Loading...
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