HomeMy WebLinkAboutJordan,Jones and Goulding
Augusta Richmond GA
DOCUMENT NAME: 30"101.0.\\ .3011 es :3 Guu \ck~ J
DOCUMENTTYPE: becn,c:.;>f-
YEAR: 02
BOX NUMBER: \/
FILE NUMBER: I CoI-f48
'-?o
NUMBER OF PAGES: 0
AUGUSTA-RICHMOND COUNTY COMMISSION
BOB Y OIJNG
Mayor
STAFF ArrORNEYS
MICHAEL R. DAVIS
VANESSA FLOURNOY
Sl'AlnICUS HEYWARD
LIOIO BIOAIUl
TOMMY BOYLES
ULMIOR BRIDGES
ANDY CHEEK
Bonny G. HANKERSON
WILLlMI B. KUIlLKE, .IR.
\"1\1. U\VrLLIE" H. i\'IA \'S, III
STEI'HEN E. SIlEPARI>
MARION WILLIAMS
.JAMES B. WALL
CITY ArroRNEY
AUGUSTA LAW DEPARTMENT
RICIIARD L. COLCLOUGH
Mayor Pro Tem
GEORGE R. KOI.B
Administrator
November 20, 2002
Please Reply to:
P.O. Box 2125
Augusta, GA 30903
(706) 821-2488
Fax (706) 722-5984
.i \\'all@co.richmond.ga.us
Ms. Lena Bonner
Clerk, Commission
8th Floor, City-County Bldg.
Augusta, GA 30911
RE: Design Consultant Services Agreement
Between Augusta and Jordan, Jones & Goulding
Dear Lena:
1 enclose herewith the original of the Design Consultant Services Agreement
between Augusta and Jordan, Jones & Goulding. Please include this in the City's permanent
records.
With best personal regards, ] am
Yours very truly,
~~
James B. Wall
JBW/sjp
Enclosure
I,:' ,
STATE OF GEORGIA
AUGUST A-RICHMOND COUNTY
UTILITIES DEPARTMENT
DESIGN CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
CONSULTANT
CONSULTANT: JORDAN, JONES & GOULDING
"-
PROJECT: Windsor Spring Road Phase IV & V - SR 88 to Tobacco Road- Water and Sanitary Sewer Systems
DATE EXCECUTED:
DATE COMPLETED:
--............
'.
STATE OF GEORGIA
AUGUSTA-RICHMOND COUNTY
UTILITIES DEPARTMENT
DESIGN CONSULTANT SERVICES AGREEMENT
BETWEEN
AUGUSTA, GEORGIA
(CITY)
AND
CONSULTANT
This Agreement is made and entered into this 4th of June, 2002 by and between AUGUSTA, Georgia, a political
subdivision of the State of Georgia, hereinafter called the "CITY" and JORDAN, JONES & GOULDING, 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:
Design of expansions, additions and/or upgrades to the water and sanitary sewer systems affected by the cooridor
associated with the Augusta Public Works and Engineering's Roadway Project on Windsor Spring Road Phases N
and V from SR 88 in Hephzibah, GA to Tobacco Road; and,
WHEREAS, the CONSULT ANT 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:
GENERAL PROVISIONS
ARTICLE 1. PROCUREMENT OF SERVICES
CONSULTANT has agreed in its 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 Work and other relevant data
defining the Project.
1.1 Consultant Coordination
The CONSULTANT shall cooperate fully with all
municipalities, local government officials, utility
companies, and other consultants as directed by the
CITY. 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.
1.2 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.
1.3 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.
1.4 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.
1.5 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.
1.6 Time Of Completion
The time of completion shall be as described in the
schedule attached hereto as Attachment D - Schedule
for Performance.
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.
1.7 Project Progress
CONSULTANT'S services and compensation under
this Agreement have been agreed to in anticipation of
the orderly and continuous progress of the Project
through completion.
1.8 Litigation
Nothing in this Agreement shall be construed as
obligating the CONSULT ANT 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 CONSULT ANT by
..
- .
the CITY except suits or c1ai"ms between the parties to
this Agreement will be reimbursed as additional
servIces.
1.9 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.
1.10 Extent Of The Agreement
This Agreement represents the entire agreement
between CITY and CONSULTANT and supersedes all
prior negotiations, representations and agreements,
either written ot oral.
