Loading...
HomeMy WebLinkAboutTobacco Road Main Design Bidding Services Augusta Richmond GA DOCUMENT NAME: lob IJ-( LO 'h M J rYl 0-:, ^ De- S i,3'1'1 6i deL ^'3 S -( Yl.J\ c..~ ( DOCUMENT TYPE: %(~e.Y\+ YEAR: ~ DD \ BOX NUMBER: ) ~ FILE NUMBER: ) 5 d- 7 5 NUMBER OF PAGES: ~1 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA ( CITY) AND CONSULTANT CONSULTANT: Gannett Fleming, Inc. PROJECT: Tobacco Road Water Main Design and Bidding Services DATE EXCECUTED: February 26,2001 DATE COMPLETED: W~~~::~) BY: ____________________ 10F22 REVISION DATE: FEBRUARY 5, 2001 STATE OF GEORGIA RICHMOND COUNTI MAJOR PROJECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA ( CITY) AND CONSULTANT This Agreement is made and entered into this 26th day of February, 200 I by and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the "CITI" and Gannett Fleming. Inc., a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITI desires to engage a qualified and experienced consulting firm to furnish professional services for: Design and Bidding Services for the Tobacco Road Water Main(project description); and, WHEREAS, the CONSULT AJ.'\JT has represented to the CITI that it is experienced and qualified to provide the services contained herein and the CITI has relied upon such representation. NOW, THEREFORE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITI and the CONSULTANT that: 2 OF 22 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. CONSULTANT COORDINATION The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility companies, and other consultants as directed by the CITY. CITY, CONSULTANT and all relevant parties agree to work together on the basis of trust, good faith and fair dealing, and shall take actions reasonably necessary to enable each other to perform this Agreement in a timely, efficient and economical manner. All parties 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. TIME OF COMPLETION The time of completion shall be as described in the schedule attached hereto as Attachment D - Schedule. This Agreement shall terminate immediately and absolutely at such time as appropriated and otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all work prior to termination of contract even if the CITY has obligated the funds to other projects. 3 OF 22 REVISION DATE: FEBRUARY 5,2001 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. LITIGA nON 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. 4 OF 22 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 CONSULTANT executes and enters into an Agreement with CIn' to perform the Work. Agreement Price - means the total monies, adjusted in accordance with any provision herein, payable to the CONSULTANT under this Agreement. CIn' -means a legal entity AUGUSTA, Georgia, a political subdivision of the State of Georgia. CONSULTANT - means the party or parties contracting directly with the CIn' 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 CIn' who shall act as Liaison between the CIn' and the CONSULTANT for all matters pertaining to this Agreement, including review of CONSULTANTs 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 CIn' and accepted by CONSULTANT, effecting an addition. deletion or revision in the Work, or an adjustment in the Agreement Price or the Contract Time, issued after execution of this Agreement. Task Order - means a written order specifying a Scope of Services, time of completion and compensation limit for services being provided by CONSULTANT. Task Orders shall be incorporated by reference as part of the Supplemental Conditions of this Agreement. Work - means any and all obligations, duties and responsibilities, including furnishing equipment, engineering, design, workmanship, labor and any other services or things necessary to the successful completion of the Project, assigned to or undertaken by CONSULTANT under this Agreement. 5 OF 22 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 6 OF 22 REVISION DATE: FEBRUARY 5, 2001 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 Task Order authorization. The effective date of services shall be defined in each Task Order authorization. 2. PROFESSIONAL STANDARDS The standard of care for all services performed or furnished by CONSULTANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULTANT'S profession practicing under similar conditions. 3. CHANGES AND EXTRA WORK The CITY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the CONSULTANT's compensation, which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be incorporated in written Supplemental Agreements to the Agreement. Changes that involve an increase in the compensation shall be considered major, and require the approval of the CITY. The Program Manager may approve minor changes to the scope of services that do not involve an increase compensation schedule. 4. PERSONNEL The 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 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 pem1itted under law to perform such services. All key professional personnel, including subcontractors, engaged in performing services for the CONSuLTANT under this agreement are indicated in a personnel listing attached hereto as Attachment C - Listing of Key Personnel and incorporate herein by reference. No changes or substitution shall be permitted in the CONSULTANT's Key Personnel without the prior written approval of the CITY or his designee. The CONSULTANT shall employ only persons duly registered in the appropriate category in responsible charge of supervision and design of the work. The CONSULTANT shall endorse all reports, contract plans, and survey data. Such endorsements shall be made by a person duly registered in the appropriate category by the Georgia State Board of Registration for Professional Engineers and Land Surveyors, being in the full employ of the CONSULTANT and responsible for the work prescribed by this Agreement. 