072125 Council Mtg Discussion Items with AttachmentsDISCUSSION ITEMS FOR
JULY 21, 2025
CITY COUNCIL MEETING
The documentation provided herewith consists of advance draft materials for review by Mayor
and City Council. Such documents may be revised prior to the actual Council meeting before any
formal consideration of same by Mayor and City Council. Said documents may also be revised by
way of a proper amendment made at the Council meeting. These documents are informational
only and not intended to represent the final decision of the Council.
Page 1 of 1
Administration Department
Interoffice Memorandum
TO: Mayor and City Council
FROM: Jim Clifford, City Administrator
DATE: July 18, 2025
SUBJECT: Regular City Council Meeting of July 21, 2025
REGULAR COUNCIL MEETING
ITEM 5. PERSONNEL:
a. Employee of the Quarter – April, May, and June 2025 – Craig McBride
b. Sgt. David Griffin, Public Safety, Retirement – Recognition of Service to the City of North
Augusta
Mayor Williams will recognize the above personnel.
NEW BUSINESS
ITEM 6. ENGINEERING & PUBLIC WORKS: Resolution No. 2025-24 Authorizing a Professional
Engineering Services Contract for the Georgia Avenue Traffic Calming Improvements, Phase 1
A resolution has been prepared for Council’s consideration to approve Authorizing a Professional
Engineering Services Contract for the Georgia Avenue Traffic Calming Improvements, Phase 1.
Please see ATTACHMENT #6 for a copy of the proposed resolution.
ITEM 7. ENGINEERING & PUBLIC WORKS: Resolution No. 2025-25 Authorizing a Professional
Engineering Services Contract for the Crestview-Woodlawn Drainage Improvements
A resolution has been prepared for Council’s consideration to approve Authorizing a Professional
Engineering Services Contract for the Crestview-Woodlawn Drainage Improvements.
Please see ATTACHMENT #7 for a copy of the proposed resolution.
RESOLUTION NO. 2025-24
AUTHORIZING A PROFESSIONAL ENGINEERING SERVICES CONTRACT FOR THE GEORGIA
AVENUE TRAFFIC CALMING IMPROVEMENTS, PHASE 1
WHEREAS, per Resolution No. 2022-31, the City entered into a professional
engineering services contract with Kimley-Horn to perform design services for the Georgia
Avenue Traffic Calming and Pedestrian Study; and
WHEREAS, per Resolution No. 2025-16, City Council adopted The Georgia Avenue
Traffic Calming and Pedestrian Study and authorized engineering and design of Phase 1 to
proceed; and
WHEREAS, per Resolution No. 2025-17, the City entered into a professional
engineering services contract for Transportation Engineering Services with Kimley-Horn; and
WHEREAS, Kimley-Horn has submitted a Scope of Services and Fee Proposal in the
amount of $313,745, as attached hereto, marked as Exhibit A; and
WHEREAS, the Director of Engineering & Public Works recommends that issuance of
a Work Authorization to Kimley-Horn to be in the best interest of the City.
NOW THEREFORE, BE IT RESOLVED by the Mayor and City Council of the City of
North Augusta, South Carolina, in meeting duly assembled and by the authority thereof that,
Kimley-Horn shall be authorized to perform Professional Engineering Services for the Georgia
Avenue Traffic Calming Improvements, Phase 1, for the amount not-to-exceed $313,745.
BE IT FURTHER RESOLVED that funding for this Work Authorization shall be from
the CPST IV Fund.
BE IT FURTHER RESOLVED THAT THE City Administrator is authorized to execute
any documents required for the entering into of this contract.
DONE, RATIFIED AND ADOPTED BY THE MAYOR AND CITY COUNCIL OF THE
CITY OF NORTH AUGUSTA, SOUTH CAROLINA, ON THIS ______ DAY OF JULY, 2025.
Briton S. Williams, Mayor
ATTEST:
Jamie Paul, City Clerk
ATTACHMENT #6 Page 1 of 7
rev 1/2021
INDIVIDUAL PROJECT ORDER NUMBER 01
Describing a specific agreement between Kimley-Horn and Associates, Inc. (the Consultant), and CITY
OF NORTH AUGUSTA, SC (the Client) in accordance with the terms of the Master Agreement for
Continuing Professional Services dated June 27, 2025, which is incorporated herein by reference.
Identification of Project:
Project Name: Georgia Avenue Traffic Calming Design
KH Project Manager: Joe Robertson, P.E., PTOE, RSP2I
Project Number: 019901001
Specific scope of basic Services:
Design of the traffic calming, pedestrian safety, and roadway improvements identified as “Phase 1” of the
Georgia Avenue Traffic Calming Pedestrian Access Study. The design extents are along Georgia Avenue
and its intersections from Center Street in the south, to Forest Avenue in the north, as well as Carolina
Avenue between Georgia Avenue and Forest Avenue. The following tasks outline our proposed scope of
services.
