Board of Commissioners Agenda Item Transmittal Form . Procurement/Contract Transmittal Form G Type of Contract: 1 Year CC Use Only Contract #: Submission Information: Vendor Information: Contact Name: Vendor Name: AECOM Technical Services, Inc Brian A. Kelley Department: Address: One Midtown Plaza 1360 Peachtree St., SE, Suite RDOT 500 Atlanta, GA: 30309 Project Title: Old Covington Highway Design from Dekalb County to Email: sean.pharr@aecom.com Sigman Road Phone #: 404-414-4982 Budgeted: Yes Contact: Sean Pharr, P.E. Funding Account Number: LMIG 2022 340-4226-541410-41 Term of Contract: 12 months Contract Amount: 0 Contract Type: Services Contract Action: Renewal Original Contract Number: C-2023-125A Notes and Comments: This Agenda Item is to extend the contract an additional 12 months. a 96 2035- Contract No. 2023-125A-TOl-COI AMENDMENT NO. 1 TO THE TASK ORDER 1 OLD COVINGTON HIGHWAY DESIGN FROM DEKALB CO. TO SIGMAN ROAD This CONTRACT AMENDMENT, made and entered into by and between ROCKDALE COUNTY, GEORGIA, hereinafter called the "County", and AECOM TECHNICAL SERVICES, INC., a California corporation qualified to conduct business in the State of Georgia, hereinafter called the "Consultant", shall be incorporated into a become a part ofthe original Agreement cited immediately above. WHEREAS, the Parties previously entered into that certain Agreement dated January 23, 2024. WHEREAS, the Parties now desire to amend the Agreement in the manner set forth herein; NOW, THEREFORE, for and in consideration ofthe covenants and promises to be carried out by each party herein and in the original Agreement cited above, it is agreed by and between the parties to make the following changes to the Agreement as follows: 1. Extend term for this project by twelve (12) months through December 30, 2026. No change in cost. All other terms and conditions remain in effect in accordance with the Agreement referenced in this Amendment. IN WITNESS WHEREOF, the parties hereto have executed this Contract Amendment on this day of 2025. - ROCKDALE COUNTY, GEORGIA AECOM TECHNICAL SERVICES, INC. M E bral By: By: EA JaNice Van Ness, Chair & CEO Attest: Scott A. Gero, Vice-President Name & Title (Typed or Printed) Jennifer Rutledge, Director/County Clerk Approved as to form: M. Qader A. Baig, County Attorney C-9a3-pFA-7 AECOM AECOM 404 965 9600 tel Bullt to deliver a better world 1360 Peachiree Street NE, 404 965 9605 fax One Midtown Plaza, Sulte 500 Atlanta, GA 30309 www.aecom.com ATTACHMENT"A" - Fee Breakdown November 9, 2023 Mr. Brian A. Kelley, P.E. Director, Department of Transportation of Transportation Rockdale County Govemment 2570 Old Covington Highway SW Conyers, Ga. 30012 Re: Rockdale County On-Call Engineering Services Contract Design Services: Old Covington Highway from County Line to Sigman Road Dear Mr. Kelley, AECOM Technical Serviçes, Inc, ("AECOM") is pleased to submit this itemized scope and fee proposal to Rockdale County ("Client")to be included as Attachment "A"for Task Order #1 previously provided scope document, Scopa of Work and Fees: Project Management and QA/QC $ 90,000.00 Survey Database $ 172,820.82 County Permitting and Environmental Due Diligence $ 70, 144.90 MS4 Report Document $ 48,184.51 Preliminary Plan Development $ 146,731.75 ROW Plan Development $ 33,965.39 Final Plan! Development & Design Inquires during Construction $ 142,079.81 Traffic/Signal Plan Development (2 new and one mod) $ 104,927.32 Public Outreach and Stakeholder Meetings w/other agençies $ 58,158.00 Geotechnical UST Site Assessment Phase 1 $ 45,122.55 The total fee will be $912;135:05: AECOM Technical Services, Inc. Sean H. Pharr, PE Associate Vice President Georgia Transportation Page 1 of 1 AECOM AECOM 404 965 9600 tel Bullt to deliver a better world 1360 Peachtree Sireet NE, 404 965 9605 fax One Midtown Plaze, Sulte 500 Allanle, GAS 30309 www.aecom.com October 27, 2023 Mr. Brian A. Kelley, P.E, Director, Department of Transportation of Transportation Rockdale County Govemment 2570 Old Covington Highway SW Conyers, Ga. 30012 Re: Rockdale County On-Call Engineering Services Contract Design Services: Old Covington Highway from County Line to Sigman Road Dear Mr. Kelley, AECOM Technical Services, Inc. ("AECOM") is pleased to submit this proposal to Rockdale County ("Client") for our potential Task Order #1 efforts for the Design Services: Old Covington Highway Project. Services for this project include developing a complete set of right-of-way and construction plans for 1.1 miles of paving and minor widening of Old Covington Road from the County Line to Sigman Road. Our proposal also includes traffic signal design and modifications, phase 1 and 2 geotechnical site investigations, environmental and County permitting. All work shall be done in accordance with the