HomeMy WebLinkAboutCONTRACT WITH ZEL ENGINEERS (FORT GORDON B STREET WATER MAIN REPLACEMENT) Jr-171
reaeo
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
CONSULTANT
CONSULTANT: Zimmerman,Evans and Leopold,Inc.
PROJECT: Fort Gordon B Street Water Main Replacement
DATE EXECUTED:
DATE COMPLETED:
1 OF 25 REVISION DATE: June 2006
why
STATE OF GEORGIA
RICHMOND COUNTY
MAJOR PROJECTS
CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
CONSULTANT
This Agreement is made and entered into this day of,.._._ ,2019 by and between
AUGUSTA,Georgia,a political subdivision of the State of Georgia,hereinafter called the"CITY"
and Zimmerman, Evans and Leopold,Inc., a Corporation authorized to do business in Georgia,
hereinafter called the "CONSULTANT."
WHEREAS,the CITY desires to engage a qualified and experienced consulting firm to furnish
professional services for:
Fort Gordon B Street Water Main Replacement
and,
WHEREAS,the CONSULTANT has represented to the CITY that it is experienced and qualified to
provide the services contained herein and the CITY has relied upon such representation.
NOW,THEREFORE,in consideration of the mutual promises and covenant herein contained,it is
agreed by and between the CITY and the CONSULTANT that:
2 0-F-25 _.. . _ _ `--
REVISION DATE: June 2006
�ucus�
n r_i,�
GENERAL PROVISIONS
CONSULTANT has agreed,in this Agreement with CITY to procure the services of licensed design
professionals,to provide the engineering services required to provide professional engineering and
design services for the Project in accordance with the requirements as outlined in and attached as
Attachment A-Scope of Services and other relevant data defining the Project.
CONSULTANT COORDINATION
The CONSULTANT shall cooperate fully with all municipalities,local government officials,utility
companies, and other consultants as directed by the CITY. CONSULTANT and all relevant parties
agree to work together on the basis of trust, good faith and fair dealing,and shall take actions
reasonably necessary to enable each other to perform this Agreement in a timely,efficient and
economical manner. All parties agree to cooperate in a manner consistent with good design
practice and will exercise the degree of skill and diligence normally employed by professional
engineers or consultants practicing under similar conditions. CONSULTANT will re-perform any
services not meeting this standard without additional compensation.
AMENDMENTS TO AGREEMENT
Every amendment to the Scope of Services shall become and is hereby made a part of this
Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be
valid.
REDUCTION IN REQUIRED SERVICES
If reductions in the required services are ordered by CITY,the credits shall be the amounts for such
services as described in subsequently executed Amendments to this Agreement,and no claim for
damages for anticipated profits shall accrue to the CONSULTANT.
DATE CHANGES
If in this Agreement specific periods of time for rendering services are set forth or specific dates by
which services are to be completed are provided and if such periods of time or dates are changed
through no fault of CONSULTANT,the rates and amounts of compensation provided for herein
shall be subject to equitable adjustment.
AGREEMENT MODIFICATIONS
This Agreement shall not be modified except by a duly executed Amendment hereto in writing
under the hands and seals of both parties hereto.
TIME OF COMPLETION
The time of completion shall be as described in the schedule attached hereto as Attachment D-
Schedule.
3 OF 25 REVISION DATE: June 2011
AUGUST
This Agreement shall terminate immediately and absolutely at such time as appropriated and
otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT
on behalf of the CITY under this Agreement. However,CONSULTANT will be compensated for all
work prior to termination of contract even if the CITY has obligated the funds to other projects.
PROJECT PROGRESS
CONSULTANTS services and compensation under this Agreement have been agreed to in
anticipation of the orderly and continuous progress of the Project through completion.
LITIGATION
Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear,support,
prepare,document,bring,defend or assist in litigation either undertaken or defended in behalf of
the CITY except in consideration of compensation. All such services required or requested of
CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be
reimbursed as additional services.
BINDINGS
It is further agreed that the CITY and CONSULTANT each binds itself and themselves,its or their
successors,executors,administrators and assigns to the other party to this Agreement and to its or
their successors,executors and assigns in respect to all covenants of this Agreement. Except as
above,neither CITY nor the CONSULTANT shall assign, sublet or transfer its or their interest in
this Agreement without prior written consent of the other party hereto.
EXTENT OF THE AGREEMENT
This Agreement represents the entire agreement between CITY and CONSULTANT and
supersedes all prior negotiations,representations and agreements,either written or oral.
4 OF 25 REVISION DATE: June 2011
Amu
ca.
DEFINITIONS
Wherever used in this Agreement,whether in the singular or in the plural,the following terms shall
have the following meanings:
Agreement Execution-means the date on which CONSULTANT executes and enters into an
Agreement with CITY to perform the Work.
Agreement Price-means the total monies,adjusted in accordance with any provision herein,
payable to the CONSULTANT under this Agreement.
CITY-means a legal entity AUGUSTA,Georgia,a political subdivision of the State of Georgia.
CONSULTANT-means the party or parties contracting directly with the CITY to perform Work
pursuant to this Agreement.
Contract-means the Agreement Documents specifically identified and incorporated herein by
reference.
Contract Time-means the period of time stated in this Agreement for the completion of the Work.
Subcontractor-means any person,firm,partnership,joint venture,company,corporation,or entity
having a contractual agreement with CONSULTANT or with any of its subcontractors at any tier to
provide a part of the Work called for by this Agreement.
Supplemental Agreement-means a written order to CONSULTANT signed by CITY and accepted
by CONSULTANT,effecting an addition,deletion or revision in the Work,or an adjustment in the
Agreement Price or the Contract Time,issued after execution of this Agreement.
Task Order-means a written order specifying a Scope of Services,time of completion and
compensation limit for services being provided by CONSULTANT. Task Orders shall be
incorporated by reference as part of the Supplemental Conditions of this Agreement.
Work-means any and all obligations,duties and responsibilities,including furnishing equipment,
engineering,design,workmanship,labor and any other services or things necessary to the
successful completion of the Project,assigned to or undertaken by CONSULTANT under this
Agreement.
5OF25
REVISION DATE: June 2011
CONTRACT DOCUMENTS
List of Documents
The Agreement,the General Conditions,the Attachments,and any Supplemental Agreements,
including Task Orders shall constitute the Agreement Documents(the"Agreement").