Task 1 – Survey & Mapping (Cranston Engineering)
Kimley-Horn proposes to subcontract Cranston Engineering to complete field surveying and mapping of
the street right-of-way using traverses near the true lies, to recover or identify property corners, to locate
existing improvements and structures within the corridor including accessible utilities, trees, paint striping,
curbing, signage, etc. and to topographically map the terrain elevations suitable to produce a map with 1-
foot contour intervals supplemented by existing spot shots. The survey datums used will be NAD83 for
horizontal and NAVD88 for vertical control.
Cranston has included scope for an underground utility location service through the project corridor. This
includes Ground Penetrating Radar (GPR) and radio signal generated equipment to identify underground
utilities for marking on the surface. Survey teams will locate the markings, which will be incorporated into
the basemap. The accuracy of the underground utility location is not guaranteed.
Deliverables: Cranston will deliver a topographic feature survey with right-of-way information shown based
on field-located property corners and research. We estimate a duration of sixty (60) days for this service.
Task 2 – Design Services
The following is a summary of the specific items included as part of these design services:
Roadway Design
• Horizontal Layout Design
o Buena Vista Avenue to Forest Avenue
• Typical Section Design
• Vertical Layout Design
o Spring Grove Avenue to Forest Avenue
• Median Design
o Pine Grove to Spring Grove
• Curb Ramp Design
o Pine Grove Avenue and Spring Grove Avenue Intersections
Exhibit A
ATTACHMENT #6 Page 2 of 7
rev 1/2021
• Improved Pedestrian RRFB Crossing Design
o Pine Grove Avenue
o Near Clifton Avenue
Curb & Drainage Design
• New Curb Layouts & Relocation of Existing Drainage
o Spring Grove Avenue to Jackson Avenue
• Drainage & CSWPP Reports
Signing and Pavement Markings
• Pavement Markings & SCDOT Signage
o Center Street to Forest Avenue
• On-street parking reconfiguration and striping
• ADA parking space design
• Implementation of Wayfinding Plan signage upgrades and replacement
Landscape & Lighting Design Coordination
• Coordinate with City’s Landscape Professional on a plan layout for new lighting and landscaping.
Kimley-Horn will arrange, prepare for, and attend one (1) early coordination meeting with the City and
SCDOT District staff to discuss the project based on the previously prepared conceptual design.
Based on the comments received on conceptual design, Kimley-Horn will develop roadway permit plans.
Permit plans will consist of the following: cover, general notes, roadway plans, profile, cross sections, major
utility relocation by others, permanent pavement markings, traffic control plans, storm drainage
improvements and erosion control. Kimley-Horn will prepare reproducible permit plans in general
accordance with City and SCDOT general procedures and policies relating to local roadway design. Kimley-
Horn will utilize SCDOT standard details for roadway, utility and drainage elements, and pavement
markings. The intent of the drainage design will be to substantially maintain the existing drainage patterns,
collection, and conveyance. It is assumed that stormwater improvements downstream of the roadway work
will not be required.
The Consultant will prepare Drainage and CSWPP reports. The reports will be submitted to the City for
MS4 approval. It is assumed that SCDES permitting will not be necessary.
It is assumed that Utility Coordination will only consist of notifying utilities verified by SC 811. The consultant
will share the plans with the Utility owners and it will be the responsibility of the Utility Owner to make any
decision of needs to relocate.
It is assumed that no right-of-way acquisition or property owner coordination will be necessary for the project
as a part of these improvements. As such, any coordination or exhibits associated with the project will
require additional services, if deemed necessary.
Kimley-Horn will prepare a preliminary opinion of probable construction cost (OPCC) using current local
and/or SCDOT unit costs for highway construction. Right-of-way and/or easement acquisition costs will not
be included. Utility relocation costs also will not be included in the OPCC.
Exhibit A
ATTACHMENT #6 Page 3 of 7
rev 1/2021
Task 3 – Public Engagement
Kimley-Horn will coordinate with the City to obtain property owner information for parcels impacted by the
planned improvements along Georgia Avenue. Kimley-Horn will prepare one (1) postcard-style
informational mailer to be sent by the City to all impacted property owners notifying them of the planned
improvements. The mailer will include a project webpage link for online public comment related to the
project. Kimley-Horn will prepare one (1) informational exhibit to be posted online by the City to provide
the public with an overview of the planned improvements and receive public comments for a 30-day period.
Kimley-Horn will prepare a project information website to share information with the public and gather
comments and input. The website will be active for a period of up to six months.
Kimley-Horn will prepare for and attend one (1) drop-in style public information workshop. The City will be
responsible for reserving a meeting location and advertising the workshop. Kimley-Horn will prepare
meeting materials and display graphics appropriate for the meeting.
Upon the end of the public comment period, Kimley-Horn will coordinate with the City to provide responses
to public comments as necessary. Any additional project mailers, exhibits, or public meetings will be
considered additional services.
Task 4 – SCDOT Coordination
Kimley-Horn will arrange, prepare for, and attend an early coordination meeting with SCDOT District Seven
staff to discuss the project. Kimley-Horn will prepare and submit an SCDOT Encroachment Permit
application and will regularly coordinate with SCDOT to address comments and obtain permit approval.
