ORDER N0. 17802 APPROVAL OF CONTRACT BY AND BETWEEN B. L. CARLILE & ASSOC., INC., HERETNAFTER CALLED CONTRACTOR, AND THE COUNTY GOVERNMENT OF KERR COUNTY, HEREINAFTER CALLED THE AGENCY On this the 21st day of March 1988, upon motion made by Commissioner Ray, seconded by Commissioner Baldwin, with Commissioners Ray, Lich and Baldwin voting "AYE" and Commissioner Holland and County Judge Edwards "ABSTAIN- ING FROM VOTING", said motion carrying by a majority vote, approving a Contract for Professional Services, by and between B. L. CARLILE & ASSOC., INC., a Texas Corporation, P. O. Box 2677, College Station, Tx. 77841 (herein called the CONTRACTOR and the County Government of Kerr County. (herein called the AGENCY), scope of services, task 1 through 3, as per proposal, to be completed prior to July 1st, 1988. CON~.tACT FOR PROFESSIONAL SER~.CES THiS AuREEh1ENT, entered i nta as of the 21st day of t1arch, 1 ?°B, by and between B. L. CARLILE & ASSOC., INC., a Texas Corpora#ion F. 0. Bax 2577, College Station, Texas 7781 {herein called the Cf,NTRACTORi and the County of Kerr{herein called the COUNTV), WITNESSETH THAT WHEREAS, the COUNTY desires to engage the CONTRACTOR to render certain #echnicat or professional services hereafter described in connection •vri#h an under#aking which is #0 6e financed by fl~nds received by the Environmental Heal#h Service of Upper Guadalupe River Autharibf. NOW, THEREFORE, the parties hereto da mutually agree as follows 1. Ernalaurnent r.,f Cardrac#or. The CC+UNTY trereby agrees to engage the CONTRACTOR and the CONTRACTOR agrees to perform the services hereinafter set forth in connec#ion wi#h the project of the COUNTY. 2. Scope of Services. The CONTRACTOR shall da, perform, sod carry nut, in a satisfac#aru and proper manner, as determined by the COUNT`S', the services identified in Attachment A of this Contract_ Specifically Tasks 1, 2 and 3 to be sample#ed by July t , 1 ?S~. 3. To be Furni:,hed to Contrac#or. All information, data, reports, retards, and maps as are existing, available, easily retrievable and necessary for the carryi ng out of the work shall be furnished to the CONTRACTOR wittrout charge by the COUNTY, and the COUNTY shall cooperate with the CONTRACTOR in every way passible in carrying ou#the work,including providing necessary field excavation equipment far pit construe#ian and obtaining necessary permission for property easement. ~. Personnel. The CONTRACTOR represents that they will personally perform all of the services required hereunder. Tirne of Performance. The ser••rices of the CONTRACTOR are to commence as soon as practicable after the execu#ian of #his Contrac# and shall be undertaken in such sequence as to assure their expeditious completion in the light of the purposes of this Contrac#, but in any event all of the services required hereunder Tasks 1, 2, 3a and 3b, Attachment A, shall be cornple#ed na later than six#y (50} days from the date of executia^ of this Contract, unless extended bg amendment to this Contract. Remaining Tasks shall be completed as determined by the COUNTY, including the right to #erminate fallowing Task ~. 5. Carnpensatian. The COUNTY agrees to pay the CONTRACTOR an hourly fee of $50.00 far services rendered to a maximum amoun# ss outlined in the budget included i n Attachment A, for the Scope of Services. 7. flatbed of Paurnent. The COUNTY will pay to the CONTRACTOR the amoun# se# forth in Paragraph 5, which shall cans#i#u#e full and complete reimbursemen# far the CONTRACTOR'S servir..es hereunder'. Such sum will be paid incrementally, within ~O days of each submission of monthly invoices and progress reports. The CONTRACTOR will maintain accurate financial retards sod make them available #o COUNTY auditors, as needed, up to 3 years following Contract termination. 