Loading...
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