It is assumed that all permit plan review for the project will be performed by SCDOT District staff, and it is
assumed that the permit plans will not be sent to SCDOT Headquarters for review.
Task 5 – Permitting
Kimley-Horn will submit one (1) electronic copy of the permit plans to SCDOT and the City for review.
Kimley-Horn will attend up to one (1) meeting with SCDOT and up to one (1) meeting with the City to review
the permit plans.
Kimley-Horn will revise the permit plans in accordance with agency review comments and coordination with
the City and SCDOT.
Kimley-Horn assumes that agency comments will include up to two (2) additional rounds of SCDOT and
City comments before submitting final roadway design drawings. If SCDOT and the City approves the final
plans, Kimley-Horn will submit an electronic copy of the final sealed plans to the Client for construction.
Exhibit A
ATTACHMENT #6 Page 4 of 7
rev 1/2021
Task 6 – Bid Phase Services
Kimley-Horn will prepare a bid package for the Georgia Avenue improvements. Included within the bid
package will be instructions for bidders, general conditions and provisions, supplemental specifications,
special provisions, project utility report, contract documents, and closeout documents. Kimley-Horn will
issue plan sets to bidders as necessary. Kimley-Horn will respond to RFI's relating to the Bid Documents
as necessary.
Kimley-Horn will attend one (1) Pre-Bid Meeting with the City. The City is to provide the location for the Pre-
Bid Meeting.
Kimley-Horn will attend one (1) Bid Opening Meeting with the City. The City is to provide the location for
the Bid Opening Meeting. Kimley-Horn will evaluate bids based on fee and compliance with the plans and
assist the City with naming the successful bidder(s).
Task 7 – Construction Administration (Cranston Engineering)
Kimley-Horn proposes to subcontract the following services to Cranston Engineering during the
construction phase (6 months estimated) on a time and material basis:
• Coordinate and attend one (1) pre-construction meeting
• Review contractor product submittals and shop drawings
• Respond to contractor’s RFI’s
• Review contractor’s pay applications. A site visit to observe the work in progress will be completed
in conjunction with each pay application review. • Facilitate the change order process as requested by the Owner
• Perform periodic construction observation for general design and permit compliance. We have
accounted for two (2) visits per month to include the pay application review site visit.
• Perform a final site walk for general design compliance.
• Prepare a punch list of identified site design deficiencies that need to be corrected
prior to processing the final pay application. Cranston will complete one (1) final site visit
following notification of punch list completion. • Review as‐built survey of the constructed site provided by the Client or contractor’s
licensed surveyor, if required.
• Provide final Engineer’s letter, if required.
• Submit appropriate documentation in the form of a closeout package to the City and
appropriate regulatory agencies, if required.
• Should the construction duration extend beyond that assumed, then we will respectfully
request an amendment to our contract commensurate with the extended schedule.
Deliverables: Field report per site visit, meeting minutes, compliance documentation.
Subconsultant Reimbursables (Cranston Engineering)
Reimbursable expenses include miscellaneous costs such as mileage and plan reproduction.
Task 8 – Project Management & Meetings
Kimley-Horn will provide overall management of all design efforts including the management of the
subconsultant. Kimley-Horn will schedule bi-weekly virtual meetings with the City to discuss the project
status.
Exhibit A
ATTACHMENT #6 Page 5 of 7
rev 1/2021
Kimley-Horn will prepare monthly invoices for City review, approval, and payment. This will include review
of subconsultant invoices and cost submittals included for payment in monthly invoices and monitor
payments to subconsultants for services provided.
Kimley-Horn will attend up to five (5) in-person meetings as necessary to discuss the project with City staff
and leadership, including attendance/presentation at City Council Meetings. This task includes time and
expenses related to travel and materials production for meetings and presentations.
Additional Services if required:
• Hydraulic design services
• Consultant Landscape or lighting design services
• Additional public meetings
• Traffic Analysis
• Traffic Signal design services
• Geotechnical engineering services
• Roundabout design services
• As built survey following construction
Schedule:
We will provide our services as expeditiously as practicable to meet a mutually agreed upon schedule.
Exhibit A
ATTACHMENT #6 Page 6 of 7
rev 1/2021
Terms of compensation:
For the services set forth above, Client shall pay Consultant the following compensation:
Table A – SERVICES
Task Description Fee Type Total
1 Surveying (Cranston Engineering) Lump Sum $74,955
2 Design Services Lump Sum $125,000
3 Public Engagement Lump Sum $10,000
4 SCDOT Coordination Hourly NTE $15,000
5 Permitting Hourly NTE $10,000
6 Bid Phase Services Lump Sum $15,000
7 Construction Administration (Cranston Engineering) Not to
Exceed $36,990
Exp. Subconsultant Reimbursables (Cranston
Engineering)
Not to
Exceed $1,800
8 Project Management & Meetings Lump Sum $25,000
ACCEPTED:
CITY OF NORTH AUGUSTA, SC KIMLEY-HORN AND ASSOCIATES, INC.