8. Termination of Contract for Cause. if, #hra~gh ar~y cause, the CONTRACTOR shall fail to fulfill in #imely and proper manner its obligations under this Contract, or if the CONTRACTOR shall violate any of the r_avenants, agreements, nr sti pulatians of this Contract, the COUNTY shall therefore have the right to terrc~inate #his Contract by giving written notice to the CONTRACTOR of such #ermina#ion and specifying the effective date #hereof, at least ` dons before the effective date of such termination. In that event, all finished or unfinished documents, date, studies, sarveys, drawings, snaps, models, photographs, and reports rr other material prepared by the CONTRACTOR under this Contract shall, at the option of the CDUNT'z, became its prapertoJ, and the CONTRACTOR shall be entitled to receive just and equi#able campensatian for anu sa#isfactary work completed an such documents and other materials. 4. Chances. The Cr. 'Y rnay, from time to time, require :.ban, n the Scope rf Serrices of the Contract to 6e performed hereurnier, such changes, i rmludi ng any increase order-reasa i n the amount of the CONTRACTOR'S compensation, whirh are mu#uall+~ agreed upon by and be#ween the COUNTY and the CuidTRACTUk, shall be incorporated in written amendments to ibis Contract. 1 O. interest ofiContractor. The CONTRACTOR covenants that he presently has no interest and shall not acquire any in#eres#, direct or indirec#, which would conflict in any manner or degree with the performance of services required to be performed under this Contract. The CONTRACTOR further covenants that in the performance of #his Contrac#, no person having any such interest shall be employed. 11. Publication, Reproduc#ion and Use of Material. tda material produced in whole or in part under this Contract shall be subject to copyright i n the United Sates or in any other country. The COUNTY stroll ha+,•e unrestricted authority to public,, disclose, distribu#e and otherwise use, in whole or in part, amt reports, data, ar other materials prepared under this Contract. Tire CONTRACTOR shall have the right to publish any and all scion#ific findings. Appropriate acknowledgement and credit far the COUNT`~a'S support wilt 6e given in the publication. !N WITNESS THEREOF, the COUNTY and the CONTRACTOR ha+re executed this agreernent as of the da#e first above arriften. COUNTY OF KERR /~///. UANNY R. ECY4 ARCiS COUNTY JUDGE Title or Capacity STATE OF TE;iAS COUNT`! OF KERR r Qr ATTEST ~' I, r.TnIA S. BETTS , a No#ary Public in and for Kerr Coun#y and State of Texas da certify that DANNY R. EDWARDS bearing date 31st day of March, 14$8, in hisiher official capacity as COUNTY JUDGE. has this day acknowledged the same before me i n my said County. Given under my hand and natariat seal this 31st day of March, 1488. My Commission Expires S ssr roe f ~ ~ LIDIA S. BETTS Notary Fublm. State pi tests rdY i:ommission Espires 8/5191 `~°ror nst ~~ '--'~ ,~i1!,'7 a.~~Cr ~iy . Notary Public E. t.. CARLIiE ~ ASSOC. 1NC. L'ONTRACTOR taam~ I X19 c,tfr;it STATE OF TEXpS CITE( of KRRRVTT.T,R , TO WIT: I, LIDIA S. BETTS , a No#ary Public in and for said County and State do certify that B. L. CARLILE bearing date 31st day of March lg 88 in his/her official capacity as PRESIDENT ,has this day acknowledged the same before main my said County. Given under my hand and notarial seal this 31st day of March , 19 $$ My Commission Expires ,~,_ ,. ~s~'°'/~~`p°•~ ioir RFiTS (/•Y t ~..~m~s hzp yes AlM1l9i ;ture and hulk density analysis from seler_ted si#es. 2} Field permeabili#y test in correla#ion with percola#ion ten#s. ?} Piezometer da#a to correlate sail mottling and color with perched water ta61e data. q} Shrink-swell po#ential of major soil types. 5} Mois#ure release curves of major suit types. Developing a sail data base in conjunction with field monitoring of various system designs will allow the ul#i mate development of the proper system design far any site. This may even require sys#ems to be rrmdified from todays known #echnology if all si#es in Kerr Coun#y are to be used for on-site waste disposal and stilt prated the integrity of the environment, especially the ground water. The development of this pragram, however, will allow such decisions to be made including the necessary operation and management requirement as well as cos#s of various options. Ordu then can a pragram of on-site waste management be carnpared to programs of regional sewage collection, treatment and discharge iota our surface waters. Scope of'N,rork and Proiect Eudaet Task and Output Task 1 ai Review all i nfaemation available from the U5Ur~-SC5 and o#her appropriate agencies concerning the soil and hydrogealogy of Kerr County and potential impact of wastewa#er disposal. h} Consult with appropriate 5C5 and COUNTY personnel on applicability of various technologies far each soil grouping and environmental se#ting which may be encountered in the coun#y. c} Conduct necessary reconnaissance to verify field conditions of !