ARTICLE 2. DEFINITIONS
Wherever used in this Agreement, whether in the
singular or in the plural, the following terms shall have
the following meanings:
2.1 A2:reement Execution - means the date on which
CONSULTANT executes and enters into an
Agreement with CITY to perform the Work.
2.2 A2:reement Price - means the total monies,
adjusted in accordance with any provision herein,
payable to the CONSULT ANT under this Agreement.
2.3 CITY - means a legal entity AUGUSTA,
GEORGIA, a political subdivision of the State of
Georgia.
2.4 CONSUL T ANT - means the party or parties
contracting directly with the CITY to perform Work
pursuant to this Agreement.
2.5 Contract - means the Agreement Documents
specifically identified and incorporated herein by
reference.
2.6 Contract Time - means the period of time stated
in this Agreement for the completion of the Work.
2.7 Pro2:ram Mana2:er - Not applicable on this
project.
2.8 Subcontractor - means any person, firm,
partnership, joint venture, company, corporation, or
entity having a contractual agreement with
CONSULT ANT or with any of its subcontractors at
any tier to provide a part of the Work called for by this
Agreement.
2.9 Supplemental A2:reement - 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.
2.10 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.
2.11 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.
ARTICLE 3: CONTRACT DOCUMENTS
3.1 List of Documents
The Agreement, the General Conditions, the
Attachments, and any Supplemental Agreements,
including Task Orders shall constitute the Agreement
Documents.
3.2 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
ARTICLE 4. GENERAL CONDITIONS
4.1 Commencement Of Work
The performance of the work as defined in the
Agreement between CONSULTANT and the CITY,
and herein described in this Agreement as Attachment
A Scope of Work shall be commenced upon receipt
by the CONSULT ANT of a written Notice to Proceed.
The effective date of services shall be defined in each
Notice to Proceed.
4.2 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.
4.3 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
CONSUL T ANT, 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.
4.4 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 incorporated 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 CONSULT ANT 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.
4.5 Accuracy Of Work
The CONSULT ANT 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
subsequent correction of any
clarification of any ambiguities.
responsibility
errors and
for
the
4.6. 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 info~ation concerning
the PROJECT should be released by the
CONSUL T ANT 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 CONSULT ANT
with such prior approval, the same shall be regarded as
public information and no longer subject to the
restrictions of this Agreement.
4.7 Open Records
CONSULTANT acknowledges 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. S 50-18-70, et
seq.). CONSULTANT shall cooperate fully in
responding to such requests and making all records,
110t exempt, available for inspection and copying as
provided by law.
4.8 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 CONSULT ANT, 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.
4.9. Termination Of Agreement For Cause
If through any cause, the CONSULT ANT 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 tennination. 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.
4.10 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.
4.11 Coordination And Cooperation With Other
Utilities And Consultants
CONSULTANT shall thoroughly research all utility
records to identify the existing facilities on the
submitted 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.
4.12 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
aeduct from the Agreement Price of consideration the
full amount of such commission, percentage,
brokerage or contingent fee.
4.13 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.
4.14 Insurance
The CONSULT ANT 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 both the CITY and Program Manager
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
CONSULT ANT 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:
4.14.1 Workmen's Compensation Insurance - m
accordance with the laws of the State of Georgia.
4.14.2 Public Liability Insurance - in an amount of not
less that One Million ($1,000,000) Dollars for injuries,
including those resulting in death to anyone person,
and in an amount of not less than One Million
($1,000,000) Dollars on account of anyone
occurrence.
4.14.3 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.
4.14.4 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.
4.14.5 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 m
insurance coverages 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 of such
policy or a certificate of insurance shall be filed with
the CITY at the time of the execution of this
Agreement.
4.15 PROIllBITED INTERESTS
4.15.1 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.
4.15.2 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.
4.15.3 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.
4.16. 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.
4.17 ASSIGNABILITY
The CONSULT ANT shall not assign or transfer
whether by an assignment or notation, any of its rights,
obligations, benefits, liabilities or other interest under
this Agreement without the written consent of the
CITY.
4.18 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 CONSULT ANT 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.
4.19 DRUG FREE WORK PLACE
CONSUL T ANT shall be responsible for ensuring 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.
4.20 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.
4.21 AUDITS AND INSPECTORS
At any time during normal business hours and as often
as the CITY may deem necessary, the <;:ONSULTANT
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, to 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 othe;
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 CONSULT ANT agrees that the
provisions of this Article shall be included in any
Agreements it may make with any subcontractor,
assignee, or transferee.