Conflict and Precedence
The Agreement Documents are complementary,and what is called for by one is as binding as if
called for by all. In the event there are any conflicting provisions or requirements in the component
parts of this Agreement,the several Agreement Documents shall take precedence in the following
order:
1. Agreement-Including Attachments
2. General Conditions
3. Supplemental Conditions-Including Task Orders
6 OF 25 REVISION DATE: June 2011
rr.'�7 n�
GENERAL CONDITIONS
1. COMMENCEMENT OF WORK
The performance of services as defined in the Prime Agreement between CONSULTANT and the
CITY,and herein described in this Agreement as Attachment A shall be commenced upon receipt
by the CONSULTANT of a written Notice To Proceed.The effective date of services shall be
defined in the Notice To Proceed.
2. PROFESSIONAL STANDARDS
The standard of care for all services performed or furnished by CONSULTANT under this
Agreement will be the level of care and that is ordinarily used by members of CONSULTANT'S
profession practicing under similar conditions.
3. CHANGES AND EXTRA WORK
The CITY may,at any time,request changes in the work to be performed hereunder. All such
changes,including any increase or decrease in the amount of the CONSULTANT's compensation,
which are mutually agreed upon by and between the CITY and the CONSULTANT,shall be
incorporated in written Supplemental Agreements to the Agreement.
Changes that involve an increase in the compensation shall be considered major,and require the
approval of the CITY.
4. PERSONNEL
The CONSULTANT represents that it has secured or will secure,at its own expense,all personnel
necessary to complete this Agreement;none of whom shall be employees of,or have any
contractual relationship with,the CITY. All of the services required hereunder will be performed
by the CONSULTANT under its supervision,and all personnel engaged in the work shall be
qualified and shall be authorized or permitted under law to perform such services.
All key professional personnel,including subcontractors,engaged in performing services for the
CONSULTANT under this agreement are indicated in a personnel listing attached hereto as
Attachment C-Listing of Key Personnel and incorporate herein by reference. No changes or
substitution shall be permitted in the CONSULTANT's Key Personnel without the prior written
approval of the CITY or his designee.
The CONSULTANT shall employ only persons duly registered in the appropriate category in
responsible charge of supervision and design of the work, The CONSULTANT shall endorse all
reports,contract plans,and survey data. Such endorsements shall be made by a person duly
registered in the appropriate category by the Georgia State Board of Registration for Professional
Engineers and Land Surveyors,being in the full employ of the CONSULTANT and responsible for
the work prescribed by this Agreement.
7 OF 25 REVISION DATE: June 2011
ux-nr4
t`' )
5. ACCURACY OF WORK
The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct
errors and omissions in its plans and specifications without additional compensation.The
CONSULTANT shall give immediate attention to these changes so there will be a minimum of
delay to others.
Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for
subsequent correction of any errors and the clarification of any ambiguities.
6. CONFIDENTIALITY
The CONSULTANT agrees that its conclusions and any reports are for the confidential use and
information of the CITY and that it will not disclose its conclusions in whole or in part to any
persons whatsoever,other than to submit its written documentation to the CITY,and will only
discuss the same with it or its authorized representatives. Upon completion of this Agreement
term,all documents,drawings,reports,maps, data and studies prepared by the CONSULTANT
pursuant thereto shall become the property of the CITY and be delivered thereto.
Articles,papers,bulletins,reports,or other materials reporting the plans,progress,analyses,or
results and findings of the work conducted under this Agreement shall not be presented publicly or
published without prior approval in writing of the CITY.
It is further agreed that if any information concerning the PROJECT,should be released by the
CONSULTANT without prior approval from the CITY,the release of same shall constitute grounds
for termination of this Agreement without indemnity to the CONSULTANT,but should any such
information be released by the CITY or by the CONSULTANT with such prior approval,the same
shall be regarded as public information and no longer subject to the restrictions of this Agreement.
7. OPEN RECORDS
CONSULTANT acknowledge that all records relating to this Agreement and the services to be
provided under the contract may be a public record subject to Georgia's Open Records Act
(O.C.G.A. §50-18-70,et seq.). CONSULTANT shall cooperate fully in responding to such request
and making all records,not exempt, available for inspection and copying as provided by law.
8. JURISDICTION
The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULTANT
with regard to its interpretation and performance,and any other claims related to this agreement.
All claims,disputes and other matters in question between CITY and CONSULTANT arising out of
or relating to the Agreement,or the breach thereof,shall be decided in the Superior Court of
Richmond County,Georgia. The CONSULTANT,by executing this Agreement,specifically
consents to jurisdiction and venue in Richmond County and waives any right to contest the
jurisdiction and venue in the Superior Court of Richmond County,Georgia.
8 OF 25
REVISION DATE: June 2011
�ucusr�
9. TERMINATION OF AGREEMENT FOR CAUSE
If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its
obligations under this Agreement,or if the CONSULTANT shall violate any of the covenants,
agreements or stipulations of this Agreement,CONSULTANT will be given the opportunity to
commence correction of obligation within 5 days of written notice and diligently complete the
correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed,
or deviation from the aforesaid schedule without prior approval of the CITY,shall constitute cause
for termination.The CITY shall thereupon have the right to terminate this Agreement by giving
written notice to the CONSULTANT of such termination,and specifying the effective date thereof,
at least five (5) days before the effective date of such termination. In such event,all finished or
unfinished documents,maps,data,studies,work papers and reports prepared by the
CONSULTANT under this Agreement shall become the property of the CITY,and the
CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory
work completed on such documents,as mutually agreed by the CITY and CONSULTANT.
10. TERMINATION FOR CONVENIENCE OF THE CITY
The CITY may terminate this contract in part or in whole upon written notice to the
CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract
up to the time of termination.
11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND
CONSULTANTS
CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the
submitted roadway plans for avoidance,or resolution,of conflicts with the proposed Scope of
Services.
If the CITY undertakes or awards other contracts for additional related work,the CONSULTANT
shall fully cooperate with such other CONSULTANTs and the CITY employees or appointed
committee(s),and carefully fit its own work to such additional work as may be directed by the
CITY. The CONSULTANT shall not commit or permit any act which will interfere with the
performance of work by any other CONSULTANT or by CITY employees.
12. COVENANT AGAINST CONTINGENT FEES
The CONSULTANT warrants that no person or selling agency has been employed or retained to
solicit or secure this Agreement upon an agreement or understanding for a commission,
percentage,brokerage, or contingent fee,excepting bona fide employees or bona fide established
commercial or selling agencies maintained by CONSULTANT for the purpose of securing business
and that the CONSULTANT has not received any non-CITY fee related to this Agreement without
the prior written consent of the CITY. For breach or violation of this warranty,the CITY shall have
the right to annul this Agreement without liability or at its discretion to deduct from the Agreement
Price of consideration the full amount of such commission,percentage,brokerage or contingent fee.