BY: BY:
TITLE: TITLE:
P.E. No.: ___________________________
DATE: DATE:
Exhibit A
ATTACHMENT #6 Page 7 of 7
RESOLUTION NO. 2025-25
AUTHORIZING A PROFESSIONAL ENGINEERING SERVICES CONTRACT FOR THE
CRESTVIEW-WOODLAWN DRAINAGE IMPROVEMENTS
WHEREAS, the 2025 Annual Municipal Budget includes a list of Stormwater
Management Capital Improvement Projects in the Stormwater Utility Fund; and
WHEREAS, the #2 project on the list is “Paved Ditch between Fairway & Crestview”
(hereinafter referred to as “Crestview-Woodlawn Drainage Improvements”); and
WHEREAS, frequent impacts to private property due to deterioration of the existing
drainage ditch has prompted this project to be moved to the highest priority; and
WHEREAS, per Resolution No. 2025-03, the City entered into an on-call professional
engineering services contract for storm drainage capital projects with Thomas & Hutton (T&H);
and
WHEREAS, T&H has submitted a Scope of Services and Fee Proposal in the amount of
$59,800 for engineering services, as attached hereto, marked as Exhibit A; and
WHEREAS, the Director of Engineering & Public Works recommends that issuance of
a Work Authorization to T&H to be in the best interest of the City.
NOW THEREFORE, BE IT RESOLVED by the Mayor and City Council of the City of
North Augusta, South Carolina, in meeting duly assembled and by the authority thereof that, T&H
shall be authorized to perform Professional Engineering Services for the Crestview-Woodlawn
Drainage Improvements for the amount of $59,800.
BE IT FURTHER RESOLVED that funding for this Work Authorization shall be from
the Stormwater Utility Fund.
BE IT FURTHER RESOLVED THAT THE City Administrator is authorized to execute
any documents required for the entering into of this contract.
DONE, RATIFIED AND ADOPTED BY THE MAYOR AND CITY COUNCIL OF THE
CITY OF NORTH AUGUSTA, SOUTH CAROLINA, ON THIS ______ DAY OF JULY, 2025.
Briton S. Williams, Mayor
ATTEST:
Jamie Paul, City Clerk
ATTACHMENT #7 Page 1 of 21
_______ CLIENT’S INITIALS
_______ CONSULTANT’S INITIALS
July 11, 2025
Mr. Thomas Zeaser, PE
City of North Augusta Engineering & Public Works Department
100 Georgia Avenue
North Augusta, SC 29841
Re: Crestview-Woodlawn Ditch Improvements
North Augusta, Aiken County, South Carolina
Letter Agreement for Services
Dear Mr. Zeaser:
Thank you for requesting our engineering services for the Crestview-Woodlawn Ditch Improvement
Project.
Our services will consist of the General Consulting, General Study/Report, Survey, Design, Permit,
and Construction Services Phases, as set forth in the Scope of Work and supplemental exhibits
attached hereto, and such additional services as you may request during the course of the
Project. We understand that you will furnish Thomas & Hutton with full information as to your
requirements, including any special or extraordinary considerations for the Project and will make
all pertinent existing data available to us.
Payment for our services will be as described in the attached Master Agreement for Professional
Civil Engineering Services by and between City of North Augusta and Thomas & Hutton, dated
March 4, 2025. You will be billed monthly for our services rendered and for Reimbursable Expenses.
We propose that payment for our services will be as follows:
Fee or Time &
Phase Fee Structure Expense Budget
General Consulting: Time & Expense – Budget $ 2,800.00
General Study/Report: Lump Sum $ 9,500.00
Survey: Lump Sum $ 18,500.00
Design: Lump Sum $ 13,900.00
Permit: Time & Expense – Budget $ 3,800.00
Construction Services: Time & Expense – Budget $ 9,800.00
Reimbursable Expenses: Time & Expense – Budget $ 1,500.00
Additional Services: Time & Expense – See “Consulting Services Rate Sheet”
Total: $ 59,800.00
The above fee arrangements are based on prompt payment of our invoices and the orderly
and continuous progress of the Project through completion.
Exhibit A ATTACHMENT #7 Page 2 of 21
Mr. Thomas Zeaser, PE
City of North Augusta Engineering & Public Works Department
Letter Agreement for Services
July 11, 2025
Page 2
_______ CLIENT’S INITIALS
_______ CONSULTANT’S INITIALS
It is necessary that you advise us in writing at an early date if you have budgetary limitations for
the overall Project cost or Construction Cost. We will endeavor to work within those limitations. At
appropriate times during the Design Phase, we can submit to you our opinions as to the probable
Construction Cost of the Project. We do not guarantee that our opinions will not differ materially
from bids or negotiated prices.
This proposal between the City of North Augusta (“Client”), and Thomas & Hutton Engineering Co.
(“Consultant” or “Thomas & Hutton”), consisting of the Scope of Services, Master Agreement for
Professional Civil Engineering Services by and between City of North Augusta and Thomas &
Hutton, dated March 4, 2025, Consulting Services Rate Sheet, and this Letter Agreement with
authorizing signatures, represents the entire understanding between Client and Thomas & Hutton
with respect to the Project. This Letter Agreement may only be modified if completed in writing
and signed by both parties.