4.22 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 CONSULT ANT against all claims
arising out of such use of documents and materials
without the CONSULTANT's knowledge and written
consent.
4.23 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.
CITY:
ADMINISTRATOR
AUGUSTA, GEORGIA
530 Greene Street, Room 800
Augusta, GA 30911
Copy to:
DIRECTOR
AUGUSTA UTILITIES DEPARTMENT
360 Bay Street, Suite 180
Augusta, GA 30901
4.24 INDEPENDENT CONTRACTOR
The CONSULT ANT 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 CONSULT ANT or any of its agents or
employees to be the agent, employee, or representative
of the CITY.
4.25 NOTICES
All notices shall be in writing and delivered in person
or transmitted by certified mail, postage prepaid.
Notices shall be addressed as follows:
CONSULTANT:
Bill DeFoor
Jordan, Jonesr& Gouldinq, Inc.
745 South Milledge Ave
Athens, GA 30605
IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below:
erSY
TITLE: MAYOR
ATIE~
~
DATE: Ye:em&E! /1J,J40:r
.
Copy To:
DIRECTOR
AUGUST A UTILITIES DEPARTMENT
360 Bay Street, Suite 180
Augusta, Ga 30901
CONSULTANT
By:LJa.~
PRINTED NAME: FoUl/HZ" A. {LAIZ ~
C J.f ,4-/1Z.. UA N
TITLE:
DATE:
~ V6-L>~ Y 2. 6 ,)..00 J....
,
CONSULTANT'S RESPONSIBILITIES
CONSULTANT, in order to determine the requirements of the Project, shall review the information in
Attachment A - Scope of Services. CONSULT ANT shall review its understanding of the Project
requirements with the 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 CONSULT ANT'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.
CONSUL T ANT'S INSURANCE
CONSULTANT will maintain throughout this AGREEMENT the insurance limits as specified in Article
3 - General Conditions 4.14 Insurance.
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 ofthe 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 CONSULT ANT 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 CONSULT ANT's services or PROJECT construction.
TIMEL Y 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 CONSULT ANT 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 CONSULT ANT by CITY, except for suits or claims between the
parties to this AGREEMENT, will be reimbursed as additional services.
ATTACHMENT A - SCOPE OF SERVICES
PROJECT DESCRIPTION:
Design of expansions, additions and/or upgrades to the water and sanitary sewer systems affected by the
cooridor associated with the Augusta Public Works and Engineering's Roadway Project on Windsor
Spring Road Phases IV and V from SR 88 in Hephzibah, GA to Tobacco Road
DESIGN OBJECTIVES:
These objectives are discussed in the attached PROPOSAL FOR ENGINEERING SERVICES as
submitted by JORDAN, JONES & GOULDING on May 1, 2002, as approved by the Augusta
Commission on June 4, 2002, and as accepted by Mayor Bob Young on June 24, 2002. This proposal
shall be considered as part of ATIACHMENT A- SCOPE OF SERVICES.
.,
. p.~i.,.i'
/:.
_ilIIIJORDAN
~ JONES &
GOULDING
PROPOSAL FOR ENGINEERING SERVICES
AUGUSTA-RICHMOND COUNTY
AUGUSTA UTILITIES
Windsor Spring Road Utility Relocation and Sewer
System Expansion - Design Phase Services
May 1, 2002 (Revised)
Background
The Augusta-Richmond County Public Works Department has initiated the planning and
conceptual design of the Windsor Spring Road Widening Project (GDOT No's: STP-7007(6),
BRSLB-7007(7), STP-1105(4) and BHSLB-1105(5)). The project will consist of the construction
of a four lane divided roadway, from Tobacco Road to S.R. 88 in Hephzibah.
The widening and realignment of this roadway will require the Augusta Utilities Department to
relocate the existing 6-inch water main along Windsor Spring Road, as well as two segments of
existing gravity sewer main in the Spirit Creek Basin. The project will also incorporate the
expansion of the existing sewer collection system within this corridor. .