current edition of the Georgia Department of Transportation's Plan Presentation Guide, Electronic Data Guidelines, Design Manuals and Environmental Procedures Manual. Scope ofWork: The Scope of Work shall be as indicated in Attachment 'A. Dellyèrables: The Deliverables shall be as indicated in Attachment 'A'. Schedule: The anticipated schedule for the Task Order #1 efforts is approximately 18 months from Notice to Proceed. Compensation: Contract method of payment for this Task Order shall be Lump Sum (Firm Fixed Price) - A fixed/negotiated price not subject to any adjustment; the Consultant agrees to fulfill its obligation under this agreement, regardless of cost with no expectation of additional compensation beyond the agreed upon lump sum price in the performance of the work. Compensation for Services shall be the stipulated sum of $912,135.05 including direct expenses and contingency. Page 1 of 5 C-2023-1AFA-7P AECOM Bullt to dellvers al better world Commencement ofy Work: Ift this proposal is acceptable to the County, we will proceed with executing the contract. Any changes to this Proposal shall be in writing and signed by both parties, AECOM appreciates the opportunity to work on this important project and we look forward to continued success with Rockdale County. Done under the On-Call Engineering Services for the Rockdale County Department of Transportation contract. AECOM Technical Services, Inc. CLIENT: Rockdale County a Sv. Cheiryan Signature Signature Sean H. Pharr, PE Associate President Georgia Transportation Printed Name & Title ATTEST; Jennlfor o. Rulledge, Counly Clerk Approyad ae tet fom M.Cader A Balg, pounyA Attorney Page 2 of 5 AECOM Bullit to deliver al botter world ATTACHMENT "A" 1. Attend Project Team Meetings: a. The Consultant shall prepare for, attend, and prepare meeting minutes for monthly coordination/team meetings for the life of this contract. 2. Provide Environmental Documentation and Required Studies: a. Conduct a Phase I Environmental Site Assessment to identify Recognized Environmental Conditions, b. Conduct a Phase II Environmental Site Assessment (soil and groundwater sampling) to evaluate the identified Recognized Environmental Conditions. C. Rockdale County encroachment permit 3. Establish survey contro! and create survey control package. a. Establish survey control and create survey control package. b. Collect all areas inside the field survey limits (Per GDOT Survey Manual or as provided). Collect all information required in the GDOT Survey Manual to include but no limited to: Pavement, above ground utilities, property, drainage, driveways, buildings. C. Collect existing adjacent abandoned upstream bridge. d. Collect existing downstream dam. e. Perform 404 permit surveys if necessary. f. Septic Tank Research to determine If project is on septic or sewer (iIf needed). g. Collect pipe conditions for all cross drains. h. Collect any monitoring wells on the project. i. Research property and ROW plans for the property database. j. Field tie all front property corners and ROW markers as possible. If back property comers can be tied with minimum effort, tie these as well. k. Perform property resolution holding to as many property corners as possible using professional judgement. I. Perform Survey data processing to meet guidelines. 4. Provide Plans for Utility Coordination a. Provide utility plans to the County for the purpose of distribution to utility companies with facilities within the project limits. b. Designer shall prepare for and attend a Preliminary Utility Relocation Meeting. 5. Provide Preliminary Roadway Design Pians: a. Prepare preliminary plans meeting standard design practices. b. Prepare Pavement Design C. Prepare for and attend Constructablity Review, d. Prepare a Location and Design Report. e. Prepare Signing and Marking Plans f. Prepare Traffic Signal Plans, up to two locations including warrant analysis g. Prepare Traffic Signal modification plans, one location Page 3 of! 5 AECOM Built to dellvar a batter worid h. Prepare for and attend up to 2 Fleld Plan Reviews, prepare report and responses and provide all required plan submittal sets and other information requested by Rockdale County. i. Prepare a Traffic control plan for construction (if needed) j. Drainage analysis and design k. MS4 design and permitting in accordance with Rockdale County Department of Stormwater Management Guidelines and Linear Feasibility Program, and for Land . Apply to Rockdale County Department of Planning Development Disturbance Permit. m. Prepare a Construction Cost Estimate. n. Prepare Project Special Provisions 6. Provide Final Construction Plans: a. Finallze Roadway Plans b. Finalize Utility Plans C. Finalize Earthwork d. Finalize Wall Location and Envelope, if needed e. Finalize Staging Plans & Staging Cross-Sections - 2 Stages f, Finalize Post Construction Stormwater Report (PCSR) and submit to Environmental Protection Division (EPD) for approval. g. Finalize Traffic Signal Plans and obtain GDOT permits 7. Provide Right-of-Way Plans: a. Prepare final Right-of-Way plans. b. Provide Right-of-Way revisions during acquisition. C. Provide Location and design approval report. d. ROW and easement staking (assume one time). 