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. 7 OF 22 REVISION DATE: FEBRUARY 5, 2001 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 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 cooperate fully in responding to such request and making all records, not exempt, available for inspection and copying as provided by law. 8. IURISDICfION The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT with regard to its interpretation and performance, and any other claims related to this agreement. All claims, disputes and other matters in question between CITY and CONSULTANT arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically consents to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County, Georgia. 9. 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 ter~ination, 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, 8 OF 22 REVISION DATE: FEBRUARY 5, 2001 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. 1 O. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this co~tract 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. 1 I . 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 Consultant's and the CITY employees or appointed committee{s), and carefully fit its own work to such additional work as may be directed by the CITY. The CONSULTANT shall not commit or permit any act which will interfere with the performance of work by any other CONSULTANT or by CITY employees. 12. COVENANT AGAINST CONTINGENT FEES The CONSULTANT warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by CONSULTANT for the purpose of securing business and that the CONSULTANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. 13. RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULTANT 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 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. 9 OF 22 REVISION DATE: FEBRUARY 5, 2001 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 ofInterest: The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 15.3 Employment of CITY's Personnel: The CONSULTANT shall not employ any person or persons in the employ of the CITY for any work required by the terms of the Agreement, without the written permission of the CITY except as may otherwise be provided for herein. 16. SUBCONTRACTING The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. The CITY will not approve any subcontractor for work covered by this Agreement that has not been recommended for approval by the Program Manager. All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set forth in this Agreement. 17. ASSIGNABILITY The 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. 10 OF 22 REVISION DATE: FEBRUARY 5, 2001 18. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the CONSULTANT will not discriminate against any employee or applicant for employment because of race, creed, color, sex or national origin; (2) the CONSULTANT will, in all solicitations or advertisements for employees placed by qualified applicants, receive consideration for employment without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subcontractor, provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 19. DRUG FREE WORK PLACE CONSULTANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/or immediate discharge. CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 20. ANTI-KICKBACK CLAUSE Salaries of architects, drafters, engineer's, and technicians performing work under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account except only such payroll deductions as are mandatory by law. The CONSULTANT hereby promises to comply with all applicable "Anti-kickback" laws, and shall insert appropriate provisions in all subcontracts covering work under this Agreement. 21. AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary, the CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agree'ment. 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 11 OF 22 REVISION DATE: FEBRUARY 5, 2001 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 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 CONSULTANT shall perform the services under this Agreement as an independent contractor and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or any of its agents or employees to be the agent, employee, or representative of the CITY. 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 CONSULTANT: Gannett Fleming. Inc. 2743 Perimeter Parkwav. Buildine 100. Suite 350 Aueusta. Georeia 30909 (706) 855-1085 Copy to: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street Augusta, GA 30901 PROGRAM MANAGER: AUGUSTA PROGRAM MANAGER CH2M HILL, 1NC. 360 Bay Street Augusta, GA 30901 12 OF 22 REVISION DATE: FEBRU..\RY 5, 2001 IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below: AU CONSULTANT (~ ~, "j tHt ~ BY: BY: PRINTED NAME: PRINTED NAME: R. Tom Clark, P.E. TITLE: MAYOR TITLE: Relrional Office Manaeer ATTEST CLERK: DATE: ~I/;rldl DATE: Copy To: DIRECTOR AUGUSTA UTILITIES DEPART.MENT 360 Bay Street Augusta, GA 30901 13 OF 22 REVISION DATE: FEBRUARY 5. 2001 CONSULTANT'S RESPONSffiILITIES CONSULTANT, in order to determine the requirements of the Project, shall review the information in Attachment A - Responsibilities of the Design Engineer on Utilities Projects. 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 CONSULTANT 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. CONSULTANT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14 - Insurance. 14 OF 22 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 CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the necessary documents identifying the 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 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 CONSULTANT'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. 