All existing water and sewer system infrastructure will be upgraded to accommodate current and
projected demands. The relocation project will consist of approximately 15,500 feet of 16-inch
water main, 12,000 feet of 12-inch water main, numerous interconnections at side streets, and two
sanitary sewer crossings. The sewer system expansion project will consist of approximately 8,700
feet of 8-inch gravity sewer along Windsor Spring Road, from South Fieldcrest Drive to Lincolnton
Parkway, and approximately 13,800 feet of 18-inch to 12-inch gravity sewer along Grindstone
Branch near the City ofHephzibah.
The objectives of this project are as follows:
· Provide supplemental and/or field survey data, coordinate design activities with the
Georgia DOT, complete all necessary environmental pennitting, prepare detailed
construction drawings and project specifications.
· Assist the Augusta Utilities Dep~ent with the advertisement and bidding of this
project, or in the solicitation of a Change Order proposal from the roadway construction
contractor selected by the Public Works Department.
M:\9802-0422 Augusta Windsor UtilIRev. Scope of Services-Windsor Springs Road3.doc
Page2of6
Windsor Spring Road Utility Relocation Project
Proposal for Engineering Services
Scope of Services
Jordan, Jones & Goulding, Inc. (JJG) proposes the following Scope of Services in a phased
approach to meet this project's objectives:
ProjerJ PhmniTW :mc1 PreJimin~rv Fmrineerin~
:... . ~
o Conduct a project kick-off meeting with Utilities Department Staff to review existing utility
system infrastructure, anticipated project impacts, department goals and objectives, and
proposed utility relocations.
o Conduct meetings with the Public Works Department and JJG transportation design team to
establish the tentative construction schedule for the proposed roadway improvements, and
coordinate the release of all digital files for use in design.
SllrvpyinE :mn Utility T f)~~tinn
o Arrange for and conduct the location and surface marking of all underground utilities within
the project limits. These activities may require field support from Maintenance Personnel, in
the location and spot excavation of existing water mains and valves.
o JIG will utilize the roadway construction drawings (Auto CAD format provided by Augusta-
Richmond County Public Works Department) as the basis of design for the utility relocation
project, and provide supplemental field survey information where necessary.
o JIG will conduct a complete topographic survey along the proposed route of each sewer
system expansion project. JJG will prepare a survey notification letter to be signed by the
Director of Utilities, and we will distribute copies of the letter to all property owners along
the proposed route.
ne~iV1 Ph~~e Servi~e~
o Prepare detailed construction drawings, standard installation details, and technical
specifications necessary for bidding.
o Provide all required easement exhibits or plats to the Utilities Department for acquisition
purposes. We have included a separate budget for providing certified easement plats
prepared by a Registered Surveyor, for all 58 parcels based on a unit cost of $325.00 each.
o Prepare the Erosion and Sediment Control Plans, and acquire the necessary Land Disturbance
Permit (LDP) for construction activities.
M:19802-0422 Augusta Windsor Uti/lRev. Scope of Services-Windsor Springs Road3.doc
Page 3 of6
Windsor Spring Road Utility Relocation Project
Proposal for Engineering Services
o Prepare the project Notice of Intent (NOl) as required by NPDES Regulations. The Augusta
Utilities Department would be listed as a Secondary Permittee, under the NPDES Permit
issued for the roadway proj ect.
o Prepare and submit design review drawings, updated cost estimate and conduct progress
review meetings with Utilities Department Staff at scheduled intervals of 30%, 60%, 90%
and 100% completion. The purpose of these meetings shall be to review and discuss the
progress of design and to solicit approval and direction on specific project elements.
o Prepare phased estimates of construction costs, as stated above.
o Submit final construction plans to Georgia EPD, for review and approval.
o Coordinate design activities with the Augusta-Richmond County Public Works Department
and the Georgia Department of Transportation (GDOT), including the location of all existing
facilities and the preliminary alignment of proposed water mains. JJG will coordinate with.
these agencies through the review process, and address comments as required.
Aclv~rti,c;~ment ;:!ncl Riclcline
o Provide the Invitation to Bid and submit to the Augusta Purchasing Department for posting
in local newspapers.
o Prepare and deliver construction drawings and technical specifications to the Augusta
Purchasing Department for use in soliciting Bids. .
o Conduct a pre-bid conference for all prospective bidders and material suppliers. Issue
addenda as necessary.
o Assist Purchasing Department in opening Bids, evaluate all bids received, and tabulate the
results for review by the Department.
o Issue Recommendation of Contract Award to the Director of Utilities, and provide
conformed documents for contract execution.
Project Staffing
· Project Manager: Harold Jones, P.E.