Thomas & Hutton will begin work on this Project upon receipt of an executed copy of this Letter
Agreement or a written authorization to proceed in accordance with this proposal.
If the arrangements set forth in this Letter Agreement are acceptable to you, please sign and
initial the enclosed documents in the spaces provided below and return to Thomas & Hutton. This
proposal will be open for acceptance until September 30, 2025, unless changed by Thomas &
Hutton in writing. We appreciate the opportunity to prepare this proposal and look forward to
working with you on the Project.
The parties agree and acknowledge that this Agreement may be executed by electronic
signature, and the parties may rely upon such electronic signatures as an original record of
signature.
Respectfully,
THOMAS & HUTTON ENGINEERING CO.
By
William Lamb, PE
Water Resources Group Leader
By
Kayla LaRue, PE, CFM
Project Manager
Exhibit A ATTACHMENT #7 Page 3 of 21
Mr. Thomas Zeaser, PE
City of North Augusta Engineering & Public Works Department
Letter Agreement for Services
July 11, 2025
Page 3
_______ CLIENT’S INITIALS
_______ CONSULTANT’S INITIALS
Enclosures: Scope of Services
Master Agreement for Professional Civil Engineering Services between City of North
Augusta and Thomas & Hutton, dated March 4, 2025
Consulting Services Rate Sheet
ACCEPTED: _________________________, 2025
By
TITLE
Exhibit A ATTACHMENT #7 Page 4 of 21
SCOPE OF SERVICES TO LETTER AGREEMENT FOR SERVICES BETWEEN
THOMAS & HUTTON ENGINEERING CO. (CONSULTANT) AND
CITY OF NORTH AUGUSTA (CLIENT)
CRESTVIEW-WOODLAWN DITCH IMPROVEMENTS JULY 11, 2025
_______ CLIENT’S INITIALS
1
_______ CONSULTANT’S INITIALS
SCOPE OF SERVICES
Based on an initial site visit with the City of North Augusta, the existing concrete-lined drainage
ditch behind the lots between Crestview Ave and Woodlawn Ave in the Bahama Heights
neighborhood has become severely eroded and is partially blocked with debris. After an initial
consultation with the City of North Augusta, Thomas & Hutton plans to help the City address the
issues through a ditch improvement project. The ditch improvement project would include
reshaping the portions of the channel to provide sufficient capacity and relining the channel with
concrete to provide for a stable, low-maintenance solution.
Figure 1 - Project Area Map
Thomas & Hutton has prepared the following scope of work to assist the City of North Augusta in
surveying, designing, permitting, and constructing the proposed ditch improvement project.
Exhibit A ATTACHMENT #7 Page 5 of 21
SCOPE OF SERVICES TO LETTER AGREEMENT FOR SERVICES BETWEEN
THOMAS & HUTTON ENGINEERING CO. (CONSULTANT) AND
CITY OF NORTH AUGUSTA (CLIENT)
CRESTVIEW-WOODLAWN DITCH IMPROVEMENTS JULY 11, 2025
_______ CLIENT’S INITIALS
2
_______ CONSULTANT’S INITIALS
1. SCOPE OF SERVICES
A. General Consulting Phases
1. Project Coordination
Consultant will provide monthly invoicing and progress updates throughout
the life of the project. Consultant will keep Client informed of any design or
schedule changes. Consultant coordinate with subconsultants and internal
staff.
2. Project Meetings
The Consultant shall coordinate the project with Owner and attend up to
two (2) meetings in support of the project. Meetings may include
coordination meetings with the City of North Augusta, on-site meetings, or
project update meetings. Should additional meetings be required, Owner
may be required to authorize additional funds.
B. General Study/Report Phases
1. Hydrologic and Hyrdaulic Study
Consultant will prepare a hydrologic model to estimate peak runoff rates in
the upper and lower portions of the proposed ditch improvement project.
Consultant will prepare a hydraulic model to include the existing drainage
pipes on the upper end of the project reach along Crestview Ave, the
existing drainage pipes on lower end of the project along W. Woodlawn
Ave, and along the proposed ditch improvement areas. The model will be
used to estimate water surface elevations and velocities along the
proposed ditch improvement area for various design storms and to select
proposed dimensions for the improved ditch in order to strike a balance
between maximizing its level-of-service and managing the overall project
cost.
C. Survey Phases
Based upon the project area defined above, Consultant will perform the following
Survey Phase tasks using our local subconsultant, Jachens Land Surveying, Inc.:
1. Boundary Survey
Surveyor will conduct a boundary survey of the Project site as depicted by
Figure 1. The boundary survey shall be performed in conformance with the
minimum standard requirements for the appropriate location. Boundary
surveys shall consist of locating the lines and/or corners of tracts of land as
per deed descriptions and other evidence found on the ground. Work will
include running a basic field traverse, review of record deeds and plats,
calculations and analysis of evidence found, establishment of lines, and
preparation of a plat to a suitable scale and size for recording in the office
of the appropriate agency (ex. Clerk of Superior Court) in accordance with
State standards. Survey will not be prepared in conformance with ALTA
standards.
