Loading...
HomeMy WebLinkAboutW R TOOLE ENGINEERS, LUMPKIN ROAD WATER IMP ST ATE OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT CONSULT ANT: W. R. Toole Engineers, Inc. PROJECT: Lumpkin Road Water and Sewer Improvements DATE EXCECUTED: DATE COMPLETED: 10F1 I REVISION DATE: June 2004 STATE OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SERVICES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT This Agreement is made and entered into this 21st day of Tune 2005 by and between AUGUSTA, Georgia, a political subdivision of the State of Georgia, hereinafter called the "CITY" and W. R. Toole Engineers, Inc. a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish professional services for: Lumpkin Road Water and Sewer Improvements project description); 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: 20F2 REVISION DATE: June 2004 GENERAL PROVISIONS CONSULT ANT has agreed, in this Agreement with CITY to procure the services of licensed design professionals, to provide the engineering services required to provide professional engineering and design services for the Project in accordance with the requirements as outlined in and attached as Attachment A - Scope of Services and other relevant data defining the Project. CONSULTANT COORDINATION The CONSULTANT shall cooperate fully with all municipalities, local government officials, utility companies, and other consultants as directed by the CITY. 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. CONSULT ANT will re-perform any services not meeting this standard without additional compensation. AMENDMENTS TO AGREEMENT Every amendment to the Scope of Services shall become and is hereby made a part of this Agreement. Amendments must be fully executed by both the CONSULT ANT and CITY to be valid. REDUCTION IN REQUIRED SERVICES If reductions in the required services are ordered by CITY, the credits shall be the amounts for such services as described in subsequently executed Amendments to this Agreement, and no claim for damages for anticipated profits shall accrue to the CONSULTANT. DATE CHANGES If in this Agreement specific periods of time for rendering services are set forth or specific dates by which services are to be completed are provided and if such periods of time or dates are changed through no fault of CONSULTANT, the rates and amounts of compensation provided for herein shall be subject to equitable adjustment. AGREEMENT MODIFICATIONS This Agreement shall not be modified except by a duly executed Amendment hereto in writing under the hands and seals of both parties hereto. TIME OF COMPLETION The time of completion shall be as described in the schedule attached hereto as Attachment D- Schedule. 30F3 REVISION DATE: June 2004 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, CONSULT ANT will be compensated for all work prior to termination of contract even if the CITY has obligated the funds to other projects. PROJECT PROGRESS CONSULT ANT'S services and compensation under this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion. LITIGATION Nothing in this Agreement shall be construed as obligating the 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 CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be reimbursed as additional services. BINDINGS It is further agreed that the CITY and CONSULT ANT 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 CONSULT ANT shall assign, sublet or transfer its or their interest in this Agreement without prior written consent of the other party hereto. EXTENT OF THE AGREEMENT This Agreement represents the entire agreement between CITY and CONSULT ANT and supersedes all prior negotiations, representations and agreements, either written or oral. 40F4 REVISION DATE: June 2004 DEFINITIONS Wherever used in this Agreement, whether in the singular or in the plural, the following terms shall have the following meanings: Agreement Execution - means the date on which CONSULTANT executes and enters into an Agreement with CITY to perform the Work. Agreement Price - means the total monies, adjusted in accordance with any provision herein, payable to the CONSULTANT under this Agreement. CITY -means a legal entity AUGUSTA, Georgia, a political subdivision of the State of Georgia. CONSULTANT - means the party or parties contracting directly with the CITY to perform Work pursuant to this Agreement. Contract - means the Agreement Documents specifically identified and incorporated herein by reference. Contract Time - means the period of time stated in this Agreement for the completion of the Work. Program Manager - means CH2M HILL as the representative of the CITY who shall act as Liaison between the CITY and the CONSULT ANT for all matters pertaining to this Agreement, including review of CONSULT ANTIs plans and work. 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. Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the Agreement Price or the Contract Time, issued after execution of this Agreement. Task Order - means a written order specifying a Scope of Services, time of completion and compensation limit for services being provided by CONSULTANT. Task Orders shall be incorporated by reference as part of the Supplemental Conditions of this Agreement. Work - means any and all obligations, duties and responsibilities, including furnishing equipment, engineering, design, workmanship, labor and any other services or things necessary to the successful completion of the Project, assigned to or undertaken by CONSULT ANT under this Agreement. 50F5 REVISION DATE: June 2004 CONTRACT DOCUMENTS List of Documents The Agreement, the General Conditions, the Attachments, and any Supplemental Agreements, including Task Orders shall constitute the Agreement Documents (the" Agreement"). Conflict and Precedence The Agreement Documents are complementary, and what is called for by one is as binding as if called for by all. In the event there are any conflicting provisions or requirements in the component parts of this Agreement, the several Agreement Documents shall take precedence in the following order: 1. Agreement - Including Attachments 2. General Conditions 3. Supplemental Conditions - Including Task Orders 6 OF 6 REVISION DATE: June 2004 GENERAL CONDITIONS 1. COMMENCEMENT OF WORK The performance of services as defined in the Prime Agreement between CONSULT ANT and the CITY, and herein described in this Agreement as Attachment A shall be commenced upon receipt by the CONSULTANT of a written Notice To Proceed. The effective date of services shall be defined in the Notice To Proceed. 2. PROFESSIONAL STANDARDS The standard of care for all services performed or furnished by CONSULT ANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULT ANT'S profession practicing under similar conditions. 3. CHANGES AND EXTRA WORK The CITY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the CONSULTANT's compensation, which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be incorporated in written Supplemental Agreements to the Agreement. Changes that involve an increase in the compensation shall be considered major, and require the approval of the CITY. The Program Manager may approve minor changes to the scope of services that do not involve an increase compensation schedule. 4. PERSONNEL The CONSULT ANT 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 CONSULT ANT under this agreement are indicated in a personnel listing attached hereto as Attachment C - Listing of Key Personnel and incorporate herein by reference. No changes or substitution shall be permitted in the CONSULT ANT's Key Personnel without the prior written approval of the CITY or his designee. The CONSULTANT shall employ only persons duly registered in the appropriate category in responsible charge of supervision and design of the work. The CONSULTANT shall endorse all reports, contract plans, and survey data. Such endorsements shall be made by a person duly registered in the appropriate category by the Georgia State Board of Registration for Professional Engineers and Land Surveyors, being in the full employ of the CONSULT ANT and responsible for the work prescribed by this Agreement. 70F7 REVISION DATE: June 2004 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 CONSULT ANT shall give immediate attention to these changes so there will be a minimum of delay to others. Acceptance of the work by the CITY will not relieve the CONSULTANT of the responsibility for subsequent correction of any errors and the clarification of any ambiguities. 6. CONFIDENTIALITY The CONSULT ANT 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 CONSULT ANT pursuant thereto shall become the property of the CITY and be delivered thereto. Articles, papers, bulletins, reports, or other materials reporting the plans, progress, analyses, or results and findings of the work conducted under this Agreement shall not be presented publicly or published without prior approval in writing of the CITY. It is further agreed that if any information concerning the PROJECT, should be released by the CONSULTANT without prior approval from the CITY, the release of same shall constitute grounds for termination of this Agreement without indemnity to the CONSULTANT, but should any such information be released by the CITY or by the CONSULT ANT with such prior approval, the same shall be regarded as public information and no longer subject to the restrictions of this Agreement. 7. OPEN RECORDS CONSULTANT acknowledge that all records relating to this Agreement and the services to be provided under the contract may be a public record subject to Georgia's Open Records Act (O.c.G.A. S 50-18-70, et seq.). CONSULTANT shall cooperate fully in responding to such request and making all records, not exempt, available for inspection and copying as provided by law. 8. TURISDICTION The law of the State of Georgia shall govern the CONTRACT between CITY and CONSULT ANT with regard to its interpretation and performance, and any other claims related to this agreement. All claims, disputes and other matters in question between. CITY and CONSULTANT arising out of or relating to the Agreement, or the breach thereof, shall be decided in the Superior Court of Richmond County, Georgia. The CONSULTANT, by executing this Agreement, specifically consents to jurisdiction and venue in Richmond County and waives any right to contest the jurisdiction and venue in the Superior Court of Richmond County, Georgia. 80F8 REVISION DATE: June 2004 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, CONSULT ANT 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 CONSULT ANT of such termination, and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, maps, data, studies, work papers and reports prepared by the CONSULTANT under this Agreement shall become the property of the CITY, and the CONSULT ANT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents, as mutually agreed by the CITY and CONSULTANT. 10. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract up to the time of termination. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULT ANTS CONSULT ANT shall thoroughly research all utility records to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of Services. If the CITY undertakes or awards other contracts for additional related work, the CONSULT ANT shall fully cooperate with such other CONSULT ANTs 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 CONSULT ANT or by CITY employees. 12. COVENANT AGAINST CONTINGENT FEES The CONSULT ANT 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 CONSULT ANT for the purpose of securing business and that the CONSULTANT has not received any non-CITY fee related to this Agreement without the prior written consent of the CITY. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or at its discretion to deduct from the Agreement Price of consideration the full amount of such commission, percentage, brokerage or contingent fee. 90F9 REVISION DATE: June 2004 13. RESPONSIBILITY FOR CLAIMS AND LIABILITY The CONSULT ANT shall be responsible for any and all damages to properties or persons caused by its employees, subcontractors, or agents, and shall hold harmless the CITY, its officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever to the extent found to be resulting from the CONSULTANT, its subcontracts, or agent in the negligent performance or non-performance of work under this Agreement. These indemnities shall not be limited by reason of the listing of any insurance coverage. 14. INSURANCE The 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 in performance of the work during the term of this Agreement. The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The CONSULT ANT shall provide, at all times that this Agreement is in effect, Insurance with limits of not less than: A. Workmen's Compensation Insurance - in accordance with the laws of the State of Georgia. B. Public Liability Insurance - in an amount of not less that One Million ($1,000,000) Dollars for injuries, including those resulting in death to anyone person, and in an amount of not less than One Million ($1,000,000) Dollars on account of anyone occurrence. C. Property Damage Insurance - in an amount of not less than One Million ($1,000,000) Dollars from damages on account of an occurrence, with an aggregate limit of One Million ($1,000,000) Dollars. D. Valuable Papers Insurance - in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the Project. E. Professional Liability Insurance - in an amount of not less than One Million ($1,000,000) Dollars or an amount that correlates to the aggregate fee on the project should it exceed $1,000,000. CITY will be named as an additional insured with respect to CONSULT ANT's liabilities hereunder in insurance coverage's identified in items (b) and (c). The policies shall be written by a responsible company(s), to be approved by the CITY, and shall be noncancellable except on thirty-(30) days' written notice to the CITY. Such policies shall name the CITY as co-insured, except for workerls compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 10 OF 10 REVISION DATE: June 2004 15. PROHIBITED INTERESTS 15.1 Conflict of Interest: The CONSULT ANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 15.3 Employment of CITY's Personnel: The CONSULT ANT shall not employ any person or persons in the employ of the CITY for any work required by the terms of the Agreement, without the written permission of the CITY except as may otherwise be provided for herein. 16. SUBCONTRACTING The CONSULTANT shall not subcontract any part of the work covered by this Agreement or permit subcontracted work to be further subcontracted without the CITY's prior written approval of the subcontractor. The CITY will not approve any subcontractor for work covered by this Agreement that has not been recommended for approval by the Program Manager. All subcontracts in the amount of $5,000 or more shall include, where possible, the provisions set forth in this Agreement. 17. ASSIGNABILITY The CONSULTANT shall not assign or transfer whether by an assignment or novation, any of its rights, obligations, benefits, liabilities or other interest under this Agreement without the written consent of the CITY. ' 18. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this Agreement, the CONSULTANT agrees as follows: (1) the CONSULT ANT will not discriminate against any employee or applicant for employment because of race, creed, color, sex or national origin; (2) the CONSULT ANT will, in all solicitations or advertisements for employees placed by qualified applicants, receive consideration for employment without regard to race, creed, color, sex or national origin; (3) the CONSULTANT will cause the foregoing provisions to be inserted in all subcontracts for any work covered by the Agreement so that such provision will be binding upon each subcontractor, provided that the foregoing provision shall not apply to contracts or subcontracts for standard commercial supplies of raw materials. 19. DRUG FREE WORK PLACE CONSULT ANT shall be responsible for insuring that its employees shall not be involved in any manner with the unlawful manufacture, distribution, dispensation, possession, sale or use of a controlled substance in the workplace. For purposes of the policy, "workplace" is defined as CITY 11 OF 11 REVISION DATE: June 2004 owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/ or immediate discharge. CONSULT ANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULT ANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 20. ANTI-KICKBACK CLAUSE Salaries of architects, drafters, engineer's, and technicians performing work under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account except only such payroll deductions as are mandatory by law. The CONSULTANT hereby promises to comply with all applicable "Anti-kickback" laws, and shall insert appropriate provisions in all subcontracts covering work under this Agreement. 21. AUDITS AND INSPECTORS At any time during normal business hours and as often as the CITY may deem necessary, the CONSULT ANT shall make available to the CITY and/ or audit representatives of the CITY for examination all of its records with respect to all matters covered by this Agreement. It shall also permit the CITY and/ or representatives of the audit, examine and make copies, excerpts or transcripts from such records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. The CONSULTANT shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred on the Project and used in support of its proposal and shall make such material available at all reasonable times during the period of the Agreement, and for three years from the date of final payment under the Agreement, for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished upon request at cost plus 10%. The CONSULT ANT agrees that the provisions of this Article shall be included in any Agreements it may make with any subcontractor, assignee, or transferee. 22. OWNERSHIP, PUBLICATION, REPRODUCTION AND USE All documents and materials prepared as an instrument of service pursuant to this Agreement are the property of the CITY. The CITY shall have the unrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, maps, or other materials prepared under this Agreement without according credit of authorship. The CITY shall hold harnlIess the CONSULTANT against all claims arising out of such use of documents and materials without the CONSULT ANT's knowledge and written consent. 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 12 OF 12 REVISION DATE: June 2004 CONSULTANT to any additional payment whatsoever under the terms for this Agreement. All changes to this Agreement shall be in writing and appended hereto as prescribed in Article 3 above. 24. INDEPENDENT CONTRACTOR The 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 CONSULTANT or any of its agents or employees to be the agent, employee, or representative of the CITY. 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: CITY: ADMINISTRATOR AUGUSTA, GEORGIA 530 Greene Street Augusta, GA 30901 CONSULTANT: W. R. TOOLE ENGINEERS, INC. 349 Greene Street Augusta, GA 30901 Copy to: DIRECTOR AUGUST A UTILITIES DEPARTMENT 360 Bay Street Augusta, GA 30901 PROGRAM MANAGER: AUGUST A PROGRAM MANAGER CH2M HILL, INC. 360 Bay Street Augusta, GA 30901 13 OF 13 REVISION DATE: June 2004 IN WITNESS WHEREOF, said parties have hereunto set their seals the day and year written below: CITY: CONSULT ANT: BY: IRINTED NAME: AS ITS: MAYOR W'~LEENGIN~. BY, ~ ~ PRINTED NAME: William R. Toole. P.E. AS ITS:: President ATrnST C~E~ ~ffltv PRINTED NAME:UA/ll:T: ~ Jf IlEE ATTEST: AS ITS: Clerk of Commission DATE: Copy To: ATTEST: ~ ',/;" ~.Q PRINTED NAME: BARRY A. TOOLE DIRECTOR AUGUST A UTILITIES DEPARTMENT 360 Bay Street Augusta, GA 30901 AS ITS: Secretary DATE: ~'( -OS 14 OF 14 REVISION DATE: June 2004 CONSULTANT'S RESPONSIBILITIES CONSULT ANT, in order to determine the requirements of the Project, shall review the information in Attachment A - Scope of Services. CONSULTANT shall review its understanding of the Project requirements with Program Manager 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. PROTECT UNDERSTANDING Upon request from the CONSULTANT, CITY may provide all criteria and full information as to CITY's and CONSULT ANTIS 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 CONSULT ANT to submit progress reports and/ or plans shall be cause to withhold payment to the CONSULT ANT until the CONSULT ANT complies with the CITY's request in the regard. The CITY's review recommendations shall be incorporated into the plans by the CONSULTANT. CONSULT ANT'S INSURANCE CONSULT ANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14 - Insurance. 15 OF 15 REVISION DATE: June 2004 CITY'S RESPONSIBILITES CITY-FURNISHED DATA CITY will provide to CONSULT ANT all data in CITY's possession relating to CONSULT ANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. RIGHT TO ENTER The CONSULT ANT 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 CONSULTANT's services or PROJECT construction. TIMELY REVIEW CITY will examine CONSULT ANTIs 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 CONSULT ANTIs Services, or of any defect in the work of CONSULT ANT 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 CONSULT ANT for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by CITY. All such Services required or requested of CONSULTANT by CITY, except for suits or claims between the parties to this AGREEMENT, will be reimbursed as additional services. 16 OF 16 REVISION DATE: June 2004 Q) c ~ ~ cf!. ~ ~ ~ cf!.' ~ ~ 0 0 0 0 0 0 0 0 Ol ll) 0 ..- 0 ,... 0 ll) '<t N ro U Ui ~ "'-: ..- ..- 0 "'! ~ ~ ..- c "- ::J 0 ..... c:i c:i c:i 0 0 0 ('I') "0 0 Q) 0 '- 0 '- c ..- t.l Ui () ro '(ii cO '- c c Q) 0 '- ~ ~ a.. () i ro i CO '- Iii Q) '<t N 0: g: 0 0 01 0 <0 Ol..... (") ~ ~ ~, ~ ~ 01 ~ I'-; ::J ro 0 c:i 01 O~ C\i I'- <0 0' 0 0 0 ~. Q) ll) (") ll) '. 0 0 0 0' 0 0 lfi Q) (") ("). e\!. 0 ll) o. a! 0 ,..: C\i .: ri lL. N N' ..- '<t ..,-! (") ..- N lfi! lfi lfi lfi lfi, ..- <0 lfi lfi lfi lfi , i Q) c ~ ~ ~ ~ ~ ~ ~ ~ ~ 0 0 0 0 0 0 0 0 0 0 Ol <0 ..... co co ('f') '<t co N 0) ro ~ Ui ~ "1 "1 0 ..- "1 0 '<t ll) C "- ::J ..... <0 0 c:i 0 0 c:i c:i 0) "0 0 Q) 0 '- 0 ro c ~ t.l Ui () &. '(ii '- c 0 Q) 0 ~ '<t a.. () c 0) , , ~ '- ri Q) ll), <0' 0: 0 0' 01 0' 0 ..- a...... 0) ~I ll): 01 ~ ~, a' ~ ~ E ro ..- , c:i ~, ::J~ . ..,-: M! 0 8i 0' 0' 0 (") ..- Q) 1'-; 0 0 01 0' 0 0 ...J lfi 0) ..- ("')i ll) O. ~i 0.1 0., 0 ll) lL. C\i: u1: i: ..... .,...... ~, ~: Iii ...,f N. ~i lfi lfi: lfi' lfi ..- lfi' ..- ! : lfi Q) C of!.: ~l ~ ~ ~ ~i ~l- ~ ~ 0 0 c 0 0 0 Ol N' N ll) It:) ~i ll) N 0) ro ~ ~' 2/;: "'! ..- ..- ~ co ll) C Ui .1 c:i ci "- ::J ..- ll) 0 0' 0 0 co "0 '- 0 Q) 0 '- 0 Q) Ui () ro 5: ~ t.l 0 '- c a: Q) 0 Q) 0 (/) 0 a.. , c ll). () , ~ C N co: '""':1 0' 0 0: 0 0 0 0) o.ro <0 ~' 0) ; ~: ~ ~, ~i ~ ~ ~ E'E 0 0>; '" N' 0' 0 Oi 0 0 0 ..- ::J ro Q) 1.0, N' 0, 0 OJ OJ 0 0 co ...J (/) lfi Q) 1.0.: or Ill: 0 q: 0: O. O. o. lL. 1'-' ...,fi ~! ri ('f')i ,..:: ..- I'- I'- ("); 0: lfi lfi: lfi ' lfi ..- I'- lfii T"""; lfi ..- lfi , : lfi ! : 1 Ui i 0 , () : C , 0 t5 c:' 0' c: ::J c! ~~ .Q: '- CO' Ui 0: L-. .....' C ro c +: : CO' '- . 0 0 ~i a.' ro: Q) ~ () ro' 0) a.' t.l c L-. Q)! c ,2> Q) a.: ,Q a.. ..... ro (f) :0 Q); 10 ......; a.. ';:: Ui Q) '- ro c...: E :t:;:: ro Q) Q) 0)' Q) > > lL. .0 Q): a.: .!: L-. E .E e 0) lL.: ro: 0)' .... '- Q) a.. 0) ~! Q) a.. Q) ~ 0) :0 lL.i Ol: 0 0) c... t.l "w "- Olj C C ::J ~ 0 "i:> (f) '0 ro co (f) C, Q)i Q) "0 '~i 0 c '>.1 0) E c ::J E ::J a.. 0 c: "0 (/) 'c Q)' c Q) ro 0 :~ ro I ro c:i "0,1 (f) 'a3 :;:; Q) .0 '0. ::J' c' ro co "0 '- ::J 15 0 U)! wi w ~, z c U5 (/) f- Cost Summar .8 "0 <E Vi ~ co co e 8 ...J Q) Q) U -E a. ~ <Jl ~ Q) Q) co > Q) .t: C5 0 u. C5 a. ro ro al ro ro "0 "0 .!! "0 "0 I- Phase I - Concept Validation $2,177.72 $3,533.57 $571.13 $0,00 $6,282.42 Phase II - Database Preparation $13,016,95 $21,121.30 $3.413.83 $0,00 $37,552.08 s:: Phase III - Sub-Consultant Services $0,00 $0.00 $0.00 $31,000.00 $31,000.00 0 ;; Co 'L: Phase IV - 30% Plans $9,982.45 $16,197.52 $2,618.00 $720.00 $29,517,97 (.) f/) Q,) Phase V - Easement Maps $0,00 $0,00 $0,00 $4,500.00 $4.500.00 C Q,) f/) Phase VI - 60% Plans $9.917,55 $16,092.22 $2,600,98 $900,00 $29,510.74 ro .s:: a. Phase VII - 90% Plans $7,333.35 $11,899,09 $1,923.24 $540,00 $21,695.69 Phase VIII - Final Plans $5,744,85 $9,321.59 $1,506.64 $450,00 $17,023.09 Total Estimated Cost = $177,081.99 Prime Consultant: W.R. Toole Engineers. Inc. Date: 2/25/2005 Project: Client: Augusta Utilities PI Number: Project Name: Lumpkin Road Water Main County: Richmond Overhead: 162.26% Profit: 10.00% Man-Hour Summa c: '" Q) 0 c: 'c " c: e> .c 'v " '" Q; Q; ~ ~ '" :;: .c Ol .<: c: bJJ (; U Q) I- 0 '- '" c: ;>, lJ :E " C: c: '0, Ol '" u: "@ 0 '" c: ~ I- "@ 'T :::; c: Q; 'C bJJ -;:: ~ Cii w Q) Vl c: 1il a. U (; Q) Q) ';;' " 0 '2 '0 c: c: ~ :i Q) 0 " 0 E ~ c: oe- '2 '0, '0, 'c ~ 'C: Q) c: c: " " <l: '0 hase I - Concept Validation 0 16 26 0 6 58 hase II . Database Preparation 0 0 20 495 r::: Phase III . Sub-Consultant Services 0 0 0 0 0 0 +:i C. 'i:: Phase IV . 30% Plans 0 38 80 2 277 () (/) Q) Phase V - Easement Maps 0 0 0 0 C 0 Q) l/) Phase VI . 60% Plans 0 42 42 170 80 2 336 C'tl .r::: Q. Phase VII - 90% Plans 0 33 42 110 0 80 2 267 Phase VIII - Final Plans 0 26 35 100 0 0 0 0 0 0 0 40 10 211 Totals 0 155 192 490 0 30 50 110 110 110 0 355 42 1644 Cost Summar (; 1il 1il .0 '0 <E 0 '" 8 t.l ...J :Jl e 3l ~ -E 0.. U Q) Q) ~ '" > Q) .c 0 0 u.. 0 0.. Cii Cii '0 Cii Cii Q) 0 ~ 0 ;~ ~ I- Phase I . Concept Validation $1,498.42 $2,431.34 $392.98 $0.00 $4.322.73 Phase II . Database Preparation $7,685.45 $12,470.41 $2.015.59 $0,00 $22,171.45 r::: Phase III . Sub-Consullant Services $0,00 $0.00 $0.00 $12.500.00 $12,500.00 0 +:i C. 'i:: Phase IV - 30% Plans $6.105.04 $9.906.04 $1.601.11 $600,00 $18.212.19 () l/) Q) Phase V . Easement Maps $0,00 $0.00 $0,00 $4.500.00 $4,500,00 C Q) (/) Phase VI . 60% Plans $7,314.04 $11,867.76 $1.918.18 $750,00 $21,849.98 C'tl .r::: Q. Phase VII - 90% Plans $5.799.79 $9,410.74 $1,521.05 $450.00 $17.181.58 Phase VIII. Final Plans $4.641.50 $7.531.30 $1,217.28 $375.00 $13.765,08 Total Estimated Cost = $114,503.01 Cost Summar .8 Iii Iii '" "0 ~ 0 8 ..J '" t.l Q) Q) U .I: Q. U III ~ ~ Q) ~ '" Q) .I: i5 0 u. i5 Q. lii lii al lii ~ "0 "0 ,~ ~ Phase I - Concept Validation $0,00 $0,00 $0.00 $0,00 $0,00 Phase II - Database Preparation $6,016.91 $9,763.04 $1.577.99 $0,00 $17 ,357.94 c: Phase III - Sub-Consultant Services $0,00 $0.00 $0.00 $21.500,00 $21.500,00 0 ;:; c. .~ Phase IV - 30% Plans $3.017.32 $4.895.90 $791.32 $960.00 $9.664.55 c.J f1) Q) Phase V - Easement Maps $0.00 $0.00 $0.00 $2,250.00 $2,250,00 C Q) f1) Phase VI - 60% Plans $0.00 $0.00 $0.00 $0.00 $0,00 C'O .c: a.. Phase VII - 90% Plans $0,00 $0,00 $0.00 $0,00 $0.00 Phase VIII - Final Plans $4,184.70 $6,790,09 $1,097.48 $600,00 $12.672,27 Total Estimated Cost = $63,444.76 Lumpkin Road Sanitary Sewer Proiect - Proiect Scope &Issues: Proposed Limits: The project will begin at the existing 72" diameter Interceptor located along the east side of Doug Barnard Parkway (GA SR #56 Spur). The new sewer will continue west under Doug Barnard Parkway and parallel the north side of Lumpkin Road to avoid "swampy" wetlands. The sewer will then continue west along the north side of Lumpkin Road for approximately 3,000 linear feet and turn north west to parallel the existing 36" diameter RCP sanitary sewer. The existing 36" diameter sewer parallels Rocky Creek. The sewer will continue northwest across Mike Padgett Highway (GA SR #56) and end in the vicinity of Chester A venue. Proiect Length: The length of the project is approximately 6,800 linear feet from Doug Barnard Parkway (#56 Spur) to the west side of Mike Padgett Highway (#56). Pipe Size and Material: 42" Diameter Ductile Iron Sanitary Sewer Alternate #1 - 42" Diameter PVC Sanitary Sewer Alternate #2 - 42" Diameter HDPE Sanitary Sewer Design Issues: The following design issues were considered for initial construction cost estimates and manhour estimates: · Coordination with AUD for connection to Main Interceptor (rather than tying into 72" RCP this project should tie back into the existing 36" Rocky Creek Trunk Line; provide design foresight for a connection into the future Main Interceptor when constructed) · Coordination required with Norfolk Southern for jack and bore construction under 2 railroad locations. · Coordination required with Army Corp of Engineers for wetland impacts. · Coordination with Atlanta Gas Light Company for crossing of major gas mains. · Coordination with Atlanta Gas Light Company for determination of anode beds and potential conflicts with ductile iron sanitary sewer mains. · Investigate options for PVC or HDPE sanitary sewers in areas conflicting with anode beds or in areas with corrosive soils. · Coordination required with Georgia Power - Transmission Department. Transmission lines will be crossed a minimum of one location. · Coordination required with Georgia Department of Transportation for utility permitting in R/W in 2 locations. · Easements could potentially impact 15 property owners. · A sub-surface investigation will be prepared. Soil borings will be completed at 500 foot intervals at depths up to 15 feet. Ground water, rock, and soil PH will be addressed. Deliverables: The following deliverables were considered for calculation of direct costs and fee estimates: · Concept Report - 5 Copies · 30% Preliminary Plans - 8 Sets · 60% Preliminary Plans - 10 Sets (Including final easement maps) · Sub-surface investigation report. · 90% Preliminary Plans - 6 Sets · 100% Contract Documents Including Soi I Erosion, Sedimentation and Pollution Control Plans- 5 Sets NOTE: 12 sets of Contract Documents will be provided to the Purchasing Department but are to be invoiced separately. Purchasing Department will be invoiced directly. Anticipated Permits: The following permits are anticipated for construction: · Approval of Plans by Railroad - Railroad Permit (2 Locations) · Approval of Plans by ACOE - Wetlands Nationwide Permit or Individual Permit. · Approval of Plans by GDOT - Utility Permit (2 Locations) · Approval of Plans by Georgia Power and Atlanta Gas Light - Encroachment Permit · Approved Stream Buffer Variance (Local or State Issued) Anticipated Services and Specific Tasks: The following services are anticipated and specific tasks/meetings are noted: · Prepare a Project Concept and attend Concept Review Meeting. Concept Report will include Construction Cost Estimate which will be updated for each submittal. · Delineate wetlands. · Complete survey of project corridor and prepare basemap incorporating wetland delineations. · Complete sub-surface investigation along project centerline. · Prepare 30% Preliminary Plans and attend 30% Review Meeting. · Initiate and maintain communication with utilities and permitting agencies. · Prepare 60% Preliminary Plans and Easement Maps and attend 60% Review Meeting. · Prepare Final Easement Maps. · Prepare 90% Preliminary Plans and attend 90% Review Meeting. · Prepare 100% Final Plans and Specifications. · Attend mandatory Pre-Bid Meeting. · Attend Bid Opening. · Review bids and Prepare bid recommendation. · Preparation of Notice of Intent for Land Disturbing Activities. · Complete First Erosion Control Inspection per NPDES requirements. · Construction Surveillance (Engineer periodically visits site to observe construction status). Additional Proiect Notes: · It is assumed that due to the nature of this project and the proximity of the existing sewer to Rocky Creek there will be wetland impacts in excess of III Olh of an acre. WRTE will attempt to minimize these impacts by accurately delineating/surveying the wetlands limits and routing the new alignment outside of these limits where feasible. However, it is still assumed that a Nationwide Permit will be necessary and coordination will be required with the United States Army Corp of Engineers (US ACE). Should the route of the sanitary sewer change and impact significant wetlands greater than Y2 acre, the USACE may require an Individual Permit in which case additional environmental services would be required. Fee estimates have been included in this proposal for delineating the wetlands and submitting notification to the USACE for permitting under a Nationwide Permit. Fee estimates have also been included for preparing and submitting an Individual Permit if required. WRTE will not invoice these fees unless receiving prior authorization from the Augusta Utilities Department. · Please note that under a Nationwide Permit Richmond County would be the issuing authority for a stream buffer variance if necessary. As the issuing authority, the County could waive this requirement. If an Individual Permit is required then the Environmental Protection Division (EPD) will also review the application and may subsequently require a separate submittal of a Stream Buffer Variance Request. Again, fee estimates for preparing Stream Buffer Variances have been included but will only be invoiced with prior authorization from Augusta Utilities. · Construction Surveillance Services - WRTE will provide periodic construction surveillance for the duration of the construction project. This will include attending pre-construction meetings, reviewing shop drawings, answering construction related questions, multiple site visits during project start-up (estimated at 10 hours/week for 4 weeks), bi-weekly site visits for the duration of the project, and monthly review of pay request. These inspections are not intended to insure compliance of all work with plans and specifications but to provide general oversight of the project and notify Augusta Utilities of potential issues/concerns. · Full-Time Construction Inspection Services - At the request of Augusta Utilities Department, WRTE will provide a Resident Project Representative for full-time construction inspection. Fees for construction inspection will be based on unit rates. If these services are necessary, WRTE will provide a separate man-hour and fee estimate. · WRTE wilJ provide alJ surveying and engineering services for this project with in-house personnel with the exception of delineating wetlands, environmental permitting, and soil boring and testing. These services will be provided by sub- consultants under contract with WRTE as Prime Consultant. · WRTE has included fees to prepare permit submittals for wetlands impacts, the railroad crossings, and NPDES submittals. However, there may be additional fees for wetland mitigation (purchasing of wetland credits), fees for railroad crossings, and fees for land disturbance ($80/acre) depending 011 the extent of the impacts. As discussed, these fees wilJ be paid directly by AUD as necessary. Lumpkin Road & DOU2 Barnard Water Main Proiect - Proiect Scope & Issues: Proiect Limits (New Design): The project will begin at the proposed 20" stub-out at the intersection of GA SR #56 and Lumpkin Road. The project will continue with a new 20" diameter water line in an easterly direction along Lumpkin Road R/W to the intersection of Doug Barnard Parkway and tie into the proposed 16" diameter water main. The new design project will end at the intersection of Doug Barnard Parkway. The approximate project length is 4,600 linear feet. Proiect Limits (Update Existing Design): Professional services will be provided to update the existing Doug Barnard Parkway 16" water main plans (Phase I & II) and specifications to reflect changes in the AUD design standards as well as new facilities along the proposed route. Services will also include the redesign of the section of water line along Doug Barnard Parkway from Lumpkin Road to the Interstate 520 Interchange. Additionally, WRTE will coordinate with AUD and CH2Mhill to determine the new water main size from 1-520 to Marvin Griffin Road. The water main size may be reduced from 16" to 12" diameter to supplement the existing 12" diameter. Pipe Size and Material: 20" Diameter Ductile Iron Water Main (New Design) Alternate #1 - 20" Diameter PYC Water Main. 16" Diameter Ductile Iron Water Main (Updated Design) Alternate #1 -16" Diameter PYC Water Main. Design Issues: The following design issues were considered for initial construction cost estimates and manhour estimates: · Coordination required with Norfolk Southern for jack and bore construction under railroad. · Coordination with Atlanta Gas Light Company for crossing of major gas mains. · Coordination with Atlanta Gas Light Company for determination of anode beds and potential conflicts with ductile iron water mains. · Assess options for PYC water mains in areas in conflict with anode beds. · Coordination required with Georgia Power - Transmission Department. Transmission poles located along Lumpkin Road for approximately 3,000 linear feet. · Investigate options for PYC or HDPE sanitary sewers in areas conflicting with anode beds or in areas with corrosive soils. · New survey and design required to update existing Doug Barnard Water Main Plans. · Coordination required with Georgia Department of Transportation for utility permitting in R/W. · Coordination required with Army Corp of Engineers for wetland impacts (anticipated for Doug Barnard Parkway Plans). · Easements could potentially impact 15 property owners (Lumpkin Road). · A sub-surface investigation will be prepared. Soil tests will be completed at 500 foot intervals at depths up to 4 feet. Soil PH will be addressed to identify corrosive soils. Additionally, soil borings will be taken in areas proposed for jack and bore construction to determine presence of rock and ground water. Deliverables: The following deliverables were considered for calculation of direct costs and fee estimates: · Concept Report - 5 Copies · 30% Preliminary Plans - 8 Sets · 60% Preliminary Plans - 10 Sets (Including final easement maps) · Sub-surface investigation report. · 90% Preliminary Plans - 6 Sets · 100% Contract Documents Including Soil Erosion, Sedimentation and Pollution Control Plans- 5 Sets NOTE: 12 sets of Contract Documents will be provided to the Purchasing Department but are to be invoiced separately. Purchasing Department will be invoiced directly. Anticipated Permits: The following permits are anticipated for construction: · Approval of Plans by Railroad - Railroad Pennit · Approval of Plans by GDOT - Utility Permit · Approval of Plans by Georgia Power and Atlanta Gas Light - Encroachment Permit · Approval of Plans by ACOE - Wetlands Nationwide Permit or Individual Permit · Approved Stream Buffer Variance (Local or State Issued) Anticipated Services and Specific Tasks: The following services are anticipated and specific tasks/meetings are noted: · Prepare a Project Concept and attend Concept Review Meeting. Concept Report will include Construction Cost Estimate which will be updated for each submittal. · Delineate wetlands. · Complete survey of project corridor and prepare basemap. · Complete sub-surface investigation along project centerline. · Prepare 30% Preliminary Plans and attend 30% Review Meeting. · Initiate and maintain communication with utilities and pennitting agencies. · Prepare 60% Preliminary Plans and Easement Maps and attend 60% Review Meeting. Submittal will include restrained joint calculations. · Prepare Final Easement Maps. · Prepare 90% Preliminary Plans and attend 90% Review Meeting. · Prepare 100% Final Plans and Specifications. · Attend mandatory Pre-Bid Meeting. . Attend Bid Opening. · Review bids and Prepare bid recommendation. · Preparation of Notice of Intent for Land Disturbing Activities. · Complete First Erosion Control Inspection per NPDES requirements. · Construction Surveillance (Engineer periodically visits site to observe construction status). Additional Proiect Notes: · WRTE will coordinate basemapping activities for the water main projects with the Lumpkin Road Sanitary Sewer Project. Therefore, wetlands for all three projects will be delineated and located concurrently in an effort to reduce costs. It is assumed that the installation of the proposed water main will be primarily within existing R1W and impacted wetlands will be minimal (less than I/IOth of an acre). Therefore, the United States Army Corp of Engineers (USACE) will not need to be notified. However, should the route of the water main change and impact significant wetlands, then the USACE may require either a Nationwide Pern1it (between 1/10th acre and Y2 acre impact) or an Individual Permit (greater than Y2 acre impact) in which case additional environmental services would be required. WRTE has provided an estimated fees for both permitting scenarios. WRTE will not invoice these fees unless receiving prior authorization from the Augusta Utilities Department. · There is one stream crossing for the Doug Barnard Parkway Water Main Plans. Please note that under a Nationwide Permit Richmond County would be the issuing authority for a stream buffer variance if necessary. As the issuing authority, the County could waive this requirement. If an Individual Permit is required then the Environmental Protection Division (EPD) will also review the application and may subsequently require a separate submittal of a Stream Buffer Variance Request. Again, fee estimates for preparing Stream Buffer Variances have been included but will only be invoiced with prior authorization from Augusta Utilities. · Construction Surveillance Services - WRTE will provide periodic construction surveillance for the duration of the construction project. This will include attending pre-construction meetings, reviewing shop drawings, answering construction related questions, multiple site visits during project start-up (estimated at 10 hours/week for 4 weeks), bi-weekly site visits for the duration of the project, and monthly review of pay request. These are inspections are not intended to insure compliance of all work with plans and specifications but to provide general oversight of the project and notify Augusta Utilities of potential issues/concerns. · Full- Time Construction Inspection Services - At the request of Augusta Utilities Department, WRTE will provide a Resident Project Representative for full-time construction inspection. Fees for construction inspection will be based on the attached unit rates. If these services are necessary, WRTE will provide a separate man-hour estimate. · WRTE will provide all surveying and engineering services for this project with in-house personnel with the exception of delineating wetlands, environmental pennitting, and soil boring and testing. These services will be provided by sub- consultants under contract with WRTE as Prime Consultant. · WRTE has included fees to prepare permit submittals for wetlands impacts, the railroad crossings, and NPDES submittals. However, there may be additional fees for wetland mitigation (purchasing of wetland credits), fees for railroad crossings, and fees for land disturbance ($80/acre) depending on the extent of the impacts. As discussed, these fees will be paid directly by AVO as necessary. · Please note that WRTE anticipates only 2 plan submittals for the Revised Doug Barnard Parkway Water Main Plans. It is assumed that the general alignment of the current proposed design is acceptable and the plans simply need to be updated to reflect new standards and specifications, new basemap conditions, revised easement maps, revised pipe sizes, and new permits. The first submittal (30%) will include the revised basemap, revised construction plans, revised easement maps (approximately 45 parcels), submittal of the plans to utility companies and permitting agencies, and a sub-surface investigation report. Following review of the plans by all utility companies and reviewing agencies, WRTE will then submit final 100% documents. LUMPKIN ROAD SANITARY SEWER OPINION OF PROBABLE CONSTRUCTION COST ITEM DESCRIPTION 42" DUCTILE IRON SANITARY SEWER PIPE, CLASS 250, DEPTH 0'-12'. INCLD. TYPE II (NO, 57 STONE) BEDDING MATERIAL 2 42" DUCTILE IRON SANITARY SEWER PIPE CARRIER PIPE, CLASS 350, RESTRAINED JOINT 3 JACK & BORE 60" DIAMETER STEEL CASING PIPE - 3 LOCATIONS (CARRIER PIPE NOT INCLD.), MINIMUM WALL THICKNESS 0.50 INCH 4 PRECAST SANITARY SEWER MANHOLE (GA DOT STD. 101lA), TYPE 1, DEPTH 0' 6' (60" DIAMETER) ADDITIONAL SANITARY SEWER MANHOLE DEPTH, TYPE 1, CLASS 1 (6'-10') 6 TIE NEW SANTIARY SEWER INTO EXISTING SANITARY MANHOLE 8 FOUNDATION BACKFILL, GA DOT TYPE II (FOR EXCESS EXCAVATION) 9 SELECT BACKFILL MATERIAL, GA DOT SECT. 810 CLASS I, A1 OR A2 OR CLASS II,Bl0RB2 10 11 CLEARING & GRUBBING 12 STORM WATER MONITORING FOR NPDES PERMITTING 13 LUMP SUM CONSTRUCTION POTENTIAL LUMP SUM CONSTRUCTION ITEMS: MOBILIZATION, DEMOBILIZATION BONDS, INSURANCE MISCELLANEOUS DRAINAGE REMOVE AND RESET SIGNS, TYPES VARY PROPERTY RESTORATION EROSION AND SEDIMENT CONTROL (TEMPORARY GRASSING, CONSTRUCTION EXITS, MISC. EROSION CONTROL STRUCTURES) MISCELLANEOUS GRADING ROCK EXCAVATION UNIT UNIT COST aTY TOTAL COST $72,000.00 $300,000.00 $75,000.00 $25,000,00 $15,000.00 $100,000.00 $75,000.00 $35,000.00 $50,000.00 $10,000.00 $180,000.00 PROJECT SUB-TOTAL $1,875,000.00 LUMPKIN ROAD WATER MAIN OPINION OF PROBABLE CONSTRUCTION COST ITEM # DESCRIPTION UNIT COST TOTAL COST 1 20" Ductile Iron Water Main Class 300 Push-On Joint Includin Beddin Material LF 5400 $70.00 $378 000.00 2 20' Ductile Iron Water Main Carrier Pi e Class 300 Mechanical Joint LF 1,200 $90.00 $108000,00 3 20" Ductile Iron Water Main Class 300 " Offset Com lete LF 200 $100,00 $20 000.00 4 20" Bulterfl Valve, Includin Valve Box EA 20 $5,000,00 $100,000.00 5 EA 6 $6 000,00 $36 000.00 6 LBS 20 000 $4.00 $80 000,00 7 New Fire H drant and Valve Assembl Com lete - Includes Tee and 6" Main EA 6 $5000.00 $30 000.00 8 Jack or Bore, 36" Diameter Steel Casin Pi e, 0.50" wall tk, LF 100 $450.00 $45,000,00 Select Backfill 9 10 11 12 13 14 15 16 CY CY CY LF LS CY LS LS 2000 2000 100 4600 1 500 1 1 of Unsuitable Material Class A Concrete - Thrust Blocks Sill Fence T e "A" T raffle Control POTENTIAl LUMP SUM CONSTRUCTION ITEMS: MOBILIZATION, DEMOBILIZATION BONDS, INSURANCE MISCELLANEOUS DRAINAGE REMOVE AND RESET SIGNS, TYPES VARY PROPERTY RESTORATION EROSION AND SEDIMENT CONTROL (TEMPORARY GRASSING, CONSTRUCTION EXITS. MISC. EROSION CONTROL STRUCTURES) MISCELLANEOUS GRADING ROCK EXCAVATION $15.00 $25.00 $250,00 $4.00 $25 000.00 $20.00 $10000,00 $120,000,00 Subtotal = $30 000.00 $50 000.00 $25 000,00 $18400,00 $25000.00 $10000.00 $10 000.00 $120,000.00 $1,085,400.00 DOUG BARNARD PARKWAY WATER MAIN INSTALLATION. SCHEDULE OF CONSTRUCTION COSTS ITEM # UNIT COST DESCRIPTION UNITS QUANTITY yt,;~?S;~\t~sif,;':~';;;~?#~~~ff<';f;~~~f~~~-Y~\TI~:;H~i1f;~~'fk\WA'.t:JfDlSTRII3UTtON,;4{,'i?;~f(#9;;-W:~~S~',::b~;&~nf_;;ip:~i;!;:ii?}i.\:~F~/jf\~n0~~%:{~~::::g;}~.;iif;;~t?}i-:~~~"S:~f$;~~~~$.[~'(~t~~t~~~:~f~';T~~*,~!~~~1?;~~~~_ 1 8" DIAMETER DUCTILE IRON WATER MAIN, INCLUDING PIPE BEDDING LF 20 $25.00 2 12" DIAMETER DUCTILE IRON WATER MAIN, INCLUDING PIPE BEDDING LF 315 $40.00 3 16" DIAMETER DUCTILE IRON WATER MAIN, INCLUDING PIPE BEDDING LF 19597 $50.00 4 JACK AND BORE 30' DIAMETER STEEL CASING PIPE, LF 905 $400.00 MINIMUM WALL THICKNESS 0.375", CARRIER PIPE NOT INCLUDED 5 16" DIAMETER DUCTILE IRON. 11 1/4 BEND EA 4 $500.00 6 16' DIAMETER DUCTILE IRON. 22 1/2 BEND EA 14 $550.00 7 16' DIAMETER DUCTILE IRON - 45 BEND EA 38 $600.00 6 16" x 6' DUCTILE IRON CROSS EA 1 $1.000.00 9 16' x 8" DUCTILE IRON TEE EA 1 $1.000.00 10 16' x 16" DUCTILE IRON TEE EA 1 $1,200.00 11 DUCTILE IRON TEE, SIZE TO BE FIELD DETERMINED EA 1 $1.200.00 12 16' x 14' DUCTILE IRON REDUCER EA 1 $600.00 13 16' x 14" TAPPING SLEEVE EA 1 $8.000.00 14 TAPPING SLEEVE. SIZE TO BE FIELD DETERMINED EA 1 $5.000.00 15 8' GATE VALVE EA 1 S750.00 16 12' GATE VALVE EA 1 $1.100,00 17 14' GATE VALVE EA 1 $1,500,00 18 16" GATE VALVE EA 6 $2.500.00 19 GATE VALVE. SIZE TO BE FIELD DETERMINED EA 1 S2.0oo.00 20 8" DIAMETER DUCTILE IRON WATER MAIN CAP EA 1 SI.0oo.00 2/2012005 TOTAL COST " '~,~~\~.~ S500.00 $12,600.00 S979.850,OO $362.000.00 S2.000.00 $7.700,00 $22.800.00 $1.000.00 SI,OOO.OO SI.2oo.oo $1,200.00 $600.00 SB.ooO.oo $5,000.00 $750,00 SI.100.00 $1,500.00 $15,000.00 S2.oo0.00 $1.000.00 DOUG BARNARD PARKWAY WATER MAIN INSTALLATION" SCHEDULE OF CONSTRUCTION COSTS ITEM # DESCRIPTION UNITS QUANTITY 2/20/2005 UNIT TOTAL COST COST $800.00 $800.00 $1,200.00 $1,200.00 $25,000.00 $25,000.00 21 12" DIAMETER DUCTILE IRON WATER MAIN CAP EA 22 16" DIAMETER DUCTILE IRON WATER MAIN CAP EA 23 PRESSURE REDUCING VALVE PIT WITH BYPASS, COMPLETE 16' PRESSURE REDUCING VALVE 1 16' GATE VALVES. 4 16' DIAMETER BYPASS LINE 1 REINFORCED CONCRETE VALVE PIT WI DOORS. 1 LS 24 GATE VALVE PIT, COMPLETE 12' GATE VALVE 1 16' x 12" TEE 1 REINFORCED CONCRETE VALVE PIT WI DOORS. 1 LS $15,000.00 $15,00000 25 TIE TO EXISTING STUB.QUT, BEGINNING OF PROJECT EA $1,200.00 $1,200,00 26 CONCRETE CAP (ENCASEMENT) OF 16' DIAMETER DUCTILE IRON WATER MAIN, CREEK CROSSINGS CY 10 $500.00 55,000,00 st4~'*&J~~'t'1>;~'<'~~4~~;%~~~:r~~%~%f~;PAVeMEtl[$TAU_OmRE'f.:!~?~#t;:~t$~*W$~J,~l~1~;f~%t~~,,~?;4::~'ifiIL~W~_~~lk\~~ti~s~'#:\i~Wri'~~~'f~~";{~;~~~""~,~~"';1~~;~~~~tt~~,;~~~~~~~ 27 ASPHALT PAVEMENT PATCH SY 1392 $45,00 $62,640.00 28 NEW ASPHALT PAVEMENT STRUCTURE SY 70 $45.00 $3,150.00 MATCH EXISTING PAVEMENT STRUCTURE 2g 1 112' THICK ASPHALT OVERLAY, lYPE 'E' SY 69 $12.00 5828.00 30 4' THICK CONCRETE SIDEWALK SY 7 $25,00 $175.00 31 4" THICK CONCRETE DITCH PAVING (CONC.FLUME RECONSTRUCTION) SY 27 $45.00 $1,215.00 32 8' THICK GRADED AGGREGATE SURFACE COURSE, SY 3030 $10.00 $30,300.00 GRAVEL DRIVE RECONSTRUCTION 33 24' CONCRETE CURB AND GUTIER LF 75 $12.00 $900.00 34 30' CONCRETE CURB AND GUTIER LF 130 $15.00 $1,950.00 ~~1i:~~~~I~$;'f.:i.i\~,,~"'{f,J~~{l!f;Z;~~E~~l;f~_~~~MISCEt.t:ANEtlUS}Th'Dn~~~i~ff.J,i',!~~*\'~i'!t~;;ii%t~:;;1t;~1'%tM~m~;}~,ti~~;;~i;~;ti'~,'i}{f\~3;~t:~"\~~-M.fk~t?~~~~:~~~~J.t~~ 35 SELECT BACKFILL MATERIAL, GA DOT lYPE I CY 5000 $10.00 $50,000,00 36 REACTION BLOCKING, CLASS "B' CONCRETE CY 50 $400,00 $20,000.00 37 LUMP SUM CONSTRUCTION (SEE LISTING NEXT SHEET) LS 1 $166,210.00 $166,210.00 SUBTOTAL = $1,850,771.00 10% CONTINGENCY = $185.077,10 TOTAl = 52035,848,10 ~UMP SUM CONSTRUCTION USTlNG PROVIDED FOR ESTIMATION PURPOSES ON~ y, ~UMP SUM CONSTRUCTION ITEMS INC~UDE BUT ARE NOT UMITED TO THE FO~~OWING: UNIT TOTAL ITEM # DESCRIPTION UNITS QUANTITY COST COST 38 REMOVE AND RESET FENCES, TYPES VARY LF 905 $12.00 $10,860.00 39 REMOVE AND RESET GATES, TYPES VARY EA 1 S200.00 $200.00 40 REMOVE AND RESET STORM SEWER, LENGTHS AND SIZE VARY EA 1 $3,000.00 $3,000.00 41 REMOVE AND RESET SIGNS, SIZE AND TYPES VARY EA 2 $250.00 $500.00 42 REMOVE AND RESET GAURDPOSTS EA 4 S500.00 $2,000.00 43 REMOVE AND RESET WATER METER AND SERVICE EA 1 $750.00 $750,00 44 PROPERTY RESTORATION (~ANDSCAPING) ~S 1 $35,000.00 $35,000.00 45 18' STONE PLAIN Rlp.RAP SY 60 $50.00 $3,000.00 46 6' STONE BLANKET PROTECTION SY 60 $15.00 $900.00 47 EROSION AND SEDIMENT CONTROL ~S 1 $50,000.00 $50,000.00 SIL TFENCE TEMPORARY GRASSING PERMANENT GRASSING CONSTRUCTION EXITS RIP.RAP MISCELLANEOUS EROSION CONTROL STRUCTURES 48 TRAFFIC CONTRO~ LS 1 $35.000.00 535,000,00 49 CLEARING AND GRUBBING LS 1 $20,000.00 520,000.00 50 PAVEMENT MARKINGS LS 1 55,000.00 S5,OOO.00 ~UMP SUM CONSTRUCTION TOTAL. 5166,210,00 ATTACHMENT B - COMPENSATION The CITY shall compensate the CONSULT ANT for services, which have been authorized by the CITY under the terms of this Agreement. The CONSULT ANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and accompanied by all support documentation requested by the CITY, for payment for the services, which were completed during the billing period. The CITY shall review for approval said invoices, The CITY shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the CITY, are unreasonably in excess of the actual phase of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not considered to be evidence of performance by the CONSULT ANT to the point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by such invoice. The CITY shall pay any undisputed items contained in such invoices. Each invoice shall be accompanied by a letter progress report describing the total work accomplished for each phase and any problems, which have been encountered, which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and an itemized description of the percentage of total work completed for each phase during the billing period. When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task Order, it agrees to pay the CONSULT ANT for work completed, on the basis of the standard billing rates shown in Attachment B to the Contract of those principals and employees engaged directly on the work. Compensation for design services shall be invoices based on the sum of all actual costs incurred in the performance of the work, including all direct, payroll, overall and profit cost in an amount not-to-exceed the compensation set forth in the terms of the Agreement or any authorized Task Order. All invoices submitted by the CONSULTANT shall be detailed to reflect incurred expenses, labor hours and costs by authorized Task. Overtime may be performed at the discretion of the CONSULTANT, but the premium time portion of the overtime will not be billed to the CITY unless the CONSULT ANT has requested acceleration of the scheduled work in writing. 180F 18 REVISION DATE: June 2004 ATTACHMENT C - LISTING OF KEY PERSONNEL CONSULT ANT shall provide qualified personnel to perform its work. The list of key personnel below, including a designated Program Manager will not change or be reassigned without the written approval of the CITY. Those personnel committed for this work are as follows: Erik Hammarlund, P.E. Program Manager Robert Baisden, P.E. Senior Engineer Tom Dunaway, P.E. Senior Engineer Chad Sweeney Staff Engineer Victor Conover Staff Engineer Rick Toole, P.E. Quality Control Manager 19 OF 19 REVISION DATE: June 2004 C " -, >- III ::2 ~ . . - - - . - - . . . . - - - . . . . . - . - - . . . - - - - . . . . - - - . . - . . - - - . . - . - - - - . - . . . . - . - - . . - - . . . . . - - - - . . - - - - - - . - . . - . - . . . . . . . . - . . . . . - . . . . . . . . . <!:I o o C'l ~~ o ~ ::2 J::I <1> u.. <!:I o o C'l _ C ~ III ~-, o o <1> o > o Z ll) o o C'l -0 ~o o a. <1> CI) 0> " <l: ll) o o C'l ~~ o C " -, '" '" '2 iI CD !1O :l() ~ i~ !~ .... ,N iN : in .t:: ias ::s i:;, :~ :~ ij!: !j!: ::J ::J 'J: ,.,c ,I- 'I- : CD ill) :Q l~ :CWi iN ;~ It:: !~ 11-.E 'I- :~ !Q ;~ :03 I.... i~ :05 1,- ;0) ':) !as ::J J: i:J :.c ;1- ;j!:1- I i i ill) 111) :1.0 i~ I~ :~ !~ ~ ice JLL ILL :J: , i lJ-"J, :~ i~ i~ l.g !~ leu :0 0 i:~ ;('1') ...... ..... t:: .lll CI) 'U') :t() ill) o 0 :0 ;~ i~ !~ 'r-- ~ It:::: ,:s i:J !'C .~j!:u.. i Q :~ .!,,~ 0> j~ 'N ~ :(0 ,0> "C ;-c: ;"1: u.. ,u.. u.. C ,Q ~ " o ~ III '0 '" Q ;N +- ,>- i~ .~ ~ ,Ill -0 o :... 'i- I~ 1 III 1-0 io i('l) , ~.~ {g !~ o :0 N :N ,~ 'Ill -0 '0 ,... <1> E III Z ~ '" III I- :~ lI> :CI) ~ ..:9 'C : III CI) .'0 '.. '0 0:: 'c :;;: c. :E ." ....I I I I , I 1 I i.~ I~ :::2 I 5l ,:t;: ,Ill i9 '.0 ;-0 !~ .~ 1,0 , ;0) I :~ i i::2 I", a. letS I; fl 1 ~ :0: c !"> :~ 8 i& ig LE i~ !... :lI> in; i=: '-g :0 iO:: :c 1- ,,,. I~ '" ;....1 :.~ g> j~ ~ '" 1::2 '" ::2 Il!! ~ i~ :~ ~ !c[ ~ i.> ~ os: lroc b IQ) b Q) <!:I 10:: Ol 0:: IiI 0> .so Q; <1> ::2 ~ a ~ J::I fl lI> .lll c ';; 88 &! 0> .so Q; <1> '" ::2 ~ O/l 0: . ~ .;; <1> 0:: i.~ it) 1<1> '::2 18 , , I~ ,0 !~ ~ o o (') 9 Ol ~ ~ C'l ~ ~ (') ~ ... ll) ~ ~ <!:I ,.. 00 ~ ~ ~ C'l (') ... ll) <!:I ,.. 00 i~ :~ ;~ 1~ i~ 'r:: ;l?> l~ I.~ :- !~ 1;:: . :...... :..- 1:J ;:J :.c Ij!: ! il- I :U') -ll) :lO l~ j~ !Q "lQ l~ iN i~ 1~ lot: :0 j;: i~ ilL i"t:: !~ ,u.. Iu.. [U: T~--;~-i~ :-0 i'O i'O l!a :0 :,e j'-' iN I.... ! i ! :0> 'C ~ <1> , ::2 i", Q!5 !~ ~ ,0: ":; 1* (1) 10 0:: l<e ~ o C'l N :~ 1~ j~ :~ i~ IQ :~ I~ '~ ,~ :~ :~ I~ :ll) :~ N .'-' I~ iOl :,.~ I:: i?:i 11-;::"'- '; 1:J i.E ~ . j~ :; ~ ~ :J:: i~ i:J II- _:J i:J :J:: I- 'I-j!: ~ 1j!:1- I j i I I<!:I :<!:Io [<!:Io ,!!! ',:ll) !ll)o ll) Ill) ill) 'll) 'I<!:I 10 - ;S2, S2 ,S2 :0 0S2 M :0 is! "'~ i~ !~ ~ IN_ i~ ~~ !~ I,::: :;; '- ~ - '-"'" '- - '- . ,.. 1M ,.... i,.... i~ "C:: to :~ ;~ i..... !;tit l;t. ~ i~ iu.. u.. I~ i~;t l;t .--+ -'-r--''.i----,--L---~------[-.J.-LJ- i~1Il .~'~! :~!~:~.~ I~ i~.~ i~ !"C ,~ !~: ,~j-o i~ :~ ,~ j{g 1~ l~ \~ ~ i~ :M 1..... !g "g l~ l~ [~ I~ '... i : I I , ill I.' 1 , I I , I i I I ! I , j I Io>! g> I~ I .- :(1) i ~ I ~ Ii I~ i :~ ~ II~ j~ ~ !~ j Q igs iQ en las :M N :M !~ :J '=, :M ~ ~ !.2 t :~ !1Il 1-0 '0 !N :0> 'C I:;::; ,<1> !~ 10/l !O': lQ) :':; 1<1> '0:: Ol C ~ <1> '" ::2 ~ O/l 0: ~ * ,"~ 80:: C'l C'l (') C'l ... C'l c ';v :::E '" C III 0: ; l"~ ~ Ii !::2 i 5l ]9 ,~ I~ i.lll i(,) :ro i~o ro c iI 'E IE 'ev 'III Cl " ;8 <!:I C'l .... C'l 00 C'l Ol C'l o (') C'l (') (') (') ... (') ;;; .<> '" ~ '" III I- ro c ~ UJ <1> C o "lii $ :E ro E ~ <1> ,so '6 III <1> o <1> 0> III Cl. . ?: III E E <1> ?: " C III CI) 0 E 0 "lii <1> $ E 'e- :E " CI) Cl. ll) (') '" '" ~ ~ 0> '" Ci e III I- CI) Cl. 'E III E III III 0> " 0 0 O/lll) .SQ ~~ a.C'l E;:;:: .3.2 ~':': 'e'-* Cl.O CONSULTANT SERVICES As a part of this Agreement the CONSULT ANT agrees to furnish the following checked items, Prior to Authorization To Proceed: 6 Detailed Scope of Services based upon Schedule A of this Agreement to be submitted with Cost Proposal clearly defining the CONSULTANT'S understanding of the project limits, design objectives and CONSULT ANT'S services to be provided. 1:3 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. IZl Schedule for submittal of review documents at 30%,60%, and 90% completion; and final documents. Prior to submitting 30% review documents: ~ Locate all existing utilities using available information collected by the CONSULTANT. The CITY will furnish available information on water and sewer locations however the CONSULT ANT must verify to CITY'S satisfaction. 8' 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 when required by CONSULT ANT for new facilities or where depth of line and existing site conditions warrant. · 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: 8' Prepare printed responses to comments received from the CITY following reviews. IZf Provide the necessary plats for easement acquisition and DOT/other permit application. ~ Prepare Public Works/DOT/Other permit applications for signature by the CITY. ~ Prepare and submit plans to EPD for review and approval when required. ~ Prepare plans and specifications, using Augusta Utilities Design Standards and Specifications (latest version). Specifications must mirror that provided by the CITY. ~ Prepare construction cost estimates at each review stage, 30%, 60%, 90%, and with the submittal of Final documents. Provide cost breakdown for any items to be lump sum in the construction contract. 21 OF 21 REVISION DATE: June 2004 Upon completion of design: i3' Coordinate with the City Purchasing Department to advertise the project. 0' Fax bid information to CITY. ~ Attend bid opening. o 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. I2f Provide record drawings at completion of the project electronically, per the Utilities Design Standards and Specifications (latest version). IZf 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 CONSULT ANT 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 agencies, BY: BY: PRINTED NAME: t/ (,f) A-X fJ Ie /?S TITLE: DIRECTOR 7 /U /()5 " , PRINTED NAME: William R. Toole, P.E. TITLE: President DATE: DATE: July 21. 2005 . P TITLE: DATE: 22 OF 22 REVISION DATE: June 2004 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 CONSULT ANT (Le" correct location given by CITY, incorrectly marked on plans by engineer) will be the responsibility of the CONSULTANT, Other revisions required by the CITY, DOT, EPD, or other government agency at their request will be considered an additional service. 3. Out-of-town meetings or conferences required of the CONSULTANT by the CITY. 4. Other not described above, as approved by the CITY. NOTE: It is the responsibility of the CONSULTANT as contracted by the CITY to provide professional surveying and engineering services. It is expected that such professionals will operate in a manner which assures the interests of the common welfare, rather than in a manner which promotes their own financial gain. It is expected that such professionals will act as a faithful agent for the CITY as a client. It is the duty of the CONSULTANT to protect the safety, health and welfare of the public in the performance of their professional duties. 23 OF 23 REVISION DATE: June 2004 ACORD~ CERTIFICATE OF LIABILITY INSURANCE OP ID K~ DATE (MM/DDIYYYY) TOOLE 1 07/21/05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Sanford, Bruker & Banks, Inc, HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 931 Broad Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Augusta GA 30901-1291 Phone: 706-724-2452 Fax:706-724-4097 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A, Zurich Insurance Services INSURER B! Gulf Insurance Co. W.R. Toole Engineers, Inc. INSURER C: American International 349 Greene Street INSURER D: Augusta GA 30901 INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTiFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, LTR NSR[ TYPE OF INSURANCE POLICY NUMBER PD11f~rJ~rJ5~E P~k~Clf~~H1f~N LIMITS GENERAL LIABILITY EACH OCCURRENCE $1,000,000 f--- A ~ COMMERCIAL GENERAL LIABILITY PAS42900978 12/22/04 12/22/05 UAMAtjl:: I U KI::N I t:u $ 50,000 ~ CLAIMS MADE ~ OCCUR PREMISES (Ea occurence) f--- MED EXP (Anyone person) $ 5,000 PERSONAL & ADV INJURY $1,000,000 f--- GENERAL AGGREGATE $2,000,000 f-- GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COM~OPAGG $1,000,000 n n PRO- nLOC POLICY JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT f-- $1,000,000. A X ANY AUTO PAS42900978 12/22/04 12/22/05 (Ea accident) f--- ALL OWNED AUTOS BODILY INJURY f-- $ SCHEDULED AUTOS (Per person) f--- ~ HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ =1 ANY AUTO OTHER THAN EA ACC $ AUTO ONLY, AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $2,000,000. ~ OCCUR D CLAIMS MADE PAS42900978 12/22/04 12/22/05 AGGREGATE $2,000,000. $ =1 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND X I TORY LIMITS I IU~~- C EMPLOYERS' LIABILITY 7484624 12/22/04 12/22/05 $ 500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 500,000 if yes, describe under $ 500,000 SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT OTHER B Professional Liab GU0792564 11/04/04 11/04/05 1,000,000. A Valuable Papers PAS42900978 12/22/04 12/22/05 $100,000, DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION CITY016 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR City of Augusta 530 Greene Street Augusta GA 30901 ~ ACORD 25 (2001/08) @ACORDCORPORATION 1988