6. Prepare for and attend properly owners meeting. f. Complete Planning Level Right-of-way Cost Estimate. Assumptions Pavement evaluation to be provide by Rockdale County Exclusions C&I Services are excluded Right of Way Services can be provided under a separate contract Submittal of a USACE 404 permit or GA EPD buffer variance are not included in the scope at this time. If these are needed as a result of environmental field surveys and design requirements, additional scope will be requested. Deliverables Electronic files including database. 2-full size and 2-half size final plans Electronic plans in PDF format Page 4 of 5 AECOM Bulik to dellver a bettar world Special Provisions Survey Database Survey Contral Package Approved Layout. Meeting Minutes Early coordination letters Electronic copy of each final report in Word and PDF format Concept Design Datal Book Copy of Right of Entry letters mailed to project area Property Owners by Consultant Public Information Open House Materlals (advertisement, handout, synopsis, summary of comments, response letter), (if needed) Preliminary Plans to be utilized for Environmental Technical Studies and Utility Submission Traffic Signal Plans Traffic Signal modification permit Approved Right-of-Way Plans. Environmental Memo Transmittal Letters for all reports and application packages Approved Final Plans Approved Post-Construction Stormwater Report (PCSR) Design Data Book Final Plans Package (Including plans, specifications and engineers construction estimate) Special Provisions, as needed Page 5 of 5 BOARD OF COMMISSIONERS DEPARTMENT OF TRANSPORTATION Oz NESBETT, SR., CHAIRMAN BRIAN A. KELLEY, PE DIRECTOR Shersi L. Washington, Esq., Commissioner Post I TELEPHONE: 770-278-7200 Dr. Doreen Williams, Commissioner Post II Gece B4 FACSIMILE: 770-785-6909 January 31, 2024 AECOM Derrick D. Cameron, PMP 1360 Peachtree Street NE 3rd Floor Atlanta, GA. 30309 NOTICE TO PROCEED With Contract No. 2023-125A-TO1 Design Services for Oid Covington Highway Widening from County line to Sigman Road This letter is your Notice to Proceed with Contract No. 2023-125A -TOI, for the Design Services for the Old Covington Highway Widening from the County line to Sigman Road project in Rockdale County. All work is to be done in accordance with the contract approved by the Board ofCommissioners on January 24, 2024, for $ 912,135.05. You have 18 months to complete work from NTP. Coordinate your work and schedule with Directo Kelley directly, office #770-278-7136 or cell # 615-490-2069. Sinçerely, Bellet Brian A. KelleyPE Director Rockdale Department of Transportation 2570 Old Covington Hwy Conyers, GA 30012 Office: (770) 278-7200 inkahandlsous P.0). Box 289 e CONYERS, GEORGIA 30012 wwwachalalcounygegew RECEIVED JUL 2 1 2023 TOND OMGNAL Board of Commissioners Putha nt A BY:, Agenda Item Transmittal Form Procurement/Contract Transmittal Form of contract: a Event D Contract #: C-30a3-IAFA Type 1yearD Multi-year Single BOC Approval Date: a Submission Information a Vendor Information Contact Name: Brian Kelley Vendor Name: AECOM Technical Services, Inc. Department: Transportation Address: One Midtown Plaza Project Title: On-Call Engineering Services for Address: 1360 Peachtree St., SE, Suite 500, Atlanta, GA Transportation Dept, RFQ 22-35 30309 One (1) of Six (6) Engineering Firms Email: Garickaiaruearvpoe APPROVED 8-22-23 Date; os AK Funding Account Number: Phone #: 404-414-4982 Inltlals:, Contact: Garrick L. Edwards, P.E. Contract amount: Contract Type: Goods 0 Services (X) Labor 0 Term of contract: Three (3) years with option to Contract Action: New (X) Renewal 0 Change Order 0) renew two (2) additional one-year periods Original Contract Number: Finance Director Signature Procurement: Manager Signature Ihave reviewed the attached contract, and the amount is Ihave reviewed the attached contract, and itisi in compliance approved for processing with Purchasing Policies of Rockdale County. Jypug 8/15/2023 Signature: Date: àte plelull eignature dliga uetandes 1oa D0 alsy Détalled Summary of Contract: This is to award AECOM Technical Services, Inc., as one ofthe firms to be utilized for the On-Call Engineering Services. AECOM is one of six (6) firms selected under RFQ 22-35. Department Head/Elected Official Signature: Date: & glelly yfufans Contract 125A No. 2023- AGREEMENT TO PROVIDE ON-CALL ENGINEERING