15 OF 22 REVISION DATE: FEBRUARY 5, 2001 ATTACHMENT A - SCOPE OF SERVICES PROJECT DESCRIPTION: This project consists of providing design and bidding services for a water main to carry water from the Faircrest Booster Pumping Station to the Tobacco Road elevated water storage tank located immediately west of the Tobacco Road/Windsor Springs Road intersection. Conceptually this pipe may be a 16-inch diameter water main. The pipe route is approximately 14,200 feet long. DESIGN OBJECTIVES: To design a water main to carry water from the Faircrest Booster Pumping Station to the Tobacco Road elevated water storage tank located immediately west of the Tobacco Road/Windsor Springs Road intersection. Design flows and pressure information will be provided by the City. Gannett Fleming, Inc.'s proposed scope of services for this project is included in Tasks 1 through 8 of the attached December 22,2000 proposal. Tasks 9 and 10 related to Construction Administration and Construction Observation is NOT included in the scope of work for this project. 16 OF 22 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 be 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 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, overhead 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 disl:retion of the CONSULTANT, but the premium time portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested acceleration of the scheduled work in writing. 17 OF 22 REVISION DATE: FEBRUARY 5. 2001 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; Tom Clark, P.E. - Project Manager Mike Robinson, P.E. - Project Engineer (see organization chart in attached proposal for additional s taft) 18 OF 22 REVISION DATE: FEBRUARY 5, 2001 ATTACHMENT D - SCHEDULE FOR PERFORMANCE See attached proposal for the project Gant chart. The project milestone schedule is listed below. . Notice to Proceed February 22 . Decide General Pipeline Route March 12 . Begin Survey March 14 . Complete Sizing of Pipe Diameter March 15 . Complete List of all Easements March 27 . Complete Surge Analysis March 29 . Determine Valves, Fittings, Cathodic Protection March 29 . Submit Conceptual Design Technical Memo * April 5 . Submit Basis of Design Technical Memo April 12 . Finalize Pipe Alignment with City May I . Submit 60% Plans and Specifications. June 5 . Complete All Permit Applications July I I . Submit 90% Plans and Specifications* August 8 . Submit 15 sets of Final Contract Documents * September 6 · includes submittal of construction cost estimate This schedule assumes a City review time of 2 weeks (the CH2MHill program management team will review all deliverables for the City) and there are no delays beyond our control (e.g., no delays in getting data from the City, no easement negotiation holdups or Phase UII studies required, and no wetlands delineation is required). The schedule also assumes four weeks for Georgia EPD to review and approve permits and plans. 19 OF 22 REVISION DATE: FEBRUARY 5, 2001 CONSULTANT SERVICES As a part of this Agreement the CONSULTANT agrees to furnish the following checked items. Prior to Authorization To Proceed: Ilf'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. lJ( 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. rj{ Schedule for submittal of review documents at 30%, 60%, and 90% completion; and final documents. Prior to submitting 30% review documents: 13" 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 CITY'S satisfaction. BProvide 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) · B:.N~g ::~~tf 'J;h~~ reql:li:ilQ ~/ CO~JSUL T.~);ful 11,-" faeilitieo er ',,'here der-t1, of 1;11\;; dUJ eX1Hifl.~ ~it<: \..UllJ~l~Ull" "bd&nt:, ~ ~ YJII- · 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: BPrepare printed responses to comments received from the CITY following reviews. I3}rovide the necessary plats for easement acquisition and DOT/other permit application. 1:3' Prepare Public Works/DOT/Other permit applications for signature by the CITY. C9'jrepare and submit plans to EPD for review and approval when required. 13'" Prepare plans and specifications, using Augusta Utilities Design Standards and Specifications (latest _yrsion). 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. Upon completion of design: ~oordinate with the City Purchasing Department to advertise the project. 20 OF 22 REVISION DATE: FEBRUARY 5, 2001 ~ax bid information to CITY. B' )\ttend bid opening. 13' jrepare letter of recommendation for award of the contract. ~ Attain contractor's/other signatures on the contract documents and forward to the CITY. NO D Invite attendees to, and conduct, the pre-construction meeting. Nr:J D Provide clarification related to the plans/specifications throughout design and construction. Nt> D Provide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version). NO D 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 resubmittal to DOT/other agencies. ~ AUGUSTA UTILITIES DEPARTMENT 11 /lot J!wc~ PRINTED NAME: N, 44 Y- f/t 6 K 5 CONSULTANT ((, ~ C)# BY: BY: PRINTED NAME: R. Tom Clark. P.E. TITLE: DIRECTOR ~ 3 /rJ'i-j" { TInE: DATE: DATE: Relrional Office Manager I, /;'/t/ / ' DATE: BL~"" AAA~JIL 2iZv/tPl . , TInE: 21 OF 22 REVISION DATE: FEBRUARY 5, 2001 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 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 responsihility of the CONSULTANT ns contrnctcd hy the CITY to provide professionnl surveying nnd engineering services. It is expected thnr such professionnls will opernte in n mnnner which nssures the interests of the common welfnre, rnthcr thnn in n mnnner which promotes their own finnncinl gnin. It is expected thnt such professionnls ,viII nct ns n fuithful ngcnt for the CITY ns n client. It is the duty of the CONSULTANT to protect the snfety, henlth nnd welfure of the puhlic in the perfoffilnnce of their professionnl duties. 22 OF 22 REVISION DATE: FEBRUARY 5. 