Exhibit A ATTACHMENT #7 Page 6 of 21
SCOPE OF SERVICES TO LETTER AGREEMENT FOR SERVICES BETWEEN
THOMAS & HUTTON ENGINEERING CO. (CONSULTANT) AND
CITY OF NORTH AUGUSTA (CLIENT)
CRESTVIEW-WOODLAWN DITCH IMPROVEMENTS JULY 11, 2025
_______ CLIENT’S INITIALS
3
_______ CONSULTANT’S INITIALS
2. Topographic Survey
Surveyor will prepare a topographic survey of the site for use in planning
and engineering design. Surveyor shall obtain vertical and horizontal data
required to produce a 1-foot contour topographic map, in accordance
with State requirements. Surveyor shall field locate known visible drainage
within the project limits.
3. Tree Survey
Surveyor will prepare a tree survey for the Project site in accordance with
directions from Client. Surveyor will field locate specimen trees as required
by the City of N. Augusta to generally include all trees of 8” DBH or greater.
Trees will be located within the project area shown on Figure 1.
4. Easement Plat Preparation
Surveyor will prepare up to thirteen easement plats in accordance with
State and local law. The plats will be based on the project area and
requirements detailed be the Client. It is assumed that Client will be
responsible for easements acquisition.
D. Design Phases
After completion of Survey Phase and Client approval, Consultant will
prepare ditch improvement plans. These plans will be submitted to Client
for review. The ditch improvement plans will include:
· Grading – proposed contours and grading information.
· Drainage – structure location, channel route and size, inverts and
slopes, including preparation of design calculations.
· Profiles – proposed concrete-lined ditch.
· Construction Details – drainage and erosion control.
· Quantity Takeoff and Opinion of Probable Construction Cost for
proposed ditch improvements, demolition, sediment and erosion
control, including cut and fill calculations for earthwork.
· Technical specifications for clearing, earthwork, drainage systems,
and roads.
· Design calculations – storm drainage.
E. Permit Phases
Consultant will assist Client with the preparation of submittal packages for the
development approval. Consultant will submit final plans and specifications to the
applicable local, state, and federal agencies for review. Agency submittals
anticipated for this Project include:
· SCDES
· City of North Augusta
· SCDOT
Consultant will assist Client in obtaining construction permits for the Project. This
phase includes revising plans and specifications according to regulating agency
comments and, if requested, meeting with the agencies on behalf of Client.
Exhibit A ATTACHMENT #7 Page 7 of 21
SCOPE OF SERVICES TO LETTER AGREEMENT FOR SERVICES BETWEEN
THOMAS & HUTTON ENGINEERING CO. (CONSULTANT) AND
CITY OF NORTH AUGUSTA (CLIENT)
CRESTVIEW-WOODLAWN DITCH IMPROVEMENTS JULY 11, 2025
_______ CLIENT’S INITIALS
4
_______ CONSULTANT’S INITIALS
1. Construction NPDES Permitting
Consultant will assist Client in compliance with the requirements of the
permit to discharge storm water associated with construction activities.
When requested by Client, this assistance may include:
· Submit Notice of Intent (NOI) to the applicable State on behalf of
Client (as a Primary Permittee). This will include a certification that
the Stormwater Pollution Prevention Plan (SWPPP) has been
prepared in accordance with the South Carolina Construction
General Permit.
· Prepare and submit, as warranted, amendments to the SWPPP.
Consultant’s services do not include:
· Qualified personnel to monitor maintenance of erosion and
sediment control measures.
· Continuous monitoring of maintenance of erosion and sediment
control measures.
· Monitoring of NTU’s at outfalls or receiving streams.
· Submittal of monthly reports to appropriate governing regulatory
agency.
· Submittal of Notice of Termination (NOT) and certification.
2. Encroachment Permitting
Consultant will assist client in preparing and submitting an SCDOT
encroachment permit application for a temporary construction entrance
to access the project site during construction.
F. Construction Service Phases
Consultant will provide the following services for the Construction Phase:
1. Bid Process
Consultant will assist Client during the Bid Phase. The service will be provided
on a Time and Expense basis. Services provided during this phase may
include responding to contractor questions. Personnel time will be detailed
on monthly invoices.
2. Construction Observation
During construction, Consultant will provide the following services:
· Review material data, shop drawings, and construction schedules
provided by the contractor.
· Provide construction observation and monitoring to ascertain that
the work is in substantial conformance with the contract documents
and with the design intent.
· Attend final field inspections by regulating agencies for the project.