SERVICES FOR THE ROCKDALE COUNTY TRANSPORTATION DEPARTMENT 22r THIS AGREEMENT made and entered into as of the day of Augat 2023, by and between Rockdale County, Georgia, a politiçal subdivision ofthe State ofGeorgia (hereinafter referred to ast the "COUNTY") and AECOM TECHNICAL SERVICES. INC., a California corporation authorized to do business in Georgia (hereinafter referred to as the "CONSULTANT"). WITNESSETH THAT: WHEREAS, the COUNTY desires to engage a qualified and experienced CONSULTANT to perform certain services relative to the preparation of designs, reports, plans, specifications, studies, analyses, surveys, exhibits, and related Transportation engineering services, hereinafter referred to as "Work"; and WHEREAS, the CONSULTANT has represented to the COUNTY that it is experienced and qualified to perform the services contemplated and acknowledges that the COUNTY has relied upon such representation. NOW, THEREFORE, the COUNTY and the CONSULTANT in consideration ofthe promises and mutual obligations contained herein and under the conditions hereinafter set forth, do agree as follows: Section 1. ENGAGEMENT OF CONSULTANT The COUNTY hereby engages the CONSULTANT and the CONSULTANT hereby agrees to perform the services hereinafter set forth. The CONSULTANT agrees that this engagement is not exclusive and the County may engage other consultants to perform like services on various projects, or other services on the same project, as deemed in the best interest of the COUNTY. Section 2. SCOPE OF SERVICES The CONSULTANT shall do, perform, and carry out the services outlined in the CONSULTANT'S Phase II Response, dated May 12, 2023 attached hereto as Exhibit "A", and as further specified by the Detailed Scope of Services (the Work") in a satisfactory and proper manner and in conformance with the standard practices and procedures ofits profession; provided however, should there be any conflict between theterms ofthe Proposal and thei terms ofthis Contract, the terms ofthis Contract shall be final and binding. The CONSULTANT shall remain ready and available to perform consulting services as requested by the COUNTY for the duration of the contract period and upon approval by the COUNTY of a TASK ORDER in their qualified service area. The CONSULTANT shall do; perform, and carry out the services specified by the Detailed Scope of Serviçes defined in the TASK ORDER, (the "Work") in a satisfactory and proper manner and in conformance with the standard practices and procedures ofits] profession, provided however, should there be any conflict between the terms of the TASK ORDER and the terms of this contract, the terms of this Contract shall be final and binding. Upon approval of a TASK ORDER by the. COUNTY, the CONSULTANT shall visit the affected transportation facilities in tlie COUNTY, hereinafter the "site" and become familiar with the. project site and. shall become acquainted with local conditions involved in carrying out the seope of services defined by the TASK ORDER and this Agreement. The CONSULTANT may requestthat à representative ofthe COUNTY be present during visit to certain location of the site and the COUNTY may be present on such site visits at the COUNTY'S discretion. Contract No. 2023 - 125A The Work shall be performed in conformance with guideline and requirements ofthe Georgia Department ofTransportation and Rockdale County. Where applicable, the CONSULTANT shall undertake the Work in coordination with other planning and engineering studies or plans prepared by and/or for the Director of Rockdale County's Department of Transportation (hereinafter referred to as the DIRECTOR"), the Georgia Department of Transportation (hereinafter referred to as "GDOT"), or the Atlanta Regional Commission (ARC). Section 2a. SERVICES PROVIDED BY CONSULTANT: The CONSULTANT agrees for the consideration specified herein to perform the Work in strict accordance with the following, of which Documents I, II and III are attached hereto and incorporated as if fully set out herein: Document No. Title I RFQ Information II General Scope of Services III TASK ORDER Submittal Information THIS SECTION INTENTIONALLY LEFT BLANK 3 - Contract No. 2023 25A Section 2b. SERVICES PROVIDED BY THE COUNTY: It is agreed and understood that certain services, if required, will be performed and furnished by the COUNTY in a timely manner sO as not to delay the CONSULTANT unduly in the performance ofthe CONSULTANT'S obligations under the terms ofthis Contract. The services shall include the following: 2.b.1 Information to fhe CONSULTANT: Providing to the CONSULTANT all criteria and full information as to the COUNTY's requirements for the Work including pertinent data from prior studies or work of other Consultants working on similar projects, if deemed applicable in the sole discretion of the COUNTY. 