2001 AUGUSTA UTILITIES DEPARTMENT Augusta,' Georgia TOBACCO ROAD WATER MAIN CITY PROJECT NO. 10106 Cost Proposal for Design, Bidding, and Construction Services Gannett Fleming, Inc. Augusta, Georgia Decem ber 22, 2000 I Project Understanding Page 1 of 10 Tobacco Road Water Main The project consists of a water main to carry water from the Faircrest Booster Pumping Station to the Tobacco Road elevated water tank located immediately west of the Tobacco Road/Windsor Spring Road intersection. Conceptually this may be a 16-inch diameter water main. The pipe route is approximately 14,200 feet long. The preliminary pipe route is shown on Figure 1. PreJiminarv Schedule (bv CH2MHiJI) The current estimated schedule dates based upon the conceptual overall Capital Improvements Program is as follows: . Earl v Start Engineering Design Survey Appraisal Acquisition Bid Package/ Approval/BOC Authorization Construction - Water Line Earlv Finish 1/5/01 1/25/01 2/24/0 I 7/24/01 1 0/2/0 I 7/23/01 2/23/0 I 4/9/0 I 10/1/01 6/1 3/02 II Scope of'Vork Deliverables Schedule The schedule for deliverables and their review is based on percent complete. The milestones are as follows: · 30% Complete: Assumptions and basic layout; pipe diameter sized · 60% Complete: Design is complete; preliminary Plans and Specifications; identify all necessary easements and rights-of-way · 90% Complete: 100% complete on design; final Plans and Specifications; all easements and rights-of-way plats completed; all permits have been applied for · 100% Complete: Incorporates the City's comments; permits are in hand and documents are ready for Advertisement for Bids Scone of Work Gannett Fleming, Inc. (OF) proposes to complete the following scope of services for this project. Gannett Fleming, Inc. Augusta, Georgia Task 1 - Conceptual Design 30% Desi!!n Phase Page 2 of 10 1.1 Meet with City representatives at the Faircrest Booster Pump Station and Tobacco Road Elevated Water Storage Tank to kick off the project, tour existing City pumping and storage facilities, take photographs, make observations, and collect information on existing equipment. 1.2 Review existing City utility drawings, existing City aerial photographs, and GIS information. 1.3 Arrange for utility locators to locate and mark utilities along the proposed pipe route. GF wiII also contact each utility independently and discuss the logistics of the project to determine whether a utility service is impacted or potentially impacted by the project. 1.4 Review ta\: and property maps to detennine if there are easement or rights-of-way conflicts with proposed pipeline routes. We will also obtain property owner's names. 1.5 Determine the most desirable pipeline route, based on the preliminary information, location of existing utilities in the area, right-of-way concerns, private property conflicts, topography, constructability, etc. 1.6 Walk the proposed pipeline route selected in the field with the City's representative for verification. 1.7 Obtain and review needed project data to complete a hydraulic design of the proposed pipeline, including any previous hydraulic analyses and existing 20-year population projects conducted in connection with the proposed water main, current and projected average daily and maximum daily demands, tank level data, pump station data, and other project data to assist in the hydraulic design. 1.8 Meet with City representatives to discuss results of the data review and clarify any data needs. 1.9 Conduct a steady-state hydraulic analysis and size the pipe diameter. 1.10 Prepare an order of magnitude construction cost estimate based on 30% design data. 1. I I Provide three (3) copies of a 30% Design Technical Memorandum based on information gathered in this task. The report will be submitted for City review and include: · Proposed preliminary pipeline route. GF wiII provide an 11" X 17" map based on the applicable USGS quadrangle showing the selected route. · Wrinen narrative describing the present use of the land proposed for the pipeline, identifying potential landfills, dump sites, designated wetlands, and/or other environmentally sensitive areas. · General soil types to be encountered (based on soil conservation map data; no soil borings are proposed for this project). · Brief description of the pipe route (residential, commercial, or industrial) including general slope of the land, and whether trees, signs, buildings, etc. wiII conflict with the new pipeline. GF wiII include the number of properties affected and number of easements required with property owners identified. Gannett Fleming, Illc. Augusta, Georgia · List of potential problems (if any) in meeting design objectives. · Recommended pipe size and sizing calculations. · Construction cost estimate representing 30% design and assumptions used in preparing the estimate. 1.12 Meet with the City to discuss the 30% Design Technical Memorandum and obtain the City's comments on the memorandum before proceeding with further design phases. GF wiII submit written responses addressing the City's comments. Page 3 of. 10 Task 2 - Survey 2.1 Topographic Survey - GF will hire the services of Robert L. Herrington, Jr. Surveyors to prepare a plan-profile survey along the proposed water main route using ground run surveying methods. The survey will include the area of the right-of-way of Tobacco Road between the edge of pavement to the northern or southern right-of-way line, depending on the proposed water line location. The survey will also be used to identify encroachments onto private property and to assist in right-of-way negotiations with property owners. Areas not located within existing rights-of-way would include approximately 25 feet on either side of the proposed water line. All critical points (benchmarks, stonn and sanitary inverts, existing utilities identified by utility markouts, etc.) and key ground features (fences, signs, sidewalks, utility poles, manhole covers, etc.) will be identified on the survey. Additionally, the surveyor wiII verify spot elevations of the Faircrest Booster Pwnp Station (pump discharge centerline and finished floor elevations) and the elevated water storage tank ground elevation. All survey data wiII be tied to Georgia State Plane Coordinates. 