+arious soil groupings. d} Prepare draft manual for On-site supplemen# to the county Soil Survey Report,tainclude significant soil resource groups, appropriate technology for each group, and recommended siting and oval nation criteria for regula#ary use. Total hours Task 1 Task and Output Task ?. a} RevieS,r all state and county statutes and regulations concerning on-site dispi~sai of domestic was#ewa#er- along with provisions for alternative sys*,ems and fundamental levels of environmental protection to be mairdained. b} Prepare draft manual for Design of On-site waste systems including criteria, guidelines and regulatory review far the siting, design and installs#ion of various system #echnoL?gies. This shall include a description of each system, its capabilities, operation and maintenance requirements, unique technical features, the degree and extend of treatment expected with respect to bacteria and virus removal; nitrogen, phosphorous, inorganic: and organic and suspended solids removal. Time 8 haurs 8 haurs 10 hours 16 hours = 42 haurs Time o hags Design criteria for each technology will include loading rate anal nations fur each applicable sail resource group. based an sys#em sizing and other appropriate land use requirements and set bacY.s, minimum lot sizes will be calculated. ~8 hours Total haurs Task < = 36 hours Taak and Output Time Task 3. a} Conduct training programs for l~al technical and regulatory officials including field and Tabora#ory hands-on experience in soil and site evaluation. 24 hours b} Conducted #raining program for local engineers and technical agency representatives ondesign and installation procedures of various system #echnologies. 16 hours c} Assist local age~ies in public meetings and hearings #o explain technical aspects of the project and assist in implementation of the on-site managemen# program. as requested d} Conduct follow-up #raining programs on various aspects of the plan as problems arise during implemen#a#ion. as requested Total hours Task 3 = 40 + Task and Du#out Time Task 4. a} Assist local agencies i n developi ng data base for Continual upgrading of the program. this wilt include a~lyzirwl available data and i nitiati ng a program to gather additional field data to establish a broad soil da#a base. 24 hours b} Assist local agencies in design review, installation and monitoring of various system technologies. This will be an on-going program to continuously up-grade system techrology for each soil resource group. as requested c} Design and implement new and unproven technologies for severe problem sites includi~ comparative studies of appropriate crollec#ion and off-site treatment s~ disposal technologies. as requested Total hours Tssk 4 = 24 + Task 5 a} Upon evaluation of the draft documents by appropriate agencies and officials, finalize the documents as directed. S hours 9 Cam[~ensatian 1) The projec# gill be direi;ted 'and carried nu# by: Ur. 6. L Carlile, P.E., CPSS. fjther professionals which may he utilized in the project would be: 1 Certified Professional Sail Scientist t Professional Hydrogeolagist -i Compensation •~Ni]1 be a# the hourly fee ra#e ofi $50.00 far all professional services rendered. 5ervii:es will be rendered as requested by the COUNTY. 3.7 Professional fees as well as out of pacY.et expenses such as mileage, lodging, meals, etc ,shall be reirnbursed upon subrnittal of monthly invoices and receipts. Tirnc of Performance Professional services as outlined in the proposed tasks can commence as sown as prat#icable after the execu#ian of an agreeable con#ract ar le#er of agreement. Tasks 1, 2, 3s and 3b should be carried out and completed within 6O days of execution of the agreement or as specified by the COUNTY. The remaining tasks will be conducted at the request of KERR COUNTY bu# should be substantially completed i n a tevo year ti me frarne. 1 C)