2.b.2 Staff Responding to. CONSULTANT Expeditiously: Examining all studies, reports, sketches, exhibits, drawings, specifications, proposals, preliminary or draft documents, and other documents presented by CONSULTANT, and providing direction or obtaining advice of an attorney, insurance counselor and other Consultants as COUNTY deems appropriate for such examination and rendering written decisions, if deemed necessary by the COUNTY, pertaining thereto within a reasonable time sO as not to delay the services of the CONSULTANT. 2.b.3 County Staff Giving Notice of Problems: Giving prompt written notice to the CONSULTANT whenever the COUNTY observes or otherwise becomes aware ofany deficiency in the Work or changed circumstances. 2.b.4 Access tol Property: Upon request by the CONSULTANT, making necessary provisions for the CONSULTANT to enter upon public and private property as required for the CONSULTANT to perform his services under this Contract. Section 3. TIME OE PERFORMANCE The CONSULTANT shall remain ready and available to perform consulting services as requested by the COUNTY for the term of the contract; however, actual services of the CONSULTANT for the completion of the Work are to commence only upon execution of a TASK ORDER by the COUNTY and shall be completed within the time period stipulated in the TASK ORDER and upon receiving Notice to Proceed from the COUNTY. The COUNTY shall have the right to terminate, extend or supplement this Contract for such additional time periods as it may require by sO notifying the CONSULTANT in writing not less than thirly (30) days before this Agreement is adjusted or terminated pursuant to the terms set forth herein. The term of the contract for CONSULTANT to provide on-demand consulting services is three (3) years with the option to renew two (2) additional one-year periods, renewable each year, based on performance and at the discretion oft the COUNTY. Section 4. COMPENSATION FOR CONSULTANT SERVICES It is agreed that the compensation hereinafter specified shall be for actual costs incurred, both direct and indirect, chargeable to the PROJECT under generally accepted accounting principles and as allowed in the Federal Procurement Regulations Part 1-15.2 and not prohibited by the laws ofthe State of Georgia. 4 Contract No. 2023 - 1a5P Section 4.a. TOTAL COMPENSATION: The total compensation to be paid to the CONSULTANT for the services contemplated by TASK ORDER to complete the Work shall be as described in the respective TASK ORDER(S). Compensation shall be identified in conjunction with the TASK ORDER, The parties hereto agree that the maximum obligation of the COUNTY to the CONSULTANT for compensation under the terms oft this Contract shall note exceed the amount stipulated in the approved TASK ORDER. This is considered a Cost - Reimbursement Contract. Timesheets and cost backup information will be required with each paymentrequest. Section 4.b. CONTRACT PAYMENTS: The CONSULTANT shall submit a monthly invoice, in a form acceptable to the COUNTY and accompanied by all support documentation requested by the COUNTY, for payment of services which were completed during the previous calendar month. The COUNTY shall have the right not to pay any invoice or part thereof if not properly supported, if the invoiced amount exceeds the funds approved and allocated for the TASK ORDER or phase of the project being billed, or ift the costs requested or a part thereof, as determined solely by the COUNTY, are unreasonably in excess of the actual stage of completion of each Work. Ifthe CONSULTANT does not complete the scope of services required in each TASK ORDER of the PROJECT, any expenditures to complete the work as required by the contract will not be payable by the COUNTY unless it results from changes in the original scope of services requested and/or previously approved in writing by the COUNTY. The COUNTY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not be considered to be evidence of performance by the CONSULTANT to the point indicated by such invoice, or of receipt of acceptance by the COUNTY of the services covered by such invoice. The COUNTY shall pay any undisputed items contained in such invoices; however, disputed amounts will not be paid until satisfactory evidence and documentation are provided by the CONSULTANTtO the COUNY. Invoices for payment shall be submitted by the fifth (5th) calendar day of each month to facilitate processing for payment in that same month. Invoices réceived after fhe fifth (Sth) calendar day of the month may not be paid until the twenty-fifth (25th) of the following month. Invoices shall be itemized to reflect the percentage of Work or each phase completed as agreed between the CONSULTANT and the DIRECTOR. Each invoice shall be accompanied by a letter progress report, which outlines the total work accomplished for each phase, a description of the percentage oftotal work completed for each phase during the billing period, any problems that may be inhibiting the PROJECT execution as well as an accurate updated schedule. Payment will be made in the amount of sums earned less previous partial payments. 