2.2 Aerial Survey (optional task) - If desired by the City, GF (through R. L. Herrington Surveyors) can provide the above-described survey (Task 2.1) using aerial photography with limited ground survey to supplement the aerial infonnation, and provide two copies of the aerial photographs at a scale of approximately I" = 200'. 2.3 Easement Plat Preparation - GF will contract with R. L. Herrington Surveyors to prepare easement plats where the pipeline route crosses property requiring easements. These plats will be prepared at an appropriate scale to show the complete property boundary on standard 8112" X 14" sheets and in accordance with Richmond County standards. This activity will be provided on an as-needed basis at the Unit Rates shown in Table 1. 2.4 Assist with right-of-way negotiations, on an as-needed basis at the Unit Rates shown in Table 1. 60% Desi!!ll Phase Task 3 - Route Design 3.1 Design the water main in accordance with state pennitting requirements, Georgia Department of Natural Resources Environmental Protection Division (EPD), Georgia DOT encroachment requirements, and the City of Augusta Utilities Department policies, Gannett Fleming, Inc. Augusta, Georgia .. Page 4 of 10 procedures, standards, and specifications. GF will coordinate with these agencies and obtain the necessary information to begin preparation of the required permits. 3.2 Identify all necessary easements and rights-of-way, and communicate with property owners along the route, as needed. 3.3 Determine whether Phase I environmental assessments are required and provide environmental assessments on an as-needed basis at the Unit Rates in Table 1. Task 4 - Finalize Hydraulic/Piping Design 4.1 Conduct a surge analysis of the proposed pipeline, which requires computer modeling. GF proposes to use Surge5 developed by the University of Kentucky. GF will provide an electronic copy of our computer model runs with the 60% Technical Memorandum. GF will also confirm the steady state analysis conducted in Task 1 based on the pipe route agreed to by the City. 4.2 Determine the type and location of valves and fittings. 4.3 Determine and design cathodic protection requirements of the pipeline, if needed. 4.4 Prepare and submit to the City for review three (3) copies ofa Basis of Design Technical Memorandum to include: · Recommended pipe diameter (calculated from Task 1) · 11" x 17" USGS figure showing pipeline route developed in Task I · Materials (valves, fittings, etc.) · Cathodic protection, if required · Listing of all easements and rights-of-way · Results of surge analysis · Sizing and design calculations as appropriate 4.5 Meet with the City to discuss the Basis of Design Technical Memorandum and obtain the City's comments on the memorandum before proceeding with further design tasks. Task 5 - Preliminary Plans and Specifications 5.1 Based upon the survey and results of the previous tasks, GF will finalize the most desirable pipeline alignment, both horizontally and vertically, based on the location of existing utilities in the area, right-of-way concerns, property owner concerns, topography, capacity, extendibility, constructability, etc. 5.2 Design all required erosion and sediment control measures. 5.3 Prepare an NPDES Stormwater site plan and/or Land Disturbance Permit with erosion control plans as required by Georgia EPD. 5.4 Design and prepare traffic control plans as necessary. 5.5 Prepare preliminary construction plan drawings on 24" X 36" sheets at a scale of 1 " = 50' for the majority of the piping. A plan scale of less than 1" = 50' will be used in areas requiring more detail to be shown (i.e. congested utilities, significant crossings and connections, etc.). Limited profile or section details will be included as required at air or vacuum release valves, pipe crossings, and at other areas where the pipe will need to Gannett Fleming, Inc. Augusta, Georgia Page 5 of 10 be shown in profile. (That is, plan-profile drawings will not be prepared for the full length of the pipe.) Plans will be on GF standard title block and prepared using Auto CADD Release 14 or newer. 5.6 The City will provide GF with a hard copy and electronic copy in MS Word of the Augusta Utilities Design Standards and Specifications (latest version). GF will review the City's standard specifications and prepare preliminary technical specifications for the water main installation. 5.7 Add the City's standard front ends to GF's technical specifications and prepare a Project Manual. 5.8 Prepare a construction cost estimate representing 60% design. 5.9 Submit three (3) copies of preliminary plans and specifications (Project Manual) representing 100% complete design of the water main. GF will also submit three (3) copies of the 60% design construction cost estimate and basis of the cost estimate. 5.10 Meet with the City to discuss the preliminary plans and specifications and obtain the City's comments on the design before proceeding with further design tasks. GF will submit written responses addressing the City's comments. 90% Desi!!'n Phase Task 6 - Finalize Plans and Specifications 6.1 Complete drafting of detailed construction drawings to incorporate the City's review of the preliminary drawings. 6.2 Finalize project specifications to incorporate the City's review of the preliminary Project Manual. 6.3 Complete all necessary permit applications for signature by the City and submit the required plans and permit applications to Georgia EPD. 6.4 Prepare construction cost estimates representing 90% design. 6.5 Submit (3) three copies offinal plans and specifications, easement plats, and engineer's construction cost estimate (with cost basis) to the City for their final review. 