9 OF 25 REVISION DATE: June 2011
went
13. RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULTANT shall be responsible for any and all damages to properties or persons caused
by its employees,subcontractors,or agents,and shall hold harmless the CITY,its officers,agents
and employees from all suits,claims,actions or damages of any nature whatsoever to the extent
found to be resulting from the CONSULTANT,its subcontracts,or agent in the negligent
performance or non-performance of work under this Agreement. These indemnities shall not be
limited by reason of the listing of any insurance coverage.
14. INSURANCE
The CONSULTANT shall,at all times that this Agreement is in effect,cause to be maintained in
force and effect an insurance policy(s) that will ensure and indemnify the CITY against liability or
financial loss resulting from injuries occurring to persons or property or occurring as a result of any
negligent error,act,or omission of the CONSULTANT in performance of the work during the term
of this Agreement.
The CONSULTANT shall provide,at all times that this agreement is in effect,Worker's
Compensation insurance in accordance with the laws of the State of Georgia.
The CONSULTANT shall provide,at all times that this Agreement is in effect,Insurance with limits
of not less than:
A. Workmen's Compensation Insurance-in accordance with the laws of the State of Georgia.
B. Public Liability Insurance-in an amount of not less that One Million($1,000,000) Dollars for
injuries,including those resulting in death to any one person,and in an amount of not less than
One Million($1,000,000)Dollars on account of any one occurrence.
C. Property Damage Insurance-in an amount of not less than One Million($1,000,000) Dollars
from damages on account of an occurrence,with an aggregate limit of One Million($1,000,000)
Dollars.
D. Valuable Papers Insurance-in an amount sufficient to assure the restoration of any plans,
drawings,field notes,or other similar data relating to the work covered by the Project.
E. Professional Liability Insurance-in an amount of not less than One Million($1,000,000) Dollars
or an amount that correlates to the aggregate fee on the project should it exceed$1,000,000.
CITY will be named as an additional insured with respect to CONSULTANT's liabilities hereunder
in insurance coverage's identified in items (b) and (c).
The policies shall be written by a responsible company(s), to be approved by the CITY,and shall be
noncancellable except on thirty-(30) days'written notice to the CITY. Such policies shall name the
CITY as co-insured,except for worker's compensation and professional liability policies,and a copy
10 OF 25 REVISION DATE:June 2011u
Esc,
of such policy or a certificate of insurance shall be filed with the Director at the time of the
execution of this Agreement.
15. PROHIBITED INTERESTS
15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall
acquire no interest,direct or indirect,that would conflict in any manner or degree with the
performance of its services hereunder. The CONSULTANT further agrees that,in the
performance of the Agreement,no person having such interest shall be employed.
15.2 Interest of Public Officials: No member,officer,or employee of the CITY during his tenure
or for one year thereafter,shall have any interest,direct or indirect,in this Agreement or the
proceeds thereof.
15.3 Employment of CITY's Personnel:The CONSULTANT shall not employ any person or
persons in the employ of the CITY for any work required by the terms of the Agreement,
without the written permission of the CITY except as may otherwise be provided for herein.
16. SUBCONTRACTING
The CONSULTANT shall not subcontract any part of the work covered by this Agreement or
permit subcontracted work to be further subcontracted without the CITY's prior written approval
of the subcontractor.
All subcontracts in the amount of$5,000 or more shall include,where possible,the provisions set
forth in this Agreement.
17. ASSIGNABILITY
The CONSULTANT shall not assign or transfer whether by an assignment or novation,any of its
rights,obligations,benefits,liabilities or other interest under this Agreement without the written
consent of the CITY.
18. EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this Agreement,the CONSULTANT agrees as follows: (1) the
CONSULTANT will not discriminate against any employee or applicant for employment because
of race,creed,color,sex or national origin; (2) the CONSULTANT will,in all solicitations or
advertisements for employees placed by qualified applicants,receive consideration for employment
without regard to race,creed,color,sex or national origin; (3) the CONSULTANT will cause the
foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so
that such provision will be binding upon each subcontractor,provided that the foregoing provision
shall not apply to contracts or subcontracts for standard commercial supplies of raw materials.
11 OF 25 REVISION DATE: June 2011
AUGUlZ
19. DRUG FREE WORK PLACE
CONSULTANT shall be responsible for insuring that its employees shall not be involved in any
manner with the unlawful manufacture,distribution,dispensation,possession,sale or use of a
controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY
owned or leased property,vehicles,and project or client site. Any violation of the prohibitions may
result in discipline and/or immediate discharge.
CONSULTANT shall notify the appropriate federal agencies of an employee who has a criminal
drug statute conviction for workplace violation.
CONSULTANT may require drug or alcohol testing of employees when contractually or legally
obligated,or when good business practices would dictate.
20. ANTI-KICKBACK CLAUSE
Salaries of architects,drafters,engineer's,and technicians performing work under this Agreement
shall be paid unconditionally and not less often than once a month without deduction or rebate on
any account except only such payroll deductions as are mandatory by law. The CONSULTANT
hereby promises to comply with all applicable "Anti-kickback"laws,and shall insert appropriate
provisions in all subcontracts covering work under this Agreement.
21. AUDITS AND INSPECTORS
At any time during normal business hours and as often as the CITY may deem necessary,the
CONSULTANT shall make available to the CITY and/or audit representatives of the CITY for
examination all of its records with respect to all matters covered by this Agreement. It shall also
permit the CITY and/or representatives of the audit,examine and make copies,excerpts or
transcripts from such records of personnel,conditions of employment and other data relating to all
matters covered by this Agreement.
The CONSULTANT shall maintain all books, documents,papers,accounting records and other
evidence pertaining to costs incurred on the Project and used in support of its proposal and shall
make such material available at all reasonable times during the period of the Agreement,and for
three years from the date of final payment under the Agreement,for inspection by the CITY or any
reviewing agencies,and copies thereof shall be furnished upon request at cost plus 10%. The
CONSULTANT agrees that the provisions of this Article shall be included in any Agreements it
may make with any subcontractor,assignee,or transferee.
22. OWNERSHIP,PUBLICATION, REPRODUCTION AND USE
All documents and materials prepared as an instrument of service pursuant to this Agreement are
the property of the CITY. The CITY shall have the unrestricted authority to publish,disclose,
distribute,and otherwise use,in whole or in part,any reports,data,maps,or other materials
prepared under this Agreement without according credit of authorship. The CITY shall hold
harmless the CONSULTANT against all claims arising out of such use of documents and materials
without the CONSULTANT's knowledge and written consent.