5 Contract No. 2023 - 135A Section 4.c. FINALPAYMENT: Upon completion by the CONSULTANT of the Work including the receipt of any final written submission of the CONSULTANT and the approval thereof by the DIRECTOR, the COUNTY will pay the CONSULTANT a sum equal to one hundred percent (100%) of the invoices submitted and approved by thiè COUNTY, less the total of all previous partial payments, paid or in the process of payment. The CONSULTANT agrees that acceptance ofthe final payments for the PROJECT shall be in full and final settlement of all claims arising against the COUNTY for work done, materials furnished, costs shall release the COUNTY incurred, or otherwise arising out of this Agreement and supplement(s) and from any and all further claims of whatever nature, whether known or unknown for and on account of said Agreement, and for any and all work done, and labor and materials furnished, in connection with same. Section 5. INDEMNIHICATION In addition to its agreement to obtain and maintain insurance as set forth herein, the CONSULTANT agrees to indemnify and hold harmless the COUNTY, its officers, agents, and employees, for claims against the COUNTY, its officers, agents and employees, to the extent caused by any negligent act or omission by the CONSULTANT the CONSULTANT'S officers, agents and/or employees. CONSULTANT must procure and maintain insurance during the entire term ofthis agreement. Failure of any CONSULTANT to procure and maintain insurance shall not relieve the CONSULTANT of any liability under the Contract, nor shail these requirements be construed to conflict with the obligation oft the CONSULTANT concerning indemnification. If subcontractors are used in the performance of this contract, CONSULTANT shall be wholly responsible for securing insurance coverages from all subconsultants who are engaged in this work. Section 6. TERMINATION OF AGREEMENT In the event either party elects to terminate this Agreement for whatever reason deemed appropriate, written notice shall be provided and termination shall be effective 15 days from receipt of written notice. Section 7. NOTICE. Any notice or other communication réquired or permitted to be given under this Agreement must be in writing and must be mailed by overnight delivery or certified mail, postage prepaid, SO that the notifying party can prove delivery of notice and the date thereof, and addressed as follows: Tot the Courty: Toj the Consultant: Rockdale County Department of Transportation AECOM Technology Services, Inc. Attn: Brian A. Kelley, Director Attn: Garrick L. Edwards, PE 2570 Old Covington Hwy. One Midtown Plaza, 1360 Peachtree St., NE Conyers, GA 30012 Suite 500 Email: brign.keley@rockdAlecountyga.goy Atlanta, GA 30309 Phone: 770-278-7136 Email: Gamrisadsamtidasancen Phone: 404-414-4982 The addresses stated in this paragraph may be changed by the respective parties upon a documented notice delivered in advance, pursuant to this paragraph. 6 Contract No. 2023 - 125/ A Section 8. ASSIGNMENT The Contractor shall have no right to transfer or assign its interest in this Agreement without the prior written consent of an authorized representative ofthe County. Section 9. CORPORATE, AUTHORITY, Contractor represents to the County that this Agreement, the transaction contemplated in this Agreement, and the execution and delivery hereof, have been duly authorized by all necessary corporate proceedings and actions, including, without limitation, the action on the part of the directors. The individual executing this Agreement on behalf of Contractor warrants that he or she is authorized to do so and that this Agreement constitutes the legally binding obligation of the corporation. Section 10. WAIVER. No action taken pursuant to this Agreement shall be deemed to constitute a waiver by the party taking such action of compliance with any representation, warranty, covenant or agreement in this Agreement. The waiver by any party of a breach of any provision or condition contained in this Agreement shall not operate or be construed as a waiver of any subsequent breach or of any other conditions. Section 11. SEVERABILITY Ifany provision ofthis Agreement 01 application to any party or chréumstances shall be determined by any couit of competent jurisdiction to be unenforceable to any extent, the remainder oft this Agreement or the application of such provision to such person or circumstances, other than