Exhibit A ATTACHMENT #7 Page 8 of 21
SCOPE OF SERVICES TO LETTER AGREEMENT FOR SERVICES BETWEEN
THOMAS & HUTTON ENGINEERING CO. (CONSULTANT) AND
CITY OF NORTH AUGUSTA (CLIENT)
CRESTVIEW-WOODLAWN DITCH IMPROVEMENTS JULY 11, 2025
_______ CLIENT’S INITIALS
5
_______ CONSULTANT’S INITIALS
For the purposes of this proposal, Consultant assumes that construction will
last for approximately six (6) weeks. Construction observation and
monitoring does not include exhaustive or continuous on–site inspections to
check the quality or quantity of the Contractor's work. However, it does
include visits to the project site at intervals appropriate to the various stages
of construction to review general compliance with approved plans and
specifications (generally 1 visit per week). Such visits and observations will
not require Consultant to assume responsibilities for the means and
methods of construction, nor for safety measures or conditions on the job
site. Both parties understand that the contractor has notification
requirements at specific intervals of the construction process. Consultant
does not provide accessibility construction compliance verification. This
service can be provided at the request of Client with specific scopes and
fees.
Consultant provides construction services as defined above for the work
designed by Consultant. Other construction work that may occur on site is
the responsibility of other design professionals or Client and expressly not
the responsibility of Consultant.
3. Record Drawing
Consultant will prepare record drawings based on information supplied by
Client’s contractor. Client’s contractor will provide a survey regarding any
constructed facilities. The survey provided by the contractor shall be
certified by a registered surveyor licensed in the state in which the work is
performed, if required by the governing agency. The scope does not
include field work on the part of Consultant. The information will be
compiled in an AutoCAD format by the contractor and submitted to
Consultant. Consultant will review this information to ensure that the
information submitted meets the intended design. Consultant will not verify
or certify that the information submitted by the contractor or contractor
representative is correct. Consultant will submit this information to the
reviewing agency. The record drawings will meet the requirements of the
City of North Augusta record drawing specifications at the time this
Agreement is executed. In addition, the record drawings will include:
· Storm drainage/channel structures, inverts, and frame elevations
· The scope does not include the location or depth of any power,
telephone, cable television, or natural gas lines.
· The record drawings will be compiled from field information
collected during the survey phase, contractor’s notes, and
observations made by Consultant. The data will be presented in a
format for the reviewing agency’s review.
Additional information required by the reviewing agency
beyond what is reasonable and customary for record
drawings, will be billed as additional services. Examples are
as follows:
~ Geodetic coordinates for structures, fittings, or pipes
~ Profiles for streams and storm drainage
Exhibit A ATTACHMENT #7 Page 9 of 21
SCOPE OF SERVICES TO LETTER AGREEMENT FOR SERVICES BETWEEN
THOMAS & HUTTON ENGINEERING CO. (CONSULTANT) AND
CITY OF NORTH AUGUSTA (CLIENT)
CRESTVIEW-WOODLAWN DITCH IMPROVEMENTS JULY 11, 2025
_______ CLIENT’S INITIALS
6
_______ CONSULTANT’S INITIALS
4. Project Close–out
During construction, Consultant will provide the following services:
· Submit Record Drawings and make revisions as requested by the
City of North Augusta
· Attend final field inspections by regulating agencies for the project.
· Request project acceptance by applicable agencies including
necessary documents as required by the City of North Augusta, and
SCDES.
Our fee is based upon the project being closed out as a single phase.
G. Exclusions
Unless a specific scope is included in this Agreement, these items are not included
in the Scope of Services:
· Wetland delineation and US Army Corps of Engineers permitting
· Threatened and endangered species assessments
· Cultural resources or archeological assessments
· Water or sanitary sewer design
· Accessibility construction compliance verification
· Phase One or Phase Two Environmental Assessments
· Interior Courtyard Design
· Roadway design
· Off–site work unless specifically covered in the Scope of Services
· Approvals or permits other than those related to the Scope of Services
covered by this Agreement
· Act as an expert witness for legal activities
· Telephones, cable television, gas, and power distribution systems
These items can be coordinated or provided, if requested by Client in writing.
2. PERIODS OF SERVICE
A. General Consulting Phases
After receipt of a written notice to proceed from Client, Consultant will commence
work within fourteen (14) calendar days after receipt and complete work
described in this phase within three hundred and sixty five (365) calendar days.
B. General Study/Report Phases
After receipt of a written notice to proceed from Client, Consultant will commence
work within thirty (30) calendar days after receipt and complete work described in
this phase within sixty (60) calendar days.
Exhibit A ATTACHMENT #7 Page 10 of 21
SCOPE OF SERVICES TO LETTER AGREEMENT FOR SERVICES BETWEEN
THOMAS & HUTTON ENGINEERING CO. (CONSULTANT) AND
CITY OF NORTH AUGUSTA (CLIENT)
CRESTVIEW-WOODLAWN DITCH IMPROVEMENTS JULY 11, 2025
_______ CLIENT’S INITIALS
7
_______ CONSULTANT’S INITIALS
C. Survey Phase
After Client approves the concept plan, Consultant will commence work within
thirty (30) calendar days after receipt and complete work described in this phase
within sixty (60) calendar days.
D. Design Phase
After the Survey Phase required for design is complete, Consultant will commence
work within fourteen (14) calendar days and complete work described in this phase
within sixty (60) calendar days.
E. Permit Phase
After approval of design and permit applications from Client, Consultant will submit
permit applications within one fourteen (14) calendar days.
