Loading...
HomeMy WebLinkAboutCH JOHNSON CONSULTING INC DRAG STRIP AUGUSTA Ir rf!l5':met(/J'.eJlumt &tjxFJftme'J'lt SUi: ~e" r;/alllA. {fjJi'1'ed-iPJ< 08-01-06 09:12 RCVD MEMORANDUM DATE: July 31,2006 TO: FROM: Attorney Jim Wall, Burnside Wall t.ttomel'\fane~rITOy;"Airgust"-l:awDepartmen!1 Geri A. Sams Contract for Professional Services RFP 06-140 Feasibility Study for Building and Operating a Professional level Drag Strip in Augusta, Georgia SUBJECT: Attached please find an original copy of the signed contract for professional services dated July 18, 2006 between the City of Augusta and C. H. Johnson Consulting, Inc. to conduct the above feasibility study. Please do not hesitate to contact me at (706) 821-2422 if there are any questions on this item. GAS/be Attachment (as indicated) cc: Fred Russell, Administrator Doreen Holmes, Purchasing Agent Room 605 - 530 Greene Street, Augusta, Georgia 30911 (706) 821-2422 - Fax (706) 821-2811 www.aul!Ustaea.eov Register at www demandstar.com/supolier for automatic bid notification CITY AUGUSTA, GEORGIA OFFICE OF THE ADMINISTRATOR CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT is made and entered into on the day of, July 18, 2006, by and between the City of Augusta, hereinafter called CITY, and C.H. Johnson Consulting, Inc., hereinafter called the CONSULTANT. The CITY engages the CONSULTANT to perform professional services for a project known and described as a Feasibility Study for Building and Operating a Professional Level Drag Strip, Request for Proposals (RFP) number 06-140, hereinafter called the "Request for Proposal (RFP)". SECTION I - SERVICES OF THE CONSULTANT The CONSULTANT shall perform the following professional services to CITY standards and in accordance with the degree of care and skill that a registered professional in Georgia would exercise under similar conditions: A. The CONSULTANT shall perform the scope of work as described in its submittal received in the City's Procurement Office. The Tasks listed below and in accordance to RFP 06-140. (See Exhibit "A" for a detailed scope of work). Task 1. Orientation and Data Review Task 3. Trend and Industry Review Task 5. Facilities Review Task 7. Financial Projections Analysis Task 9. Reports and Meetings Task 2.Market Support For a Drag Strip Task 4.Site Analysis Task 6.Demand Projections Task a.Economic and Fiscal Impact B. The CONSULTANT has assigned Charles H. Johnson, as the CONSULTANT Manager for this Contract. Prior written approval is required in the event the CONSULTANT needs to change any listed Consultant. The CIlY has accepted the CONSULTANT team as described in the "Best and Final Offer" any changes to the approved team shall require the approval of the City. C. The CONSULTANT shall prepare and submit a detailed opinion of probable cost of the Project as outlined in RFP 06-140. D. The CONSULTANT shall follow and comply with the Request for Proposal (06-140) Guide as directed by the CITY. E. The CONSULTANT shall submit all final documents in both hard copy and electronic format. Plans shall be PDF, TIF or AutoCAD compatible and all other documents shall be Microsoft Word compatible. The software version used shall be compatible to current City standards. Other support documents, for example, structural calculations, drainage reports and geotechnical reports, shall be submitted in hard copy only. SECTION II - PERIOD OF SERVICE The CONSULTANT will complete its analysis in no more than ten weeks of the "Notice to Proceed" date. In the event delays are experienced beyond the control of the CONSULTANT, the schedule may be revised as mutually agreed upon by the CITY and the CONSULTANT. SECTION 11I- CONSULTANT'S COMPENSATION A. The method of payment for this "Best and Final Offer" CONTRACT is (payment by installments as listed below). Total compensation for the services performed shall (be the sum of $25,000) or (not exceed $28,750) plus approved adjustments. (This fee includes an allowance of $3,750 for reimbursable exoenses, which in no event will ever be more than actual cost up to $3,750.) B. The CITY shall pay the CONSULTANT in installments based upon monthly progress reports and detailed invoices submitted by the CONSULTANT subject to the following limitations: 1. Preliminary design (20% plans), payments to the CONSULTANT shall not exceed 80% of the total CONTRACT amount. The final payment of 20% will be paid upon delivery of the final approval report. 15t Payment Upon Receipt of Draft Report of Tasks 1,2 and 3 in the amount of $5,000 2nd Payment Upon Receipt of Draft Updated Report to include update or changes to Tasks 1, 2 and 3. Workshop and Receipt of Task 4, 5 and 6 $5,000 3rd Payment Upon Receipt of Draft of Task 7, 8 and 9 $5,000 4th Payment Meeting/Presentation/Progress Report $5,000 Final Payment of $5,000 upon receipt of Final Approved Report 2. Prior to approval of the final design documents, payments to the CONSULTANTS shall not exceed 80% of the total CONTRACT amount. The final approval and payment will be made within a reasonable period of time regardless of the Request for Proposal construction schedule. 3. If the scope of work of this CONTRACT includes the preparation of studies, design concepts, or other investigations, progress payments shall not exceed 80% of the total CONTRACT amount prior to submittal of the final report deliverables. Final Payment of 20% will be paid upon delivery and acceptance of the FINAL REPORT approved by the City. 4. Payment for reimbursable expenses shall be made during all phases based on actual expenses. Receipts required for all expenses. 