12 OF 25 REVISION DATE: June 2011
IUGUSTA
r57 X1.11
CWRCN
23. VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer,agent,or employee of the CITY,either
before,during,or after the execution of this Agreement,shall affect or modify any of the terms or
obligations herein contained,nor shall such verbal agreement or conversation entitle the
CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All
changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above.
24. INDEPENDENT CONTRACTOR
The CONSULTANT shall perform the services under this Agreement as an independent contractor
and nothing contained herein shall be construed to be inconsistent with this relationship or status.
Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or
any of its agents or employees to be the agent,employee,or representative of the CITY.
25. NOTICES
All notices shallbe in writing and delivered in person or transmitted by certified mail,postage
prepaid. Notices shall be addressed as follows:
CITY: CONSULTANT:
ADMINISTRATOR
AUGUSTA,GEORGIA Zimmerman,Evans and Leopold,Inc.
535 Telfair Street,Suite 910 435 Telfair Street
Augusta,GA 30901 Augusta,GA 30901
Copy to:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
452 Walker Street,Suite 200
Augusta,GA 30901
26. TEMPORARY SUSPENSION OR DELAY OF PERFORMANCE OF CONTRACT
To the extent that it does not alter the scope of this agreement,Augusta,GA may unilaterally order
a temporary stopping of the work,or delaying of the work to be performed by CONSULTANT
under this agreement.
27. DEFECTIVE PRICING
To the extent that the pricing provided by CONSULTANT is erroneous and defective,the parties
may,by agreement,correct pricing errors to reflect the intent of the parties.
13 OF 25 REVISION DATE: June 2011
{AyfN.91A
28. SPECIFIED EXCUSES FOR DELAY OR NON-PERFORMANCE
CONSULTANT is not responsible for delay in performance caused by hurricanes,tornadoes,
floods,and other severe and unexpected acts of nature. In any such event,the contract price and
schedule shall be equitably adjusted.
29. HOLD HARMLESS
Except as otherwise provided in this agreement,CONSULTANT shall indemnify and hold
harmless Augusta,GA,and its employees and agents from and against all liabilities,claims,suits,
demands,damages,losses,and expenses,including attorneys'fees,arising out of or resulting from
the negligent performance of its Work.
30. GEORGIA PROMPT PAY ACT NOT APPLICABLE
The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act.
31. RIGHT TO INSPECT PREMISES
Augusta,Georgia may,at reasonable times,inspect the part of the plant,place of business,or work
site of CONSULTANT or any subcontractor of CONSULTANT or subunit thereof which is
pertinent to the performance of any contract awarded or to be awarded by Augusta,Georgia.
32. E-VERIFY
All contractors and subcontractors entering into contracts with Augusta,Georgia for the physical
performance of services shall be required to execute an Affidavit verifying its compliance with
O.C.G.A. §13-10-91,stating affirmatively that the individual,firm,or corporation which is
contracting with Augusta,Georgia has registered with and is participating in a federal work
authorization program.All contractors and subcontractors must provide their E-Verify number and
must be in compliance with the electronic verification of work authorized programs operated by
the United States Department of Homeland Security or any equivalent federal work authorization
program operated by the United States Department of Homeland Security to verify information of
newly hired employees,pursuant to the Immigration Reform and Control Act of 1986 (IRCA),P.L.
99-603,in accordance with the applicability provisions and deadlines established in O.C.G.A. §13-
10-91 and shall continue to use the federal authorization program throughout the contract term. All
contractors shall further agree that,should it employ or contract with any subcontractor(s)in
connection with the physical performance of services pursuant to its contract with Augusta,
Georgia the contractor will secure from such subcontractor(s) each subcontractor's E-Venfy number
as evidence of verification of compliance with O.C.G.A. §13-10-91 on the subcontractor affidavit
provided in Rule 300-10-01-.08 or a substantially similar form. All contractors shall further agree to
maintain records of such compliance and provide a copy of each such verification to Augusta,
Georgia at the time the subcontractor(s)is retained to perform such physical services.
33. LOCAL SMALL BUSINESS LANGUAGE
In accordance with Chapter 10B of the AUGUSTA,GA.CODE,Contractor expressly agrees to
collect and maintain all records necessary to for Augusta,Georgia to evaluate the effectiveness of its
Local Small Business Opportunity Program and to make such records available to Augusta,
Georgia.The requirements of the Local Small Business Opportunity Program can be found at
14 OF 25 REVISION DATE: June 2011
,7PlZ
Cifeaga
www.augustaga.gov. In accordance with AUGUSTA,GA.CODE §1-10-129(d)(7),for all contracts
where a local small business goal has been established, the contractor is required to provide local
small business utilization reports.Contractor shall report to Augusta,Georgia the total dollars paid
to each local small business on each contract,and shall provide such payment affidavits,regarding
payment to subcontractors as may be requested by Augusta,Georgia.Such documents shall be in
the format specified by the Director of minority and small business opportunities,and shall be
submitted at such times as required by Augusta,Georgia.Failure to provide such reports within the
time period specified by Augusta,Georgia shall entitle Augusta,Georgia to exercise any of the
remedies set forth,including but not limited to,withholding payment from the contractor and/or
collecting liquidated damages.
34. ACKNOWLEDGEMENT
"Consultant acknowledges that this contract and any changes to it by amendment,modification,
change order or other similar document may have required or may require the legislative
authorization of the Board of Commissioners and approval of the Mayor.Under Georgia law,
Consultant is deemed to possess knowledge concerning Augusta,Georgia's ability to assume
contractual obligations and the consequences of Consultant's provision of goods or services to
Augusta,Georgia under an unauthorized contract,amendment,modification,change order or
other similar document,including the possibility that the Consultant may be precluded from
recovering payment for such unauthorized goods or services. Accordingly,Consultant agrees that
if it provides goods or services to Augusta,Georgia under a contract that has not received proper
legislative authorization or if the Consultant provides goods or services to Augusta,Georgia in
excess of the any contractually authorized goods or services,as required by Augusta,Georgia's
Charter and Code,Augusta,Georgia may withhold payment for any unauthorized goods or
services provided by Consultant.Consultant assumes all risk of non-payment for the provision of
any unauthorized goods or services to Augusta,Georgia,and it waives all claims to payment or to
other remedies for the provision of any unauthorized goods or services to Augusta,Georgia,
however characterized,including,without limitation,all remedies at law or equity."This
acknowledgement shall be a mandatory provision in all Augusta,Georgia contracts for goods and
services,except revenue producing contracts.
[SIGNATURES ON FOLLOWING PAGE]
15 OF 25 REVISION DATE: June 2011
iimi
)
N,,
IN WITNESS WHEREOF,said parties have hereunto set their seals the day and year written below:
CITY: CONSULTANT:
AUGUSTA,GEORGIA( IpoC Zimmerman,Evans and Leopold,Inc.