those as to which it is s0 deterinined invalid or unenforceable, shall not be affected thereby, and each provision hereof shall be valid and shall be enforced to the fullest extent permitted by law. Section 12. INTERPRETATION Should any provision oft this Agreement require a judicial interpretation, the parties agree that the body interpreting or construing this Agreement will not apply the assumption that the terms of this Agreement will be more strictly construed against one party by reason of the rule oflegal construction that an instrument is to be construed more strictly against the party which itself or through its agents prepared the Agreement. The parties acknowledge and agree that they and their agents have each participated equally in the negotiation and preparation oft this Agreement. Section 13. VENUE & JURISDICTION, The County and the Contractor, by entering into this Agreement, hereby agree that the courts of Rockdale- County, Georgia shall have jurisdiction to hear and determine any claims or disputes between them pertaining directly or indirectly to this Agreement. Contractor expressly submits and consents in advance to such jurisdiction in any action or proceeding commenced in said courts. The choiçe offorum set forth in this section shall not be deemed to preclude the bringing of any action by the County or the enforcement by the County of any, judgment obtained in such forum in any other appropriate jurisdiction. Further, the Contractor hereby waives the right to assert the defense of forum non-conveniens and the right to challenge the venue of any court proceeding. 7 Contract No. 2023 125A Section 14. GOVERNING LAW. This Agreement shall be construed and interpreted according to the provisions of the laws of the State of Georgia. Section 15. BINDING EFFECT This Agreement shall be binding upon the Contractor and its successors and permitted assigns. Section 16. FURTHER. ASSURANCES The Contractor agrees to execute, acknowledge, seal and deliver, after the date of this Agreement, without additional consideration, such further assurances, instruments and documents, and to take such further actions, as the County may reasonably request in order to fulfill the intent of this Agreement and the transactions contemplated by this Agreement. Section 17. ENTIRE AGREEMENT This. Agreement, its attachments and essential documents (as provided in paragraph 2 above) represent the entire understanding oft the parties with regard" to the subject matter of this Agreement. There are no oral agreements, understandings, or representations made by any party to this Agreement that are outside of this Agreement and are not expressly stated in it. No supplement, modification, or amendment of this Agreement will be binding unless executed in writing by all parties. By signing this Agreement, the parties acknowledge that they have read éach and every page of this Agreement before signing same and that they understand and assent to all the terms thereof. In addition, by signing this Agreement, the parties acknowledge that they are entering into this Agreement freely and voluntarily and under no compulsion or duress. End of Section 8 - JASA Contract No. 2023 NON-CONFIICTOE INTEREST CERTIFICATION I Garrick L. Edwards as the legal representative of AECOM Technieal Services, Inc. do certify that we will not perform any type ofe engineering servicés for property owners adjacent or contiguous to any road project assigned byRockdale County, during the active life of such a projeot. Further, I additionally certify that if we already have an engineering agreement(s) with property owner(s) adjacent or contiguous to ary road projeot assigned by the COUNTY, we will either reject the COUNTY assignment, or cancel the property owner aready in effect ifso directed by the Rockdale County Board of Commissioners. In no case will our firm utilize our knowledge ofthe on- going Rockdale County Transportation Improvement Program for professional gain during the active life of such program. Signature Garrick L. Edwards, Senior Vice President Name & Thetryped or Prmted) July 20, 2023 Date Witness: luin W. Ouott Signature Robin Overstreet, Marketing Manager Name & Titlez (Typed or Printed) June 20, 2023 Date 9 Contract No. 2023. - JaSA Certification of Absence of Conflict ofInterest For Development of Specifications or Scope of Work Requiredfor each contract or arrangement to prepare or develop specifications or requiremenis (O.C.G.A. S 36-80-28) The undersigned Consultant, who is entering into a contract or arrangement with Rockdale County to prepare or develop specifiçations or fequirements for an invitation for bids, request for proposals, purchase order, or any other type of solieitation for said Rockdale Courty certifics that: 1. Consultant shall avoid any appearance of impropriety and shall follow all policies and procedures of Rockdale County, as may be related to the project. 