· Project Engineer: Jimmy Parker
· Quality Control Review: B. Wayne Haynie, P.E.
M:\9802-0422 Augusta Windsor Uti/IRev, Scope of Services-Windsor Spn'ngs Road3.doc
Page 4 of6
Windsor Spring Road Utility Relocation Project
Proposal for Engineering Services
Schedule
The design schedule for this project will be based on the progress of roadway design, and the
required approval of all State and Federal agencies involved. Final construction plans and technical
specifications for the Windsor Spring Road utility relocation and sewer extension projects will be
completed approximately 8 - 12 weeks following the final completion and approval of the roadway
design plans.
We anticipate the design schedule for the Grindstone Branch sewer extension project may be
accelerated. The proposed road widening improvements will not affect the majority of this project,
however final design grades will be required for the crossing of Windsor Springs Road near the
City Limits ofHephzibah.
Compensation
We propose to provide the work described under the terms of our General Services Agreement
for the following fixed price amounts. Invoices for this project will be issued on a monthly basis,
based on the percentage of work completed.
Item Descrintion Amount
1. Windsor Spring Road Utility Relocation Project $138,450.00
16-Inch WM from Tobacco Road to Willis Foreman Road
12-Inch WM from Willis Foreman Rd to current svstem limits
2. Windsor Spring Road Utility Relocation Project $6,800.00
12-Inch WM from current system limits to a point approx. 200'
south of the GAlFLA Railroad (Annroximatelv. 2800 L.F.)
3. Windsor Spring Road Utility Relocation Project $2,250.00
Coordination and Design of 12-Inch WM, valves and pipe hangers
for bridi!e crossin\! at GA/FLA Railroad
4. Windsor Spring Road Sewer Extension $54,200.00
From South Fieldcrest Drive to Lincolnton Parkway, Including
Gap-Chat Street (Approximately. 8,700 L.F. of 8" SS)
See FilruTe 1 (attached)
5. Grindstone Branch Sewer Extension $108,250.00
From Willis Foreman Road to Patterson Bridge Road .
(Approximately 13,800 L.F. of 18" to 12" SS)
See FilruTe 2 (attached)
6. Certified Easement Plats Prepared by a Registered Professional $18,850.00
Surveyor. ifReauired. (58 Parcels x $325.00/Parcel)
Total- Design Phase Services $328,800.00
M'19802-0422 Augusta Windsor UtillRev. Scope o/Services-Windsor Springs Road3.doc
. Page 6 of6
Windsor Spring Road Utility Relocation Project
Proposal for Engineering Services
Fee Analysis by Task
PROJECT TASK FEE
Windsor Spring Road Utility Relocation Project Field Survey and Coordination $16,600.00
Engineering Design $113,500.00
EnvironmentaIJPennitting $9,600.00
Advertisement and Bidding $7,800.00
Total $147,500.00
Windsor Spring Road Sewer Extension Field Survey and Coordination $10,500.00
Engineering Design $36,200.00
EnvironmentallPennitting $3,300.00
Advertisement and Bidding $4,200.00
Total $54,200.00
Grindstone Branch Sewer Extension Field Survey and Coordination $34,800.00
Engineering Design $52,600.00
EnvironmentaIJPennitting $15,400.00
Advertisement and Bidding $5,450.00
Total $108,250.00
Certified Easement Plats, if Required
(Based on 58 total parcels x $325/Parcel) Total $18,850,00
. Total- Design Phase Services $328,800.00
M: \9802-0422 Augusta Windsor Uti/lRev. Scope oj Services-Windsor Springs Road3.doc
Page 5 of6
Windsor Spring Road Utility Relocation Proj ect
Proposal for Engineering Services
Acceptance
If you find the scope, terms and fee acceptable, please indicate acceptance of this Proposal by
signing below and returning one copy for our files.
PROPOSAL ACCEPTED BY:
~
?;u ~
~ d&-7
Name
DATE: d,~ C:<~.>>d:P
COpy
M:\9802-0422 AI/gusta Windsor UtiJIRev. Scope 01 Services-Windsor Springs Road3.doc
ATTACHMENT B - COMPENSATION
The CITY shall compensate the CONSULTANT for services, which have been authorized by the CITY
under the terms of this Agreement as defined in CONSULTANT'S cost proposed for completing the
Scope of Work dated May I, 2002, which is attached and a part 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 be considered 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 CONSULT ANT 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.