/�
.3034.3 BY: BY: �� U
AO PRINTED NAME:Hardie Davis, Ir. PRINTED NAME S T/C E y W (az ayiu
3
n
11)l4AS ITS: MAYOR AS ITS: ('iZF S$!l 'A T
ATTEST CLERK: ATTEST:
oh I i koz1/9 --
PRINTED NAME: /f9 (T''O/Y/Vi _.-_.._ PI , 'TED N: vI - .../,. ),,1 -.ft..,
AS ITS: Clerk of Commission AS ITS: e efL.dc 14
DATE: /7/1/717 DATE: Z___---474---- ?✓Q/
Copy To .0 �# ""
il
DIRECTOR 4. -"'_ °`°.,, 0r l"jt ,f
AUGUSTA UTI DEF. E �3t ;
452 Walker Stre to 200 - ; F
Augusta,GSA 301
a s
zs s
I0 , , min, ,a, ar
9p #
ice, ;.y
16 OF 25 REVISION DATE: June 2011
µcusTA
CONSULTANT'S RESPONSIBILITIES
CONSULTANT,in order to determine the requirements of the Project,shall review the
information in Attachment A-Scope of Services.CONSULTANT shall review its understanding
of the Project requirements with CITY and shall advise CITY of additional data or services which
are not a part of CONSULTANT's services,if any,necessary for design to begin.
PROJECT UNDERSTANDING
Upon request from the CONSULTANT,CITY may provide all criteria and full information as to
CITY's and CONSULTANT'S requirements for this part of the project,including design objectives
and constraints,space,capacity and performance requirements,flexibility and expendability,and
any budgetary limitations.CONSULTANT may request from the CITY to furnish data,reports,
surveys,and other materials that may be relied upon in performing CONSULTANT'S services.
REVIEW OF WORK
Authorized representatives of the CITY may at all reasonable times review and inspect the project
activities and data collected under the Agreement and amendments thereto. All reports,
drawings,studies,specifications,estimates,maps and computation prepared by or for the CITY
in association with this Agreement shall be subject to review.
The CITY may at any time request progress reports,prints or copies of any work performed
under this Agreement. Refusal by the CONSULTANT to submit progress reports and/or plans
shall be cause to withhold payment to the CONSULTANT until the CONSULTANT complies
with the CITY's request in the regard.
The CITY's review recommendations shall be incorporated into the plans by the CONSULTANT.
CONSULTANT'S INSURANCE
CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as
specified in General Condition 14-Insurance.
17 OF 25 REVISION DATE: June 2006
WTA
CITY'S RESPONSIBILITES
CITY-FURNISHED DATA
CITY will provide to CONSULTANT all data in CITY's possession relating to CONSULTANT's
services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy,timeliness,
and completeness of the information provided by CITY.
RIGHT TO ENTER
The CONSULTANT will notify all property owners or occupants of the intent to enter properties
for the purpose of accomplishing work in accordance with the practices of the CITY. The
CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of
intent to enter private property. Upon request by the CONSULTANT,the CITY will provide the
necessary documents identifying the CONSULTANT as being in the employ CITY for the
purpose described in the Agreement.
ADVERTISEMENTS,PERMITS,AND ACCESS
Unless otherwise agreed to in the Scope of Services,CITY will obtain,arrange,and pay for all
advertisements for bids;permits and licenses required by local,state,or federal authorities;and
land,easements,rights-of-way,and access necessary for CONSULTANT's services or PROJECT
construction.
TIMELY REVIEW
CITY will examine CONSULTANT's studies,reports,sketches, drawings,specifications,
proposals,and other documents;obtain advice of an attorney,insurance counselor,accountant,
auditor,bond and financial advisors,and other consultants as CITY deems appropriate;and
render in writing decisions required by CITY in a timely manner.
PROMPT NOTICE
CITY will give prompt written notice to CONSULTANT whenever CITY observes or becomes
aware of any development that affects the scope or timing of CONSULTANT's Services,or of any
defect in the work of CONSULTANT or construction contractors.
CITY'S INSURANCE
CITY will maintain property insurance on all pre-existing physical facilities associated in any way
with the PROJECT.
LITIGATION ASSISTANCE
The Scope of Services does not include costs of CONSULTANT for required or requested
assistance to support,prepare,document,bring,defend,or assist in litigation undertaken or
defended by CITY. All such Services required or requested of CONSULTANT by CITY,except for
suits or claims between the parties to this AGREEMENT,will be reimbursed as additional
services.
18 OF 25 REVISION DATE: June 2011
Jr�`11'ii
ATTACHMENT A- SCOPE OF SERVICES
PROJECT DESCRIPTION:
See attached Zimmerman,Evans and Leopold,Inc.Proposal Fort Gordon B Street Water Main
Replacement,dated 11/9/18.
19 OF 25 _..___....._
REVISION DATE: June 2011
hutesrA
Grow
ATTACHMENT B - COMPENSATION
The CITY shall compensate the CONSULTANT for services,which have been authorized by the
CITY under the terms of this Agreement.
The CONSULTANT may submit to the CITY a monthly invoice,in a form acceptable to the CITY
and accompanied by all support documentation requested by the CITY,for payment for the
services,which were completed during the billing period. The CITY shall review for approval
said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not
properly supported,or if the costs requested or a part thereof,as determined solely by the CITY,
are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay
each such invoice or portion thereof as approved,provided that the approval or payment of any
such invoice shall not considered to be evidence of performance by the CONSULTANT to the
point indicted by such invoice,or of receipt of acceptance by the CITY of the service covered by
such invoice. The CITY shall pay any undisputed items contained in such invoices.
Each invoice shall be accompanied by a letter progress report describing the total work
accomplished for each phase and any problems,which have been encountered,which may inhibit
execution of the work. The CONSULTANT shall also submit an accurate updated schedule,and
an itemized description of the percentage of total work completed for each phase during the
billing period.
When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task
Order,it agrees to pay the CONSULTANT for work completed,on the basis of the standard
billing rates shown in Attachment B to the Contract of those principals and employees engaged
directly on the work.
Compensation for design services shall be invoices based on the sum of all actual costs incurred
in the performance of the work,including all direct,payroll,overall and profit cost in an amount
not-to-exceed the compensation set forth in the terms of the Agreement or any authorized Task
Order. All invoices submitted by the CONSULTANT shall be detailed to reflect incurred
expenses,labor hours and costs by authorized Task.
Overtime may be performed at the discretion of the CONSULTANT,but the premium time
portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested
acceleration of the scheduled work in writing.