2. Consultant discloses below any material transaction or relationship currently known to Consultant that reasonably could be expected to give rise to a conflict of interest, including, but not limited to, that ofthe Consultant, or the Consultant" S employees, agents or subsidiaries (Include past, present, or known prospective engagements, involvement in litigation or other dispute, client relationships, or other business or financial interest): 3. Consultant shall immediately disclose any material transaction or relationship subsequently discovered during the pendency of the contract or arrangement. 4. Consultant acknowledges that any violation or threatened violation ofthe agreement may cause irreparable injury to the Rockdale County, entitling Rockdale County to seek injunctive relief in addition to all other legal remedies. Signature of Contractor's Authorized Official Garrick L. Edwards, Senior Vice President Printed Name & Title of Authorized Official July 20, 2023 Date 10 Contract No. 2023-L 15A IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the date and year first above written. Dated this 22- day of Augwt 2023. AECOM TECHNICAL SERVICES, INC. ROCKDALE COUNTY, GEORGIA LA 1 SADA By:s (SEAL) By: Osborn Nesbitt, Sr., Chairman, Garrick L. Edwards SEAL Name (Typed or Printed) ROCKDALE Senior Vice President/Authorized: Signatory COUNTY President or Vice President * 95-2661922 ia Federal Tax I.D. Number Attest: Armond Tatevossian, Attest: Corporate Secretary Corporate Secretary or Assistant Jennifer. Rutledge, Exeeutive Director/ Corporate Secretary County Clerk Approved A to Form: ASLI M. Qadèr A: Baig, County mes 11 Contract No. 2023- 125A Exhibit " A' F 12 AECOM One Midtown Plaza 1360 Peachiree Street, NE, AECOM Suite 500 Allanta, Georgia 30309 May 30, 2026 Ms. Adrienne Brown Procurement Buyer Procurement Diision/Department of Finance 958 Milstead Avenue/P.O, Box 289 Conyers, GA 30012 dmanfomendsaes RE: Rockdale County - RFQ #22-35 On-Call Engineering Services for Dept, of Transportation Dear Ms. Adrienne, AECOM Technical Services is submitting the following job classifications and billing As per your request, rates in support of the above referenced project: Billing Rates Job Title Program Management Operations Leadership Director $340.74 Operations Leadership Sr Manager $297.11 Program Manager V $211.82 Project Manager MV $181.74 Roadway SME Staff $88.83 Civil Engineering I Civil Engineering TI $118.13 Civil Engineering Ill $160.84 Civil Engineering IV $175.23 Administrator IlI $97.04 Administrative Assistant T $72.55 Urban Design SME Staff Landscape Architecture Sr Manager $208.20 Landscape Architecture IV $67.77 Landscape Architecture IH $83.59 Traffic SME Staff Operations Leadership Sr Manager $247.56 Civil Engineering MV $187.89 Civil Engineering TIl $124.69 Civil Engineering II $117.50 $112.05 Civil Engineering 1 Environmental SME Staff $195.75 Project Manager Sr. Environmental Planner $163.78 ..L. luhn RFQ #22-35 On-Call Engineering Services for Dept. of Transportation, Billing Rates May 30, 2023 Sr. Historian $119.69 Sr. Ecologist $127.20 Sr. Archaeologist $126.68 Sr. Scientist $158.03 Sr. Biologist $127.33 Jr. Environmental Planner $84.94 Jr. Historiari $83.51 Jr. Ecologist $78.41 Jr. Archaeologist $92.64 Bridge SME Staff Sr. Engineer I $187.92 Sr. Engineer I $141.13 Civil Engineering MV $149.55 Civil Engineering II $130.92 Civil Engineering I $124.61 Civil Engineering I $94.85 Inspector $82.35 Survey SME Staff SUE Director $185.30 $140.10 Project Manager/PEPLS Survey Project Manager $135.68 SUE Manager $97.36 Senior Survey/SUE Technician $105,30 Survey Technician/CADD $114.35 Geotechnical SME Staff $370.00 Principal Engineer $180.00 Project Manager Staff Engineer $110.00 $110.00 CAD Administrator $98.00 b, RFQ #22-35 On-Call Engineering Seryices for Dept. of Transportation, Billing Rates May 30, 2023 Support SME Staff Project Controls Analyst II $108.08 ITI Infrastructure Specialist II $91.15 Project Controls Analyst $138.02 Estimator III $162.89 GIS Specialist V $146.69 Data Scientist $143.59 Transportation Planner $80.46 Transportation Planner I $97.34 Transportation Planner III $112.16 Transporfation Plannér IV $144.10 Senior Transportation Planner $201.34 Funding/Grants Coordinator $133.08 These billing rates are fully burdened and include direct labor rates, overhead and profit. They are valid for fiscal year 2023 for assignments under RFQ #22-35 On-Call Engineering Services for Department of Transportation for any locally funded project. If you have any questions, please don't hesitate to contact me directly at 404.444.1776. - Resnectfully Submitted, Derrick Cameron Program Manager tb