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.
ATTACHMENT C - LISTING OF KEY PERSONNEL
CONSULTANT shall provide qualified personnel to perform its work. The list of key
personnel below, including a designated Progect Manager will not change or be reassigned
without the written approval of the CITY. Those personnel committed for this work are as
follows:
Harold T. Jones, P.E, Project Manger 706-353-2868
Jimmy Parker, E.I.T. Project Engineer II
Jason Gillespie, E.I.T. Design Engineer II
B. Wayne Haynie, P.E. Quality Control Review II
Jordia Waller Environmental Permitting II
Survey Sub-Consultant To be determined N/A
A TT ACHMENT D - SCHEDULE FOR PERFORMANCE
The CONSULTANT shall submit the SCHEDljLE FOR PERFORMANCE
and it shall be in accordance with the CONSULTANT'S proposal dated May
1,2002, which is attached as part of SCHEDULE A- SCOPE OF WORK and
is part of this agreement.
CONSULTANT SERVICES
As a part of this Agreement the CONSULT ANT agrees to furnish the following checked items.
Prior to Authorization To Proceed:
Glf Detailed Scope of Services based upon Attachment A of this Agreement to be submitted with Cost
Proposal clearly defining the CONSULTANT'S understanding of the project limits, design
-1 objectives and CONSULT ANT'S services to be provided. This has been provided and accepted.
ta 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. This has been
provided and accepted.
0' Schedule for submittal of review documents at 30%, 60%, and 90% completion and final documents.
Prjr to submitting 30% review documents:
III 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
;<erify to CITY'S satisfaction. .
o Provide CITY with information on the project site(s), including the following:
. Past and present use of the land (specifically identify any landfilling activities in the area);
identify any nearby designated wetlands
. Soil type(s)
. Boring results.
. 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.
. Identification of potential problems in meeting design objectives.
o Site Plan (If Required)
Throughout project:
~prepare printed responses to comments received from the CITY following reviews.
~ Provide the necessary plats (complete with survey information on all items within the limits of both
r...t permanent and temporary easements) for easement acquisition and DOT/other permit application.
~ ]>repare Public Works/DOT/Other permit applications for signature by the CITY.
Gaftrepare and submit plans to EPD for review and approval when required.
12) Prepare plans and specifications, using Augusta Utilities Design Standards and Specifications (latest
reference). Specifications must mirror that provided by the CITY and must be complete for the
~escribed work.
o Prepare and submit construction cost estimates at each review stage ( 30%, 60% and 90%) and with
~e submittal of final documents. Provide cost breakdown for any items to be lump sum in the
onstruction contract.
. Prepare Bid Schedules to be included in the plans starting at the 60% phase and revised accordingly
through the Final documents.
UPi completion of design:
l2i Provide Final Design plans and documents electronically per the Augusta Utilities Department's
....L Design Standards and Specifications.
1rI, Coordinate with the City Purchasing Department to advertise the project.
Fax bid information to CITY.
Attend bid opening.
Prepare letter of recommendation for award of the contract.
Attain contractor's/other signatures on the contract documents and forward to the CITY.
Invite attendees to, and conduct, the pre-construction meeting.
Provide clarification related to the plans/specifications throughout design and construction.
Provide record drawings at completion of the project electronically, per the Utilities Design
/ Standards and Specifications (latest version).
[!J Provide Services During Construction as follows:
. Attend project meetings as scheduled by the CITY
. Recommend design changes as field conflicts arise (site visits may be required)
. Review and approval of pay requests from the construction Contractor (line of communication
will be construction contractor to resident observer to CONSULTANT to CITY)
. Provide clarification of plans and specifications throughout construction
. Revise/update plans and/or easement plats as changes occur that require resubmittal to DOT/other
agencles.
DEP ARTMENT
CONSULT~NT j) ....,/ I
BY: ~/~O. ~
PRINTED NAME: EDwlttz.o A. t '-AIU<
TITLE: C'1-fkl fl!:.-MA"tV
DATE: Al/{,-V~.,:l6 IlLJb~
,
BY: _ .7Ihx
PRINTED N;\ME: I'2I1C/A..J.4. 4a":E-
A.J1 r .
TITLE: DIRECTOR
DATE: ~ht....
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
CONSULT ANT to protect the safety, health and welfare of the public in the performance of their professional duties.