6.6 Meet with the City to discuss the final plans and specifications and obtain the City's comments on the design before proceeding further. GF wiII submit written responses addressing the City's comments. 1000/0 Desi!!'D Phase Task 7 - Final Contract Documents 7.1 Incorporate all State and City reviews/comments in the final plans and specifications. GF will provide a Georgia P.E. seal on the contract documents. 7.2 Prepare construction cost estimates representing 100% design. Gannett Fleming, Inc. Augusta, Georgia Page 6 of-lO 7.3 Provide the City 15 sets of plans and specifications for bidding purposes. Additional sets of contract documents can be provided at the Unit Rate given in Table 1. Three (3) copies of the engineer's cost estimate for construction along with the basis of the estimate will also be submitted to the City. Bid Phase Senrices Task 8 - Advertisement & Bidding GF understands that conducting the bid opening, opening of the bids and reading aloud, and verifying the responsiveness of the bids will be handled by the City. GF proposes to: 8.1 Coordinate with the City Purchasing Department to advertise the project and fax bid information to the City. 8.2 Answer bidder's questions that may come up during the bid period. 8.3 Prepare an addendum to the plans and specifications, if required (one addendum is assumed). 8.4 Attend the pre-bid meeting (City Purchasing Department to conduct meeting) and assist the City in responding to bidder's questions. 8.5 Attend the bid opening and prepare a bid tabulation. 8.6 Evaluate the bids and submit a letter of recommendation to the City for award of contract. During bid evaluation GF will contact references of unknown or unfamiliar contractors. 8.7 Attain the contractor's/other signatures on the contract documents and forward them to the City. Task 9 - Contract A 9.1 Conduct the pre- nstruction conference attendees, lead meeting, and prepare/submit meeting inutes). 9.2 Provide shop drawing and s mittals review. 9.3 Attend up to 10 project progress eeting ssumed monthly) held by the City. 9.4 Review and process change orders eded. 9.5 Approve pay requests in writing to e Cl We have assumed 10 monthly pay requests will be submitted by the contr or for this p . ect. 9.6 Revise/update plans and/o easement plats as c es occur during construction that require resubmittal to T/other agencies. 9.7 Provide written cla . Ication related to the contract docum ts throughout construction. 9.8 Advise the " of any potential construction relate roblems and provide recommen Ions for problem resolution. 9.9 Prepar d submit three (3) sets of drawings that conform to e Contractor's con ction record drawings (not U As-Builts") after construction in both hard copy and Construction Phase Senrices Gannett Fleming, Inc. Augllsta, Georgia Page 7 of 10 digital format. GF will a provide three (3) copies of a de . n notebook that includes the major assumptions used ring design, hydraulic an rge analysis calculations and computer model runs, equipmen nd other design information used in the project. Task 10 - Construction Observation 10.1 GF will provide Construction Observ on 0) on an as needed basis according to the Unit Rate given in Table 1. This e include ravel and per diem expenses. CO will only be to observe progress 0 e contractor an eport field observations to the City. GF will not direct the co ctor in any manner, n will GF provide construction or OSHA inspection servO s. CO will also verify field q tities in connection with pay requests. III Schedule GF is ready to begin work immediately on this project. Our proposed schedule for completing the design phase of the project is presented in the attached Gant chart. We can provide a separate schedule for the bidding and construction phases of the project at a later time. This schedule is very tight and there are no contingencies included. This schedule assumes the following: 1.:z. Ht · GF receives Notice to Proceed on or before February ~ 2001. · City review time for each deliverable of two weeks. · No Phase I or Phase II environmental site assessments will be required for this project. · Negotiations with private property owners regarding easements is beyond our control. We assume there will not be delays in determining easement location for the pipeline. · Two weeks for utility locators to locate and mark utilities. · Four weeks for Georgia EPD to review and approve permits/plans IV Cost GF proposes to complete the scope of work described above for the lump sum amounts shown in Table 1. We have also provided unit rates for those items that can not be quantified at this time. V Special Notes to the Proposal OSHA Trenching Requirements - The Contractor is fully and completely responsible for their own OSHA-conforming trench shoring design. GF will check the City's Bid Documents to verify this provision is included. Gannett Fleming, Inc. Augusta, Georgia Page 8 of 10 Safety - The Contractor shall be required to submit a safety plan prior to starting construction. The responsibility for safety during the installation of the water main rests solely on the Contractor. Tobacco Road - As discussed with the City during the scoping meeting, there are no problems with the installation, operation, or maintenance of the water main along either shoulder of Tobacco Road, which is a 4-Iane highway with a center median. Wetlands - Wetlands were discussed with the City, particularly in areas where the pipeline route. will be outside of a roadway right-of-way. In these instances and where there is a concern regarding the possible existence of a wetland, GF will review available site data (USGS maps, soil and wetland maps, aerial photography, etc.) and make a determination if the area in question contains or is suspected of containing a wetland. We have not included costs for specific wetlands delineation. Additionally, design and permitting for mitigation of any impacted