20 OF-2-5—
REVISION DATE: June2011
(
ATTACHMENT C - LISTING OF KEY PERSONNEL
CONSULTANT shall provide qualified personnel to perform its work. The list of key personnel
below,including a designated Program Manager will not change or be reassigned without the
written approval of the CITY. Those personnel committed for this work are as follows:
cTDK G L rot :'u ; PRo Rifeilj7AN 4-4--
57-4
--5;4t y Geizoc,ti P
21 OF 25 V-- - __ __
REVISION DATE:June 2011
Till
ml
ATTACHMENT D - SCHEDULE FOR PERFORMANCE
See attached Zimmerman,Evans and Leopold,Inc. Proposal Fort Gordon B Street Water Main
Replacement,dated 11/9/18.
22 OF 25 REVISION DATE June 2011
AUGUST{
moxmA
CONSULTANT SERVICES
As a part of this Agreement the CONSULTANT agrees to furnish the following checked items
(CONSULTANT to initial in the space provided acknowledging responsibility to furnish said
item).
Prior to Authorization To Proceed:
Q Detailed Scope of Services based upon Schedule A of this Agreement to be submitted with
Cost Proposal clearly defining the CONSULTANT'S understanding of the project limits,
design objectives and CONSULTANT'S services to be provided.
Q Cost Proposal that will include cost of surveying,design,preparation of construction plans
and specifications,and other services requested in the CITY's Request for Proposal.
Q Schedule for submittal of review documents at 30%,60%,and 90%completion;and final
documents.
Prior to submitting 30%review documents:
Q Locate all existing utilities using available information collected by the CONSULTANT.
The CITY will furnish available information on water and sewer locations however the
CONSULTANT must verify to CITY'S satisfaction.
Q Provide CITY with information on the project site(s),including the following:
Q Past and present use of the land (specifically identify any landfilling activities in the area);
identify any nearby designated wetlands
Q Soil type(s)
El Boring results when required by CONSULTANT for new facilities or where depth of line
and existing site conditions warrant.
Q Brief description of the area (e.g.,residential,commercial,industrial)including general
slope of the land,and whether trees, signs,etc.will be in conflict with the new facilities.
Include number of properties affected and number of easements required with property
owners identified
Q Identification of potential problems in meeting design objectives.
Q Site Plan(If Required)
Throughout project:
Q Prepare printed responses to comments received from the CITY following reviews.
Q Provide the necessary plats for easement acquisition and DOT/other permit application.
El Prepare Public Works/DOT/Other permit applications for signature by the CITY.
23 OF 25 REVISION DATE:June 2011
5;: >
Q Prepare and submit plans to EPD for review and approval when required.
El Prepare plans and specifications,using Augusta Utilities Design Standards and Specifications
(latest version). Specifications must mirror that provided by the CITY.
El Prepare construction cost estimates at each review stage,30%,60%,90%,and with the
submittal of Final documents. Provide cost breakdown for any items to be lump sum in
the construction contract.
Upon completion of design:
IZI Coordinate with the City Procurement Department to advertise the project.
El Fax bid information to CITY.
Q Attend the Pre-Bid Meeting as a technical reference to the CITY.
Ef Prepare letter of recommendation for award of the contract.
Q Develop conformed contract documents and forward to the CITY for execution.
Q Attend the pre-construction meeting as a technical reference to the CITY.
El Provide clarification related to the plans/specifications throughout design and
construction.
Q Provide record drawings at completion of the project electronically,per the Utilities Design
Standards and Specifications (latest version).
Q Provide Services During Construction as follows:
El Attend project meetings as scheduled by the CITY
El Recommend design changes as field conflicts arise(site visits may be required)
El Review and approval of pay requests from the construction Contractor(line of
communication will be construction contractor to resident observer to CONSULTANT to
CITY)
Q Provide clarification of plans and specifications throughout construction
Q Revise/update plans and/or easement plats as changes occur that require resubmittal to
DOT/other agencies.
AUGUSTA UTILITIES DEPARTMENT CONSULTANT:Zimmerman,Evans and
Leopold,I c.
BY: 1 F} 0 (.4„) ___.. BY: b'"?/1(../'1--1-"'
PRINTED NAME: Tom Wiedmeier PRINTED NAME: 51 AL Py ki GG�fDo,c/
TITLE: DIRECTOR TITLE: 6:e 5..x 0 E"Ail--
DATE:
TDATE: )f I4/I 1 DATE: 2/VII
24 OF 25 REVISION DATE:June 2011
AUGUSTA
;is')
ADDITIONAL SERVICES:
1. Revisions to the plans/contract documents to extend the limits of the project after this
AGREEMENT has been executed by the CITY.
2. Revisions due to incorrect locations of existing utilities by the CONSULTANT (i.e.,correct
location given by CITY,incorrectly marked on plans by engineer)will be the responsibility of
the CONSULTANT. Other revisions required by the CITY,DOT,EPD,or other government
agency at their request will be considered an additional service.
3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY.
4. Other not described above,as approved by the CITY.
NOTE:
It is the responsibility of the CONSULTANT as contracted by the CITY to provide professional surveying and engineering services. It
is expected that such professionals will operate in a manner which assures the interests of the common welfare,rather than in a
manner which promotes their own financial gain. It is expected that such professionals will act as a faithful agent for the CITY as a
client. It is the duty of the CONSULTANT to protect the safety,health and welfare of the public in the performance of their
professional duties.
25 OF 25 REVISION DATE: June 2006
ZEL
November 9,2018
Mr. Steven M.Behrend,P.E.
Augusta Utilities Department
452 Walker Street
Suite 200
Augusta,GA 30901
Re:Fort Gordon,B Street Water Main Replacement
Dear Mr. Behrend:
Zimmerman,Evans&Leopold, Inc. (ZEL)proposes to provide engineering services to the
Augusta Utilities Department(AUD)for construction of B Street Water Main Replacement
on Fort Gordon. The water main replacement will consist of approximately 4500 linear feet
of 12"water main routed from Rice Road to 25th Street. Detailed design will be
accomplished in three(3)phases,30 percent,60 percent, and Final Design,to provide AUD
staff with ample opportunity for input and review. Final Design will be concluded with a
complete bid ready set of construction drawings and project specifications.
SCOPE OF WORK
Preliminary Design Phase
A. Evaluation of Existing Conditions: ZEL will meet with AUD staff to
determine the appropriate design parameters of the proposed work.
Specifically the intent will be to confirm existing conditions and to identify
service connections. ZEL will perform a design locate and survey to
determine existing conditions.
B. Preliminary Layouts: ZEL will prepare concept drawings showing the
proposed layout.