\
(l AUG. 20. 2002
i
, J
~'A'CDR'ln ..
.~~ ~ U.
-:~J...~.;t,<<.~:".w."':6:~.I.'~)"'i:'
PRODUC~
3:37PM
PALMER & CAY
NO.691
P.2/3
706-676-6990
CArli IMMIDDIYYI
8/20/02
THIS CERTIFICATE 16 ISSUED AS A MATTER OF INFORMATION
ONLY AND CONF~RS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
...... "._ .1,
~
,.'
Palmer & Cay of Georgia, Inc.
240 Brookstone Centre Parkway
Columbus, GA 31904-0166
COMPANY
A
Americ2ln Cas Co of Reading PA
IN5UREtl
Jordan, Jones & Goulding, Inc.
Attn: Chuck Button
6S0' Governors Lake Pkwy
Norcross GA 30071
COMPANY
B
Transportation Insurance Co
COMPANY
C
American ZLlrich Insurance Co
.~jjK.~' ",.,".' \l>~
THIS IS TO C~RTIFY THAT THE POI-ICIES OF INSURANCE \.ISTED llE\.OW HAVE BEEN ISSUED TO THE INSURED NAMED A130VE FOR THE POI-ICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OF! CONOITION OF ANV CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH Tl-IIS
CERTIFICATE MAY BE ISSUED OR MAV PERTAIN, THE INSURANCE AFFORDED BV THE POLICIES DESCRI13ED HEREIN IS SUBJECT TO A\.L THE T1:RMS.
EXCL.USIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAV HAVE 13!:EN AEOUCED BY PAID C\.AIMS.
CO TYPE OF INSURANCE PDIJCY NUMBER poucy EIlFECTIVI! POLlCY ~IRAT10N UMITS
LTR OATS fMMIDDIVYI . DATIl IMMIDDIYYI
A GENmA\. UABlIJiV C130063696 1/26/02 1 126/03 GENI1flAL AC3GAEGATEl 2000000
X COMMERCIAL GENERA\. UAflILm' CONTRACTUAL PRODUCTS. COM PlOP AGG 0 2000000
:;'r.>,;:' ClAIMS MAtlE 0 OCCUR L.IAS. INCLD. PERSONAL & ADV INJURV , 1000000
OWNER'S & CONTl'lACTOA'S PRoT eACH OCCURRENCE . 1000000
FIRE DAMAGE fAnv al\S tlrel s 300000
MED 100' lAnv onG POrsCl"1 5000
B AUTOIVIOBUJ! UAI!1UTY 1016643189 1/26/02 1/26/03 COMBINED SINGLE UMJT
X ANY AUTO 1000000
AU. OWNEtl AUTO S aOOll.Y INJURY
SCHEDU\.ED AUTOS lPer perBDn)
MIFlEtl AUTOS BOOI~Y INJURY
NON.oWNED AUlOS IflBr BccJdumJ
PROPeRTY DAMAGE
GARAGE UASIUTV' AUTO ONLY - SA ACC1DIlNT e
ANY AUTO OTHI1fl1l1AN AUTO ONL.Y: ,:~,~: ~1..~<t~'1 ~:,f::.,~ ,i:,:: ),' ':,'i.::'.':,,:, '="
EACH ACCIDENT 0
Al;C3FlEQATIi e
C EXCI!SS UAllILITY AUC93026SS00 1126102 1/26/03 ~CH OCCURRENce 0 5000000
X uMefllUA I'ORM AGGREGATe 5000000
OTHER TliAN UMIlRw.A FOAM
13 WORmS COMPENSATION ANO '016643614 1/26/02 1/26/03 X WC AU.
IlMPLOYfl\S' LlADIUlY EI. eACH ACCICI!NT 500000
THE PROPRleTOfll INC~ a. DISEAse. PO\.ICY UMIT 500000
PAATt-JERSIEXECUTlVE
OI'I'ICEjiS ARE: EXCL Il\.. DISEASE. EA EMP\.OYEE 0 500000
A OllleR C1300B369S 1/26/02 1/26/03
PROPERTY M,816,800 BLANKET LIMIT;
SpeCIAL. FOR~ REPLACEMENT COST:
INCLUOING THEFT": $600 DEDUCTIBLE:
DESCRIPTION 01' 0I'EAATlDNS/LOCATIONS/VEHICu\S/SPEC1AL ITEMS
fiE: WINDSQR SPRING ROAD. UTILITY R5L.OCATION;
C5RTIF1CATE HOL.DER IS AOOlTIONAL.1NSURED WITH RESPECT TO. THE GENERAL
LIABILITY COVERAGE:
AUGUSTA - RICHMOND COUNTY
360 BAY STREET, SUITE 180
AUGUSTA, GA 30901
~
.,
RUG.212l.212l12l2
3:38PM
PRLMER & CRY
NO. 691
P.3/3
706.576.6990
I VI"
DAn (MMJPD/VYI ~
6/20102 ~,
THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Palmer &. Cay 'Of Georgia, Inc.