wetlands is not included in the project scope. City of Augusta Public Works Department - The PWD will have certain requirements regarding the installation of the water main along City roadway rights-of-way. GF will contact the City to obtain those requirements. Department of Correction Facility's Water Tank - GF understands that this design is not connected or related in any way with the Department of Correction Facility's Elevated Water Storage Tank located on the south side of Tobacco Road west of Peach Orchard Road. Engineer's Cost Estimates - GF's basis for cost estimating for this project will be our own database of pricing based on past bids of a similar nature and manufacturer's quotations on specific items (valves, fittings, etc.). Meetings with the City - All meetings with the City are assumed to be at the Utilities Department offices on Bay Street in Augusta or at OF's Augusta office. Additional compensation to OF will be required if out-of-town meetings or conferences are required of OF by the City. Construction - GF has assumed a 10-month construction period for costing various tasks of construction observation and contract administration. VI Request for Information (RFI) GF requests the City provide the following information for us to begin work on this project: Gannett Fleming, Inc. Augusta, Georgia Page 9 of 10 1. Existing reports, documents, analyses, computer modeling, etc. related to the Tobacco Road Water Main. 2. Population and customer projections and associated water demand projections connected to the Tobacco Road Water Main. 3. Existing utility mapping (water, sewer, and any other utilities known or suspected by the City) in possession of the City of Augusta, including GIS maps. 4. Design standards and drawing details of the City of Augusta. 5. Front end bidding documents required by the City of Augusta. 6. Organizational chart consisting of City employees, titles, phone numbers and addresses who will be involved in the project. 7. Pipeline drawings of the existing distribution system in the area related to the water main both in plan and profile view with pipe sizes, material, class, thickness, etc. 8. Tank operating range; that is the tank overflow elevation and the minimum working elevation. 9. Drawing of the elevated water storage tank inlet and outlet piping and valving, including dimensional drawings showing distances from ground elevation to tank overflow and inlet/outlet piping center lines. 10. Faircrest Booster Pump Station dimensional drawings showing details of the existing pumps and piping system including complete suction and discharge piping configuration. 11. Minimum available hydraulic grade line (HGL) at the pump station during maximum system demand conditions, and minimum and maximum available suction HGL at the pump station. 12. If there is surge protection systems in the pump station, provide the drawings and operating information on it (pressure settings, opening/closing timer settings, etc.). 13. Pump curves and type of pumps (make and model) in the Faircrest Booster Pump Station; pump motor horsepower. 14. Information on how many pumps run at the same time and a system pump curve ifpossible. VII List of Potential Permits (and Approvals) Required for Construction GF has identified the following potential permits that could apply to this project: I. Georgia EPn 2. Georgia DOT, encroachment, crossing, etc. 3. Georgia stream, creek crossing 4. Erosion & Sedimentation (Land Disturbance) 5 . Wetlands 6. High Voltage Lines (The water line will cross under high voltage power lines.) 7. High Pressure Natural Gas Line (A high pressure natural gas line is directly across the road from the elevated water tank). 8. City of Augusta Public Works Department permits 9. Other Utilities Gannett Fleming, Inc. Augusta, Georgia VIII Key Personnel Page 10 of 10 GF proposes to conduct this project from our Augusta, Georgia office. The project will be managed throughout the entire project life (design to construction) by Tom Clark, P.E. He will be supported by Kurt Wright (Technical Advisor), Mike Robinson (Project Engineer), Kevin Laptos (Hydraulics/Surge Design Specialist), Paul Tillman (drafting), and clerical staff. Additional staff may be assigned to the project during the construction phase as required. A project organization chart is included on the following page. Gannett Fleming, Inc. Augusta, Georgia ~ Q. iil c: ^~ ~. 0 ::J III r- !!!, IlllQ '0 ~ OC/) .l/l c: "'Oed . III rn):o ~ III ~ CII iii' o ~ ~crq g-~ Q8 = q ~ ~. ~o N -t ~ r\~ r.9. ~ g ~ ~ ~~ ~. Z (t 0 o -t :... 3:: = o E. ;;::s (1 O\~ -t ~. =r ~ ~ :4 )> c CO c: CIJ - Q) c: ~ - -. ~ CD CIJ o CD "'C Q) ::+ 3 CD ~ - ~~ ~~ ~ ::1. -lQ l>;:;r 0.- s. "'0 ~rn ~ "'0;::0 ~ s..c} ~ 3 ~Q III III fi:l.~ lf6:-O ~rn s:~ _. .s! ^Ill' CD (') :;c- o I'T1 Q:~ ::1lQ ~ S. ::1 III III ., "'0 III 0 ~iil =!~ = S. 3lQ III ::1 "'T1 r...1D' oct ?'""1 o III _ C') [Il::J' ::1. ~ ~ ~: III ~ ..... . IV, . ff '. . ..--~. . /' I ," -1 '.': :."'. .'::.. .' v: . . ' ': . t--. . ~ " :J' ....:. . f . ." .~,j . . .'. '7~"'~'" :.c;.., ...../ ....> .; I~:'" , r~. ....... "<.. .: ". '.' .... ,./ '7 ;I I ' /. .. . . . ..:iI' . . . L '. ". . < ' Po . X ." ~- ., )",'..:..:.. ..' : .'. '. J"- . . . .... ... · '/ / "V' . . , ..", '> .' if:::.:.....':.:... .' .:....;~..~.. '. /L~ . ..:::-.......". .j.:;.1 j...~V . ;"--. I . j .:F": . :..... . '.': . .:/ .., . · " . ".:, ",..,...-. ,.;..--1--.' A,.' >- J . '/~~~'::- >..:........:. .'.; ~.::l. '. ..lfp.....%::>.:::/.; . '., . . .;::: ...'..l.....~. i :-. '''t. \. \ ":>~'\8Di ~ .'......"",... . . .... ....... ..... . ". :' '" . .. .:F" ........ .1''',' v" ,/ ?":7' .' . jI'<:>~~FrFtv. . .~.. r..~/'l:?" . :':i ...~~:::.Z/ .;~~ :s ,X::::[ :.:r\i/ .' ''',,' li>i)>.l. . . ': .:. ". ,hi. . ,,: '.:.~ ....i.. :I ....i.. '.' .' . . .. . . .'. . .: . , r..., ~.;[ ." ...... .. :." '" '. ..' ~". .. ,. .' . · ;',:;:~<.'..':;;::f~~1::1:.Fl >:.;:. :.:. ..:.