F. Construction Services Phase
After notification of construction start date from Client, Consultant will commence
work within fourteen (14) calendar days after receipt and complete work
described in this phase within sixty (60) calendar
Exhibit A ATTACHMENT #7 Page 11 of 21
Ex
h
i
b
i
t
A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
12
of
21
Ex
h
i
b
i
t
A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
13
of
21
Ex
h
i
b
i
t
A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
14
of
21
Ex
h
i
b
i
t
A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
15
of
21
Ex
h
i
b
i
t
A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
16
of
21
Ex
h
i
b
i
t
A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
17
of
21
Ex
h
i
b
i
t
A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
18
of
21
Ex
h
i
b
i
t
A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
19
of
21
Ex
h
i
b
i
t
A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
20
of
21
__
_
_
_
_
_
_
_
_
_
_
CLI
E
N
T
´S
INI
T
I
A
L
S
__
_
_
_
_
_
_
_
_
_
_
CON
S
U
L
T
A
N
T
´S
INI
T
I
A
L
S
2025 CONSULTING SERVICES RATE SHEET
WWW.THOMASANDHUTTON.COM
Revised January 2, 2025
Thomas & Hutton provides services on a time and expense basis as follows:
1. This basis includes allowance for direct salary expenses and for direct non–salary expenses. It also provides for services we may subcontract to others.
2. Direct salary expenses are generally based upon our payroll costs. The payroll costs include the cost of salaries and wages (including sick leave, vacation, and holiday pay) for time directly chargeable to the project; plus, unemployment, excise, payroll taxes, and contributions for social security, employment compensation insurance, retirement
benefits, and medical and insurance benefits.
The current hourly rate charges for each skill position for 2025 are as follows:
Hourly Rate Engineer Survey Landscape GIS Quality Control Business/ Administrative
$ 320.00 Consultant Consultant Consultant Consultant Consultant
$ 290.00 Senior Manager Senior Manager Survey Party (3–Men) Senior Manager Senior Manager Senior Manager Senior Manager
$ 265.00 Project Manager V Project Engineer V Survey Manager V Project Surveyor V Landscape Architect V LA Project Manager V GIS Manager V
$ 240.00 Project Manager IV Project Engineer IV Survey Manager IV Project Surveyor IV Landscape Architect IV LA Project Manager IV GIS Manager IV Senior Application Developer IV, Software/Computer Consultant IV
$ 230.00 Project Manager III
Project Engineer III
Survey Manager III
Project Surveyor III
Landscape Architect III
LA Project Manager III GIS Manager III Senior Application Developer III,
Software/Computer Consultant III
$ 215.00 Project Manager II
Project Engineer II
Survey Manager II
Project Surveyor II
Survey Party (2–Men)
Landscape Architect II
LA Project Manager II GIS Manager II Construction Administrator II Senior Application Developer II,
Software/Computer Consultant II
$ 200.00 Project Manager I
Project Engineer I
Survey Manager I
Project Surveyor I
Landscape Architect I
LA Project Manager I GIS Manager I Construction Administrator I
Field Representative V
Grant Administrator, Senior
Application Developer I,
Software/Computer Consultant I
$ 180.00 Designer IV
Engineering Technician IV
Staff Surveyor V
Survey Field Supervisor Landscape Designer IV GIS Analyst IV Field Representative IV Application Developer IV
$ 170.00 Designer III
Engineering Technician III Staff Surveyor IV Landscape Designer III GIS Analyst III Field Representative III Application Developer III
Permit Coordinator III
$ 160.00 Designer II
Engineering Technician II
Staff Surveyor III
Survey Party (1–Man) Landscape Designer II GIS Analyst II Field Representative II Application Developer II
Permit Coordinator II, Admin IV
$ 145.00 Designer I
Engineering Technician I Staff Surveyor II Landscape Designer I GIS Analyst I Application Developer I
Permit Coordinator I
$ 125.00 CADD Technician III Staff Surveyor I Survey Technician III Landscape Technician III GIS Technician III
$ 115.00 CADD Technician II Survey Technician II Landscape Technician II GIS Technician II Field Representative I Admin III
$ 110.00 CADD Technician I Survey Technician I Landscape Technician I GIS Technician I
$ 105.00 Admin II
$ 100.00 Admin I
$ 485.00 Expert Witness
3. When warranted, overtime will be charged for any non–salary employees. Overtime hours will be billed at 1.5 times the individual’s charge rate.
4. Direct non–salary (reimbursable) expenses, including printing, reproduction, air travel, lodging, and meals are billed at cost. Travel in company or private vehicles will be billed at the IRS Standard Mileage Rate and may be revised based on fuel pricing. Outside consultant fees will be billed at 1.15 times the cost.
5. All rates and charges are effective through December 31st, 2025, including printing, reproductions, materials, and travel and are subject to change at that time. New rates and costs will become immediately effective to contracts in effect at the time of rate changes.
Exhibit A
AT
T
A
C
H
M
E
N
T
#7
Pa
g
e
21
of
21