICE Easements (temporary and/or permanent) to be provided as follows: a. Large acreage tracts: $230/each b. Small lots and tracts: $144/each ~ B-3 REVISION DATE: FEBRUARY 5. 2001 -t . . "" ~ ATTACHMENT C - LISTING OF KEY PERSONNEL CONSULT ANT 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: Richard J. Laschober Project Manager Johnson, Laschober & Associates Brian Slater Project Engineer Johnson, Laschober & Associates Brian Graham Designer Johnson, Laschober & Associates Cristo R. Eclavea Sr. Designer Johnson, Laschober & Associates Perry E. Dukes, P. E. Senior Geotechnical Engineer QORE, Inc. George Godman Professional Land Surveyor George L. Godman & Associates Dan D.Troutman, President Environmental Consultant ACES, Inc. C-1 REVISION DATE: FEBRUARY 5, 2001 .. . . -tiL .. .. ATTACHMENT D - SCHEDULE FOR PERFORMANCE Preliminary Schedule BeQin Date EndinQ Date Engineer Design 03/15/00 08/15/00 Surveying 03/15/01 05/15/01 Approved Acquisition 05/01/01 07/15/01 Demolition Package 06/15/01 09/15/01 1MG Tank Construction 09/15/01 10/05/02 ~ 0-1 REVISION DATE: FEBRUARY 5, 2001