~~. J'tKJ /iE: '..f':;::X '..! . :..' ',~ ...\'.::'h.~<>: :~>/"~.< : '::'::::::.:.:::'..:: ::>< .: '::,. .' '. .~. "'.< . .~. r:k .... ....'" .:.:';:'. : : .:..:..: ,: :~'..: ',., ::.):",,'.. . ":' .:.::. . . ': . .... .. .4' ... '.. . .., . .' . . .. ,/ . / . V .... ... . .. . .".' ~ ." . . ,;,Hti':<y:'f\: '1.3/..:;)<....;:<:It;. . . ".:4~:<)' :":.. :)..><;;,.:10'/>::" /.' .mX :':...:.04':. :'..:';:)>. ~14 .~!;xf.'? .... . . .' . . . . "..' ..' . .'. ..... . .. .... X . .... .. '. 'X:lr: . .~ . --:r--: ./ . ].))?4i.)::?,<ii~' .;-M-::,J.iit:l)i ::' .: .: ::ii.. >? .':: ,'till};<>:: ; '>:i -;"..I! J.. TfJ' .' :'"l.I:;::. . ~..ji::i<i'&)::"; . ~,.{:,:<~i .' rrt :.... :,.: Xl i:> . ..: : '0>..':::::;:::: ...:x:';::' ". x::.:::::::: :: ." ~,'.'HI r'. r'" :: :. f: .;:" ,:,'. :::::'.. ,::~."",:;::><:;:,,,-::'IJ. .. ,... ... ." 'Nn...... .. ... ... ..' (....'-1'. . '. .. . ... .~ '.. . -..7~2f.i:""Oj~" : ':::XC: ......:. ..;{r:Jyj:--..-:-!J :'.,/: . .':P""*~' R\,j~~;2)m':'~ri)i::i~,-:,.'..I 11;f-4.~qi.\ . Y>"I '. ! .'. .'is;. .' '.' /j4:.jr., .. .:.J .,~ .., ' ! ,1..1 . ". ...... : -/. '. <'y . :--..,.,:';,i' :......:.... ".V'h;.: :.' ::::. :.: .:...:C2.... .;'. .. lirJ I' / .r .{:'...; ::<";" ::. . ,/ .:....::\:.:' ..... :.i:.:" ':. '>': ,/1>/:" '~.-J!!!-?rrj.lL<!J .. ..... .. '. . . .... . .... . ..... "'-I' ...{.. .r...... ftj.J t. . ~ "-..,.. .:.J.. ..-/,' ..J : : ::.' ......: .. .... .'::::: . ^. ...: . {; . . "I."', . I. "" '. r- ..[:..:.:::.::: J ..... :. . '.' .:... . '.. ::<:-...~>< L,j.' . .. /'...../..; /. ":~ . j:::.. ./f.<.I: .']' . .. ... ." ..' ':f'" . IV"" ., ......,."'" .. ..' ..... . I ....(j'.-...:::d,/ .J ...... IfJf'f ..L..... : /". :.::: ":.. .. . .: .... CJfF... ....--. 'j''!'" {! .. . !":' "1 ,/:/...:: i'" r J ; ..",. n.J, ...<'> ~ .... .' - ,< c.:j>::/.:....<i ." ., t--.. . J....., "" .: ... .' .. .', J -.'" I . ,.. ..} .' ...:~'F.~-.-,J . '~.,_ ..f .... i... -r.-J':"~"" . . . . . j - ~ .. (.. '" .... ',' . , ..~ ... . "!' . /....."..._-""...,....i .' / ........... . ',y l_........ ...- ..~. . '''''''''''... :-'/ ,.. .! ( ~~~\ . :') . ',' "\ . 0" ~~, a; ~ t ~ :; ~ ~ :z ~ ~ ~ 1:: ~ t ~ ~ ~ ~ ~ '"' :;; c ~ tl I:: ~ ~ ~ a: ii u: 0: ~ N c;." "". "''' 5 ~H gg. = = r: i:: i : ~ ~i ~ I" ~ ~ $ ~ ~ ~ ~ ; ~ E ; ~ ~ ~ ~ il' E Ii ~ ~ ~ ; g ~ ~ :. ~ 0 ~ il' E ~ ~ ~ ~ il ~ ~ ~ ~ il ~ ~ ~ - ~ "a"'1~~~!a"'1l1l"',;'''~~&-3~~~,L~a",~'8l/)f",~!i3~~1''3t,,~gn ~ ~~~~o",,,~~i;~~~~ ~!!.!~~~zm~S~g>~~i~~i-33~!,...,,~~L. g> ~ g!i l i l i g Ii ~ l ~ ~ -'" i ~ ; l X Q ~ ~ ~ ~ ~ i i '3.!" ~. l f ~ ~ ~.~ :" i ~ ~!i i as ~~a~ ~..l!l~~ !i;J!~i-<6 :'~[~:r~~'l~1O a 8~!~~!}!i~j~i ~ g;!l ;;'j'!t": ~;~i;J! ~l'..~~~~/}" 1!lli'~Bg !~~~ i ~~I ~tl{; a ~",~a~ ,,~~~,,~! . "iI " ~o~,;; ~ i ~] ;: l/) ~ 1i ~ ~ ~ ~. . ~ 0 " ~D 0 ~al ~aCl): fg,1j ~ i:$' ~ a " ~ l 8" ~ ... w ....... .... t.J.... ~ ____....w......._... ..._ .... .... .... ~ uou" "uuo~~:;:_"uuo~uo-_ooooo-oooo~l51!: oou,","'o uoco. - il ~ g ~ s i} i} g g g ~ egg g g j' 0. ii g g i} i}! g i} g ~ ~ g ~ ~ j g j ~ g g 0. g g i} ~;;. ~;~ ~ ~ ';i ~ ';i ';i ~ ';i ~ ';i ~ ~ ~ ~ ';i ~ " ~ ';i ~ ~ ~ ';i " ';i ~ ~ ';i ';i ~ ';i ~ ~ ~ ~ ';i ';i ~ ~ ~ ';i ';i ';i ~ ';i ~ ; I ~ ~"~::j;j E [g ~ ~:< ~:<; i i;r 2;,;;r 1;r;r;; i ~ ~ ~ ~;r ,,;r;' ~ ~ ~ ~ ~ ~ ~ ~;; ~l!l : ~ i ~ ~ i i ~ ~ ~ ~ ~ i ~ ~ a ~ ~ ~ ~ i ~ ~ ~ ~ i i ~ i ~ ~ ~ t i ~ ~ i ~ ~ ~ i I ~ ~ ~ ~ p: . - - - - - - - _ ~ _ _ _ ~ _ i _ _ _ _ _ ~ _ _ _ _ _ _ _ _ _ ~ _ ~ ~ _ _ _ _ _ _ ~ ~ ~ .5"l ;; ~ ;j ~ ~ i i ~ ~ ~ i ~ c c Ii Iii ~ ;;, ~ g ~~ ~ ~ " ~ ~ ~ ~ ~ : i = g ~ [ 2 Ii ! ~ ~ " 2; ". ~ ;r ~ ~ !l~ ~~~~~~e~::SS~ge~!: ~t~ i~~~~~~~i~S~5~~~i~~i~~~~~g it: ~_~~__~_~~~~d~~~ ?!~~__~~~~?!~ ~!'!t~5~~i_~~__~~!'! !>! 0 ::: ~ .1 _. ... ~ ~ -- -- --.~ ~~ - ~ It ~ - .. ~ ~ E if -.~!l '" -< r/!f' Jc I ~ ~ >.... uo a[ ]] -----.---.--..-.-.-.---.--- -.- .-----. --.-- -------.---.--- --.-- -o. !~ " n ~ ~ ~~ - " i~ o. ~ 11i:: I ~ ~ : :~ ---- i:l 'f?} .~ ~ ~! i I -------.-----....--.-----.--.---.- ---. .- d---.------.-------.-- ----- ---------------------- 2 ~ ~ ~ !<l ;:r ~~. af .. ~ ~ -, .---------.-------.-.---:1 --- .--- ---.---.-------.---------.-----------,------------------- : ~ e " - i 0. 0 5' ~ e -~~ ~ ~ ~ <? -----.--- -- - -----.--.----.-------------.-.----. .... .... iiI ~~ ~ ----------.1 - -- --- - ---------------------------------------------------------.-.---------- : e" Nt e If ~ · ...... :~ is &' , ... TABLE 1 Tobacco Road Water Main City Project No. 10106 Augusta Utilities Department Augusta, Georgia Cost Summary. December 18,2000 Gannett Fleming, Inc. Augusta, Georgia LUMP SUM PRICES Task Gannett Fleming Gannett Fleming Gannett Fleming Subcontractor Task Labor Hours Labor Dollars Expenses Expenses Totals 30% DESIGN 1.--C-onceptual Design 324 $21.490 $1,594 $0 $23.084 60% DESIGN 2. Survey(fT 28 $1.680 $250 $13,000 $14,930 3. Route Design 88 $5,920 $600 $0 $6,520 4. Finalize Hydraulic/Piping Design 234 $16,660 $988 $0 $17.648 5. Preliminary Plans and Specifications 728 $47,760 $3.870 $0 $51,630 Subtotal 60% Design 1,078 $72.020 $5,708 $13.000 $90.728 90% DESIGN 6. Finalize Plans and S--pecifications 332 $21,720 $1,786 $0 $23,506 100% DESIGN 7. Final Contract Documents 130 $9,030 $1,774 $0 $10.804 BIDDING 8. Advertisement and Bidding 276 $18.160 $1.510 $0 $19.670 CONSTRUCTION 9. Contract Administration 816 $53,200 $4.738 $0 $57.938 10. Construction Ooservation See Unit Rate Table Below Project Totals 2.956 195.620 17,110 13.000 $225.730 (I) deduct $2.000 for an aenal survey TOTAL Design $148,122 TOTAL Bid Phase $19,670 TOTAL Construction Administration $57,938 UNIT RATES ~ tf/oT IN CONiJeAlT ~'Z/~/o r Preparation of Plat Easements (Task 2.3) $275 per property Rights-of-Way Negotiations (Task 2.4) $80 per hour Phase I Environmental Site Assessments (Task 3.3) $2.200 per property Additional Sets of Plans and Specifications (Task 7.3) $200 per set Construction Observation (Task 10.1) $65/hr to $75/hr~1 (2) . Includes labor and per dIem expenses