C. Preliminary Cost Estimates: ZEL will prepare Preliminary estimates of
probable construction cost for the proposed work with the 30%plan submittal.
D. 30%Design. Preliminary design documents will be developed to the 30%
completion level. Construction drawings will provide detailed illustrations of
project construction requirements. Specific areas of work will include a cover
sheet with sheet index and vicinity plan; waterline route,abbreviations, legend
and symbols. The drawings will be integrated into a set of 11-inch by 17-inch
documents,ready for review and comment.
2018-P43 Proposal L.etter.docx
November 9,2018 Page 2
E. Design Review. Upon completion of the 30% plans and specifications for the
project, ZEL will provide 3 sets of the 11-inch by 17-inch preliminary
construction drawings to AUD for review. Following the review period by
AUD, ZEL will meet with AUD staff in a workshop to review comments to
proceed with the design plans.
Initial Design Phase
A. 60%Design: Following the 30%Design Review Workshop,ZEL will
develop 60%level plans and specifications. The drawings will provide 60%
level detail. Deliverables for the 60 percent Detailed Design Review package
include:
• Service Line Coordination
• Existing waterline abandonment details and plans
• Water main plans and details
• Traffic Control Plan
• Soil and Erosion Control Plan
• Draft technical specifications
B. Design Review. Upon completion of the 60%plans and specifications for the
project, ZEL will provide 3 sets of the 11-inch by 17-inch preliminary
construction drawings to AUD for review. Following the review period by
AUD, ZEL will meet with AUD staff in a workshop to review comments to
proceed with the design plans.
Final Design Phase
A. Final Design and Construction Documents: Following a 60%Design Review
Workshop and receipt of AUD comments,ZEL will complete the
Construction Documents for the project and present a final Design Package
with completed plans and specifications.
B. Cost Estimates: ZEL will prepare an estimate of probable construction cost
for the proposed work based on the final design.
C. Project Manual: The final contract documents will include a Project Manual
with specification sections divided into CSI-specification format,Divisions 0
through 16. Division 0 will include standard contract forms between AUD
and the contractor, information for bidders, contract general conditions, and
supplementary general conditions. Division 1 will include general project
requirements, describing summary of work,measurement and payment
methods,temporary construction facilities,materials and equipment
requirements, and quality control and contract closeout-related items.
Divisions 2 through 16 will contain the technical specifications for the project.
The drawings will be completed utilizing AutoCAD and integrated into a set
of 11-inch by 17-inch construction documents,ready for review and comment.
2018-P43 Proposal Letter.docx
November 9, 2018 Page 3
Bid Phase Services
A. Final Bid Documents. After incorporating comments from AUD received
during the final design review workshop,ZEL will prepare and deliver three
(3) sets of 22-inch by 34-inch construction drawings and digital files along
with one hard copy and a digital file of the project manuals.
B. Pre-Bid Meetings, RFI's&Addenda. ZEL will attend a pre-bid meeting(if
scheduled by AUD)and prepare addenda when required based on Requests
for Information(RFI)from prospective bidders.
C. Bid Review and Recommendation of Award. ZEL will prepare and Abstract of
Bids received, evaluate bids and make recommendations of award based on
bids received.
Construction Phase Services
A. Construction Administration—Office Services. ZEL will provide the
following services during the construction phase of the project. These
services are based on an estimated six month period of construction:
• Construction Contract Preparation (10 Sets)
• Preconstruction Conference
• Submittal Review
• Responses to Contractor RFI's
• Pay Application Review
• Construction Monthly Progress Meetings
• Record Drawing Preparation
B. Resident Inspection Services. ZEL recommends and can provide Resident
Inspection Services during the construction phase of the project. These
services will be billed on an hourly basis.
SCHEDULE
ZEL is available to begin work immediately upon receipt of the Notice to Proceed.
We will develop and maintain a project schedule, in MS Project,outlining the work
required to ensure the project construction is complete by 30 September 2020.
PROJECT FEES
The attached summary provides a detailed breakdown of fees for the work defined
above for each project segment. Expenses have been included in the total amount.
Invoicing for the project will be submitted to AUD on a monthly basis as the work
progresses. Extra Services, if ordered by AUD,will be billed on an hourly basis in
accordance with the attached Rate Table. Resident Inspection Services,if required,
would be billed on an hourly basis. The costs for a design locate and surveying has
been included in the cost. The project segment fees are summarized as follows:
2018-P43 Proposal Letter.docx
November 9, 2018 Page 4
Task 1 Preliminary design $ 21,613
Task 2 Initial Design $ 15,091
Task 3 Final Design $ 12,463
Task 4 Bid Phase Services $ 2,840
Task 5 Construction Phase Services $ 18,288
Fee SubTotal $ 70,295
In addition to the fee total listed above,we propose an additional services allowance
for Fort Gordon permitting and design contingency of$10,000. The total proposed
project fee is$80,295.
Should this approach meet with your approval, we look forward to entering into a Contract
with Augusta Utilities Department.
Very truly yours,
ZIMMERMAN,EVANS AND LEOPOLD,INC.
Stacey W. Gordon, P.E.