2 C. The CITY at its discretion may, by written notification, waive the above limitations. One of more waivers of any covenant, term or condition of this agreement by either party shall not be construed by the other party as a waiver of a subsequent breach of the same covenant, term or condition. D. The CITY shall make payments to the CONSULTANT within thirty (30) days after receipt of the progress report and detailed invoice. E. Payment requests must be mailed to the following address for approval.: Fred Russell, City Administrator- 530 Greene Street - Room 801 - Augusta, GA - 30911 SECTION IV - THE CITY'S RESPONSIBILITIES A. The CITY has designated its Administrator to manage this project during the term of this CONTRACT. The Administrator has the authority to administer this CONTRACT and shall monitor compliance with all terms and conditions stated herein. All requests for information from or a decision by the CITY on any aspect of the work shall be directed to the Administrator or his designee. B. The CITY shall review submittals by the CONSULTANT and provide prompt response to questions and rendering of decisions pertaining thereto, to minimize delay in the progress of the CONSULTANT'S work. The CITY will keep the CONSULTANT advised concerning the progress of the CITY'S review of the work. The CONSULTANT agrees that the CITY'S inspection, review, acceptance or approval of CONSULTANT'S work shall not relieve CONSULTANT'S responsibility for errors or omissions of the CONSUL TANT or its sub-consultant(s). SECTION V - TERMINATION The CITY, at its sole discretion, may terminate this CONTRACT for convenience or abandon any portion of the Project for which services have not been performed by the CONSULTANT, upon fourteen (14) days written notice delivered to CONSULTANT personally or by certified mail at: C.H. Johnson Consulting, Inc - 6 East Monroe - Suite 500 - Chicago, IL 60603. Pursuant to Augusta-Richmond County Chapter 10 - Adopted September 2, 1992. Immediately after receiving such notice, the CONSULTANT shall discontinue advancing the services under this CONTRACT and proceed to close said operations under this . CONTRACT. The CONSULTANT shall appraise the services it has completed and submit an appraisal to the CITY for evaluation. The CITY shall have the right to inspect the Consultant's work to appraise the services completed. CONSULTANT shall deliver to the CITY all drawings, special provisions, field survey notes, reports, estimates and any and all other documents or work product generated by the CONSULTANT under the CONTRACT, entirely or partially completed, together with all unused materials supplied by the CITY. In the event of such termination or abandonment, the CONSULTANT shall be paid for services performed prior to receipt of said notice of termination including reimbursable expenses then incurred. 3 If the remuneration scheduled hereunder is based upon a fixed fee or definitely ascertainable sum, the portion of such sum payable shall be proportionate to the percentage of services completed by the CONSULTANT based upon the scope of work set forth in Exhibit A, and shall be agreed upon mutually by the CONSULTANT and the CITY. However, in no event shall the fee exceed that set forth in Section III_of this CONTRACT. The CITY shall make final payment within sixty (60) days after the CONSULTANT has delivered the last of the partially completed items. In the event this CONTRACT is terminated, the CITY shall have the option of completing the work, or entering into a CONTRACT with another party for the completion of the work according to the provisions and agreements herein. SECTION VI- SUPPLEMENTAL CONTRACT PROVISIONS The supplemental contract provisions should include the Request for Proposal (06-140) and all related documents to this CONTRACT hereto and incorporated herein by reference as if fully set forth. The CONSULTANT warrants that the person who is signing this CONTRACT on behalf of the CONSULTANT is authorized to do so and to execute all other documents necessary to carry out the terms of this CONTRACT IN WITNESS WHEREOF, the parties hereto have executed this CONTRACT this day of July 14, 2006. CITY OF AUGUSTA, GEORGIA CITY ADMINISTRATOR CONSULTANT Certified to be a true and ex~ct copy, h-L/ C ~nkussell, City Administrator Charles H. Johnson IV, President Ref: Request for Proposal #06-140 Feasibility Study for Building and Operating a Professional Level Drag Strip 4 NOTICE TO PROCEED The CITY (Augusta, Georgia) engages the CONSULTANT (C.H. Johnson Consulting, Inc) to perform professional services for a project known and described as a Feasibility Study for Building and Operating a Professional Level Drag Strip, Request for Proposals (RFP) number 06-140. Pursuant to the terms of the RFP and contract, you are here by notified to commence work at the start of business on July 21, 2006. The CONSULTANT will complete its analysis in no more than ten weeks of the "Notice to Proceed" date. In the event delays are experienced beyond the control of the CONSULTANT, the schedule may be revised as mutually agreed upon by the CITY and the CONSULTANT. Unit Price: Total compensation for the services performed shall (be the sum of $25,000) or (not exceed $28,750) plus approved adjustments. (This fee includes an allowance of $3,750 for reimbursable expenses, which in no event will ever be more than actual cost up to $3,750.) Description of Work Directive: The CONSLJL TANT shall perform the scope of work as described in its submittal received in the City's Procurement Office. The Tasks listed below and in accordance to RFP 06-140. Task 1. Orientation and Data Review Task 3. Trend and Industry Review Task 5. Facilities Review Task 7. Financial Projections Task 9. Reports and Meetings Task 2.Market Support For a Drag Strip Task 4.Site Analysis Task 6.Demand Projections Task 8.Economic and Fiscal Impact Analysis Authorization: CITY ADMINISTRATOR CONSULTANT CertWied to be ('pOpy. cert~ ~d e ac ~t\ Fred Russell, City Administrator Date: "7 /; ~/v G Charles H. Johnson IV, resident 1!(q/O(P Date: 14H1=.c;:fH ClI1 Pol In I'