240 Broolc.stone Centre Parkway
Columbus, GA 31904-0166
CCMPAI'lY
A
Zurlch.American Insurance
Jordan, Jones &. Goulding, Inc,
Ann: Chuck Button
6a01 Governors Lake Pkwy
Norcross GA 30071
COMPANY
B
INSURED
COMPANY
C
. ',' \ '
.; ,,,,.;', .
.' THIS IS TO CERTIFY THAT THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NArJI~P ABOVE FOA THE PO/-lCY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMI!NT. TeRM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPgCT TO WHICH T1iIS
CERTIFICATE MAY Be ISSUEC OR MAY PERTAIN, THE INSURANCE AFFOF\DED BY THE POLICIES DeSCRIBED HEREIN IS SUflJECT TO Al.L Tl"IE T5RMS.
~CLUSIOIIIS AND CONDIT/ONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE a&5N REDUCEO BY PAID CLAIMS,
co
LTR
TYPB (IF IIlISURANce
POLlCY NUMB~fl
POlJCY EFl'ECTJVe POUCV IlXPlRATlON
DATE IMMIOD/YVl DllTE lMM/gPtYYl
UMIT6
G~EflAL UADIUTY
COMMeRCIAL GENERAL UABILITY
~,~ .' CL.AIMS MACIl 0 OCCUR
OWNeR'S & eONTllACTOfl'S PIlOT
GEN~RALAGGRcaATE
PRODUCTS. COMPICP AGG S
PERSONIlL 50 ADV INJURY
EACH QCCURRENC~ .
"IRE DAMAGE IAnv one tlral
MEtlIOO' IAnv onll PWl$OlIl
AUTOMDUILIi UABILITY'
ANY AUTO
AI+ OWNED AUTOS
6CI'1EDULeD AUTOS
HIRSP AUTOS
NOI\l-OWNEO /lUTOS
COMBIN~D SIf\lGI.E LIMIT
,
aOOIL Y INJURY
(Par porsanl
,
BODILV INJURY
(Per Bccl1lang
pROPERTY C1AMAGE
exCE1.i& UAOll./'TY
UMllfl~Lv. PORM
CTHe:! THAN UMBRaI.A I'ORM
WOHIC"RS COMPa;N.IATlON AND
EIVIPLOV2RS' J,IAIlIUTY
THE PROPfllrrrORl f~""L
PARTNE/'IEitaXl:CUTIVE ,....
OFPICERS ARe EXCL
A OntllR EEC2,5413401
PROfESSIONAL UAB
CLAIMS MADE FORM
AUTO ONLY - eA ACCIDENT e
OTHER THAN AUTO ONL.Y~ "1~:~~:.:~;';::)tl':~~~.':I~~~~!~:\"~~:~:,::"
EACH ACCIDENT 0
AGGFlEGATI' ,
EACH oc:c:URREN~E
AGGflEGATE ,
we ATU-
o ,. 1:~ ~"':,,~<:I,~~:'~~{;~t ~\'~/e~ ,~': :',~':'
a EACH ACCID6IIT a
I!l. DISEAse - PQUCY LIMIT
eL DISEASE - EA EMI'LOm 6
9121/99
9121/04
$7,000.000 EACH C\..A1M
$7,000,000 ANNUAL AGGREGATE
$100,000 OEDUCTI6LE
OE1.iC/lIP110N OF D"ElIATlON8/l.O~TlONSNl!HICIa/SPl:ClAL 1TI!M&
RE: WINDSOR SPRING ROAD. UTILITY R1;LOCATION:
AUGUSTA - RICHMOND COUNTY
360 BAY STREET, SUITE 1 BO
AUGUSTA, GA 30901