President
SWG:st
Attachments: Project Fee Summary
Preliminary Cost Estimate
Rate Table
2018-P43 Proposal Letter.docx
Z E L
„,
PROJECT FEE ESTIMATE
Fort Gordon,B Street Water main replacement
PREPARED BY: SWG
Date: 11/9/18
Task 1 — Preliminary Design (30%) Fee Summary
1.01 Design Locate $6,950
1.02 Survey $5,575
1.03 Existing Site Condition Layout $3,640
1.04 Preliminary Water main route $2,590
1.05 Preliminary Cost Estimate $1,075
1.06 30% Submittal and Review $1,783
Task 1 Subtotal $21,613
2 Task 2—Initial Design (60%)
2.01 Service Line Coordination effort $2,560
2.02 Existing waterline abandonment details and plans $2,360
2.03 Water Main Plans and details $2,688
2.04 Traffic Control Plan $1,320
2.05 Soil and Erosion Control Plan $1,940
2.06 Draft technical Specifications $2,440
2.07 60% Submittal and Review $1,783
Task 2 Subtotal $15,091
3 Task 3— Final Design (90%)
3.01 Complete Documents based on Initial Design Review $2,560
3.02 Complete Technical Specifications and Upfront documents $2,245
3.03 Update Cost Estimate $925
3.04 ZEL QA/QC $1,510
3.05 Submit for Regulatory Review $1,430
3.06 90% Submittal and Review $1,935
3.07 Final Bid Submittal $1,858
Task 3 Subtotal $12,463
4 Task 4 - Bidding Phase
4.01 Pre-Bid Questions $860
4.02 Addendums $970
4.03 Bid $275
4.04 Bid Review $505
4.05 Bid Recommendations $230
Task 4 Subtotal $2,840
5 Task 5 - Construction Phase
5.01 Construction Contract Preparation $1,540
5.02 Preconstruction Conference $1,235
5.03 Submittal Review $3,020
5.04 Responses to Contractor RFI's $6,110
5.05 Monthly Pay Application review $1,730
5.06 Construction Monthly Progress Meetings $3,304
5.07 Record Drawing Preparation $1,350
Task 5 Subtotal $18,288
I Fee SubTotal $70,2951
Additional Services Allowance $10,000
Fee Total $80,2951
Fort Gordon,B Street Water Main Replacement
Project#1218-P43
Preliminary Cost
Item# Description Unit Quantity Unit Price Amount
1 12"DIP IF 4500 $90 $405,000
2 Compact Fittings Ton 2.5 $8,500 $21,250
3 Fire Hydrant Assembly EA 2 $5,200 $10,400
4 12"Gate Valve&Valve Box EA 11 $3,000 $33,000
5 8"Gate Valve&Valve Box EA 1 $1,700 $1,700
6 6" Gate Valve&Valve Box EA 7 $1,200 $8,400
7 Connect to 12"to Existing 12"Water Main EA 2 $4,000 $8,000
8 Connect to 12"to Existing 6"Water Main EA 7 $3,500 $24,500
9 Reconnect to Existing 6" Fire Line EA 11 $2,500 $27,500
10 Reconnect to Existing Water Meter EA 12 $1,500 $18,000
11 Remove&Replace Concrete Curb LF 120 $35 $4,200
12 Remove&Replace Sidewalk SY 70 $115 $8,050
13 Remove& Replace Asphalt Pavement SY 2580 $85 $219,300
over roadway Trench
14 Abandon Existing 8" Main and fill with Grout CY 60 $175 $10,500
15 Curb Inlet Protection EA 16 $100 $1,600
16 Sample Taps EA 5 $600 $3,000
17 Select Refill CY 100 $30 $3,000
18 Traffic Control LS 1 $5,000 $5,000
Subtotal $812,400
15%Contingency $121,860
Construction Total $934,260
Engineering Fees(6.18%) $57,770
Surveying Fees $5,575
Locate Services $6,950
Engineering Contingency $10,000
Estimated Project Total $1,014,555
ZEL
, d
Engineering Standard Rates
(Effective January 1,2018)
Project Manager/Management Level(Principal) $175.00/hr
Professional Engineer(P.E.) $150.00/hr
Staff Engineer $ 100.00/hr
Engineering Technician/Designer $ 90.00/hr
Resident Project Representative/Inspector $ 85.00/hr
Technical/CADD Personnel $ 70.00/hr
Register Land Surveyor(RLS) $ 105.00/hr
Survey Crew $ 130.00hr
Admin Staff $ 55.00/hr
Mileage $ 0.545/mile
Other Direct Expenses: Actual Cost plus 10% for handling and insurance.
ZIMMERMAN, EVANS & 1.1,0P01 D, INC
�'..'.. ZIMME-1 OP ID: K2
AC�OR�' CERTIFICATE OF LIABILITY INSURANCE DATE "M"�" `
0210712019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: if the certificate holder Is an ADDITIONAL INSURED,the pollcy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement, A statement on
this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
PRODUCER 706-868-1610CT Donald Skinner Jr
ACHE Insurance _..._
P O Box 2897 tf ,meq;706468-1610 FW"�c No1.706-860-5134
Evans,GA 30809
Donald Skkmer Jr $ dskinner ache insuran ce.com
1NSUREIA IAFFORDBa COV QE _ NAIL/
--. ----._ INSURERA:Allied Property S.Casualty Ins 10127
INSUREDz eaaINSURER a:Amtrust O rou plUnitrin
Z riEvans Leopold,Inc. _—
Auguste,GA 3D901-2484 R C CNA 20427
INSURER 0:
INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CON DITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ir- TYPE OF INSURANCE 1NVD POLICY EFF - POLICY Elm
POLICY NUMBER tMMROfYYYYI IMMIDDIYYYYI LBWS
X COMMERCIAL GENERALLUIBIUTY CA rIOC_UPPC _E $ 1,000,000
CLAWS-MADE nOCCUR JICPGLPQ7102607270 �`
03131/2018 03/3112019 �'A T"xEr,IFI
100,000
E 41EMI,,ES tEa ac uTM;R_ico $...
MED EXP(Any un.,P_org i?_ $ 5,000
I PERSONAL&ADV INJURY $ 1,000,000
iGEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE $ 2,000,000
I POLICY n jg& LOC I
iPRODUCTS_ COMPJOPAGG 1 2,000,000
I OTHER:AUTOMOBILE UABLITY COMBINED SINGLE LIMIT $
1Ea asci entJ $ 1,000,000
— ANY AUTO sCIdDI1LED ACPGLPO7102607270 0313112018;0313112019 BODILY INJURY iPerr:erson) _..,
AUTOSIONLY AUUTNOOSWNEp BODILY ITN,R(IRY(Per accident, $
X FAIR ONLY X AUTOS ONLY j {Faroe arlent)}AMAGE $
I _
A X UMBRELLA LIAB I X OCCUR $
EACH OCCURRENCE .__ $ 1,000,000
I EXCESS UAB I CLAIMS-MADE iACPCAA7102607270 03/3112018 03/31(2019
AGGREGATE $ 1,000,000
DED X RETENTION$ 0
$
B 'W 6RS COM N 3 I X PER I 0TH_
AIW EMPLOYERS�TY I , �TATIlIE 1 _.�.ER
ANYOF �P�RRO/PMRIETgO�RgIPARTNERjE CUTIVE TWC3624607 03/31/2018 03/3112019 500,000
OFF1C E itsER EXCLUDED? IllN I A I E L EACHACCIDENT $
M yes describe under EL.DISEASE•EA EMPLOYEE $ 300x000
DEDESCRIPTION OF OPERATIONS below „
C Pro eSSIOnaI AEH006091237 E.L.DISEASE.POLICY LIMIT $ 000,000
04!05/2018 04/0312019 Limit 2,000,030
Liability j
Aggregate 2,000,000
DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached IT more apace I.required)
CERTIFICATE HOLDER CANCELLATION
AUGUTIL
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Augusta Utilities Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
452 Walker St.Suite 200
Augusta,GA 30901 AUTHORIZED REPRESENTATIVE
I f,-,- r4+-7
ACORD 25(2016103) 0 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD