Loading...
HomeMy WebLinkAboutZIMMERMAN EVANS LEOPOLD WASTEWATER SERVICE AT FORD GORDON MSA 001D r ST ATE OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANTSER~CESAGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT CONSULT ANT: Zimmerman, Evans and Leopold, Inc. PROJECT: Connection for Wastewater Service at Fort Gordon - MSA-OOOIAD DATE EXECUTED: DATE COMPLETED: 10F2 (~7 , REVISION DATE: June 2006 r ,. (' -;._~ @ ~ sT A TE'OF GEORGIA RICHMOND COUNTY MAJOR PROTECTS CONSULTANT SER~CES AGREEMENT BETWEEN AUGUSTA, GEORGIA (CITY) AND CONSULTANT This Agreement is made and entered into this day of , ~ by and between AUGUST A, Georgia, a political subdivision of the State of Georgia, hereinafter called the "CITY" and Zimmerman, Evans and Leopold, Inc. a Corporation authorized to do business in Georgia, hereinafter called the "CONSULTANT." WHEREAS, the CITY desires to engage a qualified and experienced consulting firm to furnish professional services for: The connection of wastewater service from Fort Gordon military base to the Augusta collection system (project description); and, WHEREAS, the CONSULTANT has represented to the CITY that it is experienced and qualified to provide the services contained herein and the CITY has relied upon such representation. NOW,THEREFORE, in consideration of the mutual promises and covenant herein contained, it is agreed by and between the CITY and the CONSULTANT that: 20F2 REVISION DATE: June 2006 \_.. , r: <'. ... GENERAL PROVISIONS CONSULTANT has agreed, in this Agreement with CITY to procure the services of licensed design professionals, to provide the engineering services required to provide professional engineering and design services for the Project in accordance with the requirements as outlined in and attached as Attachment A - Scope of Services and other relevant data defining the Project. CONSULT ANT COORDINATION The CONSULT ANT 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. AMENDMENTS TO AGREEMENT Every amendment to the Scope of Services shall become and is hereby made a part of this Agreement. Amendments must be fully executed by both the CONSULTANT and CITY to be valid. REDUCTION IN REQUIRED SERVICES If reductions in the required services are ordered by CITY, the credits shall be the amounts for such services as described in subsequently executed Amendments to this Agreement, and no claim for damages for anticipated profits shall accrue to the CONSULTANT. DATE CHANGES If in this Agreement specific periods of time for rendering services are set forth or specific dates by which services are to be completed are provided and if such periods of time or dates are changed through no fault of CONSULTANT, the rates and amounts of compensation provided for herein shall be subject to equitable adjustment. AGREEMENT MODIFICATIONS This Agreement shall not be modified except by a duly executed Amendment hereto in writing under the hands and seals of both parties hereto. TIME OF COMPLETION 30F3 REVISION DATE: June 2006 f-, (', .... , The time of completion shall be as described in the schedule attached hereto as Attachment D - Schedule. This Agreement shall terminate immediately and absolutely at such time as appropriated and otherwise obligated funds are no longer available to satisfy the obligations of the CONSULTANT on behalf of the CITY under this Agreement. However, CONSULTANT will be compensated for all work prior to termination of contract even if the CITY has obligated the funds to other projects. PROJECT PROGRESS CONSULT ANTIS services and compensation under this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion. LITIGATION Nothing in this Agreement shall be construed as obligating the CONSULTANT to appear, support, prepare, document, bring, defend or assist in litigation either undertaken or defended in behalf of the CITY except in consideration of compensation. All such services required or requested of CONSULTANT by the CITY except suits or claims between the parties to this Agreement will be reimbursed as additional services. BINDINGS It is further agreed that the CITY and CONSULTANT each binds itself and themselves, its or their successors, executors, administrators and assigns to the other party to this Agreement and to its or their successors, executors and assigns in respect to all covenants of this Agreement. Except as above, neither CITY nor the 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 2006 r 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 AUGUST A, 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 CONSULTANT 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 CONSULTANT or with any of its subcontractors at any tier to provide a part of the Work called for by this Agreement. Supplemental Agreement - means a written order to CONSULTANT signed by CITY and accepted by CONSULTANT, effecting an addition, deletion or revision in the Work, or an adjustment in the Agreement Price or the Contract Time, issued after execution of this Agreement. Task Order - means a written order specifying a Scope of Services, time of completion and compensation limit for services being provided by CONSULTANT. Task Orders shall be incorporated by reference as part of the Supplemental Conditions of this Agreement. Work - means any and all obligations, duties and responsibilities, including furnishing equipment, engineering, design, workmanship, labor and any other services or things necessary to the successful completion of the Project, assigned to or undertaken by CONSULTANT under this Agreement. SOPS REVISION DATE: June 2006 .. 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 2006 ,. ..... 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 CONSULTANT under this Agreement will be the level of care and that is ordinarily used by members of CONSULTANT'S profession practicing under similar conditions. 3. CHANGES AND EXTRA WORK The CITY may, at any time, request changes in the work to be performed hereunder. All such changes, including any increase or decrease in the amount of the CONSULTANT's compensation, which are mutually agreed upon by and between the CITY and the CONSULTANT, shall be incorporated in written Supplemental Agreements to the Agreement. Changes that involve an increase in the compensation shall be considered major, and require the approval of the CITY. 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 CONSULT ANT 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. 70P7 REVISION DATE: June 2006 5. ACCURACY OF WORK The CONSULTANT shall be responsible for the accuracy of the work and shall promptly correct errors and omissions in its plans and specifications without additional compensation. The CONSULTANT shall give immediate attention to these changes so there will be a minimum of delay to others. Acceptance of the work by the CITY will not relieve the CONSULT ANT 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 informationbe released by the CITY or by the CONSULTANT with such prior approval, the same shall be regarded as public information and no longer subject to the restrictions of this Agreement. 7. OPEN RECORDS CONSULTANT acknowledge that all records relating to this Agreement and the services to be provided under the contract may be a public record subject to Georgia's Open Records Act (O.c.G.A. 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 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. 80P 8 REVISION DATE: June 2006 9. TERMINATION OF AGREEMENT FOR CAUSE If through any cause, the CONSULTANT shall fail to fulfill in a timely and proper manner its obligations under this Agreement, or if the CONSULT ANT shall violate any of the covenants, agreements or stipulations of this Agreement, CONSULTANT will be given the opportunity to commence correction of obligation within 5 days of written notice and diligently complete the correction thereafter. Failure to maintain the scheduled level of effort as proposed and prescribed, or deviation from the aforesaid schedule without prior approval of the CITY, shall constitute cause for termination. The CITY shall thereupon have the right to terminate this Agreement by giving written notice to the CONSULTANT of such termination, and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In such event, all finished or unfinished documents, maps, data, studies, work papers and reports prepared by the CONSULT ANT under this Agreement shall become the property of the CITY, and the CONSULTANT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents, as mutually agreed by the CITY and CONSULTANT. 10. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this contract in part or in whole upon written notice to the CONSULTANT. The CONSULTANT shall be paid for any validated services under this Contract up to the time of termination. 11. COORDINATION AND COOPERATION WITH OTHER UTILITIES AND CONSULT ANTS CONSULTANT shall thoroughly research all utility records to identify the existing facilities on the submitted roadway plans for avoidance, or resolution, of conflicts with the proposed Scope of Services. If the CITY undertakes or awards other contracts for additional related work, the CONSULTANT shall fully cooperate with such other 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 workby any other CONSULTANT 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 CONSULT ANT 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. 13. RESPONSIBILITY FOR CLAIMS AND LIABILITY 9 OP 9 REVISION DATE: June 2006 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 CONSULTANT shall, at all times that this Agreement is in effect, cause to be maintained in force and effect an insurance policy(s) that will ensure and indemnify 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 CONSULTANT in performance of the work during the term of this Agreement. The CONSULTANT shall provide, at all times that this agreement is in effect, Worker's Compensation insurance in accordance with the laws of the State of Georgia. The 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 CONSULTANT's liabilities hereunder in insurance coverage's identified in items (b) and (c). The policies shall be written by a responsible company(s), to be approved by the CITY, and shall be noncancellable except on thirty-(30) days' written notice to the CITY. Such policies shall name the CITY as co-insured, except for worker's compensation and professional liability policies, and a copy of such policy or a certificate of insurance shall be filed with the Director at the time of the execution of this Agreement. 15. PROHIBITED INTERESTS 10 OP 10 REVISION DATE: June 2006 15.1 Conflict of Interest: The CONSULTANT agrees that it presently has no interest and shall acquire no interest, direct or indirect, that would conflict in any manner or degree with the performance of its services hereunder. The CONSULTANT further agrees that, in the performance of the Agreement, no person having such interest shall be employed. 15.2 Interest of Public Officials: No member, officer, or employee of the CITY during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 15.3 Employment of CITY's Personnel: The 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 CITYls 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 CONSULTANT will not discriminate agamst 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 owned or leased property, vehicles, and project or client site. Any violation of the prohibitions may result in discipline and/ or immediate discharge. 11 OF 11 REVISION DATE: June 2006 ... CONSULT ANT shall notify the appropriate federal agencies of an employee who has a criminal drug statute conviction for workplace violation. CONSULTANT may require drug or alcohol testing of employees when contractually or legally obligated, or when good business practices would dictate. 20. ANTI-KICKBACK CLAUSE Salaries of architects, drafters, engineer's, and technicians performing work under this Agreement shall be paid unconditionally and not less often than once a month without deduction or rebate on any account except only such payroll deductions as are mandatory by law. The CONSULT ANT 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 harmless the CONSULT ANT 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 CONSULT ANT 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. 12 OF 12 REVISION DATE: June 2006 24. INDEPENDENT CONTRACTOR The CONSULTANT shall perform the services under this Agreement as an independent contractor and nothing contained herein shall be construed to be inconsistent with this relationship or status. Nothing in this Agreement shall be interpreted or construed to constitute the CONSULTANT or any of its agents or employees to be the agent, employee, or representative of the CITY. 25. NOTICES All notices 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 30911 CONSULTANT: Zimmerman, Evans and Leopold, Inc. 435 Telfair Street Augusta, GA 30901 Copy to: DIRECTOR AUGUSTA UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, GA 30901 PROGRAM MANAGER: AUGUSTA PROGRAM MANAGER CH2M HILL, INC. 360 Bay Street, Suite 100 Augusta, GA 30901 130F 13 REVISION DATE: June 2006 IN WITNESS WHEREOF~ said parties have hereunto set their seals the day and year written below: CITY: CONSULT ANT: AUGUST A, GEORGIA (CITY) BY: C9~4 ~ - PRINTED NAME: 'VJt~ ~. Cof~~"'~va. AS ITS: MAYOR ~ """'-'"'''''' ~J,\O~ .CR'\'~O.':, \ (J DATE: ~ ..,.~.. .~~~.., Copy To: ..... DIRECTOR AUGUST A UTILITIES DEPARTMENT 360 Bay Street, Suite 180 Augusta, GA 30901 140F 14 ATTEST: P!!:ff:s~~~ AS ITS:: Secretary DATE: 11/17/ o~ I I REVISION DATE: June 2006 CONSULT ANT'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 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 CONSULTANT'S requirements for this part of the project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expendability, and any budgetary limitations. CONSULT ANT may request from the CITY to furnish data, reports, surveys, and other materials that may be relied upon in performing CONSULT ANTIS 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. CONSULT ANT'S INSURANCE CONSULTANT will maintain throughout this AGREEMENT the following insurance limits as specified in General Condition 14 - Insurance. 150F 15 REVISION DATE: June 2006 CITY'S RESPONSIBILITES CITY-FURNISHED DATA CITY will provide to CONSULTANT all data in CITYls possession relating to CONSULTANT's services on the PROJECT. CONSULTANT will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by CITY. RIGHT TO ENTER The 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 CONSULTANT shall discuss with and receive approval from the CITY prior to sending notices of intent to enter private property. Upon request by the CONSULTANT, the CITY will provide the necessary documents identifying the CONSULTANT as being in the employ CITY for the purpose described in the Agreement. ADVERTISEMENTS, PERMITS, AND ACCESS Unless otherwise agreed to in the Scope of Services, CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for CONsULTANTls services or PROJECT construction. TIMELY REVIEW CITY will examine CONSULTANT's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required by CITY in a timely manner. PROMPT NOTICE CITY will give prompt written notice to 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 2006 ATTACHMENT A - SCOPE OF SERVICES PROJECT DESCRIPTION: Provide a service connection from Fort Gordon'sWastewater Treatment Plant to Augusta's collection system DESIGN OBJECTIVES: Convey 1.7 mgd average daily rate of sewage to Augusta for treatment 17 OF 17 REVISION DATE: June 2006 ATTACHMENT B - COMPENSATION The CITY shall compensate the CONSULTANT for services, which have been authorized by the CITY under the terms of this Agreement. The CONSULTANT may submit to the CITY a monthly invoice, in a form acceptable to the CITY and accompanied by all support documentation requested by the CITY, for payment for the services, which were completed during the billing period. The CITY shall review for approval said invoices. The CITY shall have the right to reject payment of any invoice or part thereof if not properly supported, or if the costs requested or a part thereof, as determined solely by the CITY, are umeasonably in excess of the actual phase of completion of each phase. The CITY shall pay each such invoice or portion thereof as approved, provided that the approval or payment of any such invoice shall not considered to be evidence of performance by the CONSULTANT to the point indicted by such invoice, or of receipt of acceptance by the CITY of the service covered by such invoice. The CITY shall pay any undisputed items contained in such invoices. Each invoice shall be accompanied by a letter progress report describing the total work accomplished for each phase and any problems, which have been encountered, which may inhibit execution of the work. The CONSULTANT shall also submit an accurate updated schedule, and an itemized description ofthe percentage of total work completed for each phase during the billing period. When the CITY authorizes the CONSULTANT to proceed with the work authorized in a Task Order, it agrees to pay the CONSULTANT for work completed, on the basis of the standard billing rates shown in Attachment B to the Contract of those principals and employees engaged directly on the work. Compensation for design services shall be invoices based on the sum of all actual costs incurred in the performance of the work, including all direct, payroll, overall and profit cost in an amount not-to-exceed the compensation set forth in the terms of the Agreement or any authorized Task Order. All invoices submitted by the CONSULTANT shall be detailed to reflect incurred expenses, labor hours and costs by authorized Task. Overtime may be performed at the discretion of the CONSULTANT, but the premium time portion of the overtime will not be billed to the CITY unless the CONSULTANT has requested acceleration of the scheduled work in writing. 18 OF 18 REVISION DATE: June 2006 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: Michael Webb Jorge E. Jimenez, P.E. 19 OF 19 REVISION DATE: June 2006 ATTACHMENT D - SCHEDULE FOR PERFORMANCE From Notice to Proceed: 90 days to 300/0 submittal 120 days to 600/0 submittal . 150 days to 900/0 submittal 155 days to 1000/0 submittal See Attached Schedule 20 OF 20 REVISION DATE: June 2006 5'~ 0 r::::="'O >.~ 6 g>g ~ ~ Q) ~ 5 B '~€8.~~-g~i .5:E1~J:~~S OlCl:! 0 _ I I ... ~~g~~~Q~ .~g ~ g B ~ TI ~ .~a.:o:;:~.Q28 5!~&~~;;;E ~~~,","'~~~ o ~ ~.- i:U J:.s; U o Z H C/) a: w ~ w S ~ z ~ ~ Jitl _~ C) ~ ~ci z Z ':'." W < ~g rD ~t II ~ III i WI NN '" ~ '" ..;. ~ $ o !:: ~ ~ I " .. '" '" ..;. ~ $ o !:: w V> U ~~~~w~ ~~~c~~~ 5~g~~E ~ .:.o:'Q;I... 0 >- Q;I "'0 5.~~{)~~ .g :;:c;~~~ 5 -a.&~t5~ ~ ~oBg~:E Q-' V5 ~ ~ '" :u :!: .c Gl 11. e '" ., U Gl C '" Gl.c ,~~~~('t)(")('t)('t)~~ ~:!: -3 ;t ~ '0 'fi ~ t/l C e 0 o u :e 2 e ~,g 0_ Ut/l >-oll :u e e 0 >- 'S ~ 0 ~~tn ~ :;:0.." 0'" - 'tl 5 ~; a.. ~ tiCle5> O';::"C Ii ~~otn ",eel '> 'E> 't: ~.fi~ e e e -g-g~liI~GJ~GJ ~~~~~~~~ 1:1: Gl Gl Gl 88~ii:~i1.~0.. 0.. 0.. 0.. e Cl 'iij Gl C ~ 0):3 '~ e ,!:! Gl .~ ~ t/l C t/l f: Cl e ; -2,2 ti ~ U 'iii 5.s '" Cl '" <( e e 'tl W 0 iii U CONSULTANT SERVICES As a part of this Agreement the CONSULT ANT agrees to furnish the following checked items (CONSULTANT to initial in the space provided acknowledging responsibility to furnish said item), Prior to Authorization To Proceed: It} ~-o;tailed Scope of Services based upon Schedule A of this Agreement to be submitted (J () with Cost Proposal clearly defining the CONSULTANT'S understanding of the project V limits, design objectives and CONSULTANT'S services to be provided. It} ~eost Proposal that will include cost of surveying, design, preparation of construction I J( I plans and specifications, and other services requested in the CITY's Request for ( J ~ ! -- '-: Proposal. ~-_._-- It} /41' r Schedule for submittal of review documents at 30%,60%, and 90% completion; and I" . Ci,j final documents. Prior to submitting 3O'Yo review documents: It} /fjfJ~~~te all existing utilities using available information collected by the CONSULTANT, (! (J The CITY will furnish available information on water and sewer locations however the I:r.l C5?~SULT ANT must verify to CITY'S satisfaction. o /rC::::--rProvide CITY with information on the project site(s), including the following: // (/ . Past and present use of the land (specifically identify any landfilling activities in \.! \,-,J the area); identify any nearby designated wetlands . Soil type( s) . Boring results when required by CONSULTANT 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 /f ~/5ite Plan (If Required) nJoh~out project: . o $1-Pie"pare printed responses to comments received from the CITY following reviews. o fC1t/(Ptovide the necessary plats for easement acquisition and DOT/other permit -1_---1"/ I cwrJication. o . ".-~~pare Public Works/DOT/Other permit applications for signature by the CITY. o ~~repare and submit plans to EPD for review and approval when required. o ~~)I' Prepare plans and specifications, using Augusta Utilities Design Standards and {s;pefifications (latest version). Specifications must mirror that provided by the OTY. v' 21 OF 21 REVISION DATE: June 2006 . ~ o ./!ffr;pare construction cost estimates at each review stage, 30%, 60%,90%, and with the IS; b~ttal of Final documents. Provide cost breakdown for any items to be lump sum in the Lcori's'truction contract. Upon completion of design: ~ $'Coordinate with the City Procurement Department to advertise the project, ~ ( IIJL~ bid information to CITY. ~ . 'r /1\ttend the Pre-Bid Mee~g asa technical reference to the CITY. ~ /}( dPrrepare letter of recommendation for award of the contract. . Y.; ./ ~ \)l. A:>evelop conformed contract documents and forward to the CITY for execution. ~ ;:~"A~end the pre-construction meeting as a technical reference to the CITY. ~ '1E!If'iovide clarification related to the plans/ specifications throughout design and I I Ii . !C0lilStruction. v ( '::ri ~ ---:ID-Pfovide record drawings at completion of the project electronically, per the Utilities reJg!ir,?tandardS and Specifications (latest version). o nProvide Services During Construction as follows: Jr. 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 agencies. BY: CONSULT~~ pi l:J~~___ /' BY: ~~ .",~~- <- 7~ .' - .... ,I /;/ / -, 1 ( PRINTED,NAMlt:' lorge EA'imenez,.P:E:::; :' \ .,// \. / ( I Trrr:f:: ~ President '..../ DATE: 11/J,7 bpog I / TITLE: DIRECTOR 11!?t/ / d~ DATE: PROGRAM MANAGER BY: PRINTED NAME: TITI.E: DATE: 22 OF 22 REVISION DATE: June 2006 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 (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 CONSULT ANT 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. 23 OF 23 REVISION DATE: June 2006 I Joseph J. Tankersley, P. E. Jorge E. Jimenez, P. E. Charles D. Drown, P. E. stacey W. Gordon, P. E. Frank W. Byne, P. E. Kenneth M. Wardenski, Ell, MCSE 'Ell ~5TelfairStreet - ... 1lii9usta, ;a~09~-~49~ E E R S Founded 1946 (706) 724-5627 - FA.."'l: (706) 724:-5789 Municipal Engineering Water Plants - Distribution Wastewater Plants - Collection Investigations - Planning. Studies Recreational Facilities Industrial Parks - Roadways Civil- Structural- Mechanical Electrical & Instrumentation ZIMl\1ERMAN, EVANS Al~D LEOPOLD, INO. September 29, 2008 Mr. Jerry Delaughter, P.E., Assistant Director, Engineering Augusta Utilities Department 360 Bay Street, Suite 180 Augusta, GA 30901 Dear Mr. Delaughter: Zimmerman, Evans, and Leopold are pleased to provide a proposal for sanitary sewer service for Augusta Utilities Department's mission at Fort Gordon. We believe that this scope of work is inclusive and will provide an effective solution to the connection of the sanitary sewer to the Augusta Collector system, AUD will receive sewage effluent from the Fort Gordon property through approximately 24,000 feet of appropriately sized sewage forcemainthat willoperate under low-head conditions during most operations. The proposed route will travel through fuebreaks; across Highway 1 ~ and then follow Spirit Creek' to minimize enVironmental impacts along the route. .' The forcemain will be connected to the . existing base collection system through a lift station that will be design.ed to operate both as a siphon station and as a normal lift station as conditions arise. The station will be designed to accommodate normal flows and to store high flows in order to meet the variable flow conditions currently exhibited on the base. . This two-part approach. will allow utilization of properly sized facilities to accommodate . current and future conditions when the base infrastructure has been analyzed to remove any extraneous inflows. This proposal includes separate bid packages for the forcemain ahd lift station. An itemized schedule of services along with a description of service sections is . included for your review. 2008-PlO Proposal Ltc slv.doc Mr. Jerry Delaughter, P.E. ZEL looks forward to working with AUD to complete this project. Very truly yours, ZIMMERMAN, EVANS AND LEOPOLD, INc. cc: Drew Goins 2008-PIO Proposal LIT slv.doc Page 2 Joseph J. Tankersley, P. E. Jorge E. Jimenez, P. E. Charles D. Drown, P. E. StaceyW. Gordon, P. E. Frank W. Byne, P. E. Kenneth M. Wardenski, EIT, MCSE ~E.' 1~5TelfairStreet ~ ..i.""""a,:~~-~"~ E E R S Founded 1946 (706) 724-5627 - FAX (706) 724-5789 Municipal Engineering Water Plants - Distribution Wastewater Plants - Collection Investigations - Planning Studies Recreational Facilities Industrial Parks - Roadways Civil - Structural- Mechanical Electrical & Instrumentation ZU1J\1ERl\1AN. EVANS A1'U) LEOPOLD. INC. Description of Services Regulatory Services: Regulatory services include the complete preparation of documents to address environmental and regulatory components of the project. This scope of services includes interaction at the local, state, and federal levels to resolve any permitting issues during the pre- design and design stages. Preliminary Services: Preliminary services are established to provide the design basis for the work to be performed on the project. The services include research on existing facilities and location of utilities along the pathofthe project, in addition to preliminary cost estimates. At the conclusion of the preliminary services stage, the project should be clearlydefmed for AUD, Fort Gordon, andZEL, and the design should be established and a report will be generated to describe the design considerations. Design Services: Design services include the preparation of the electrical, mechanical, and civil plans in addition to environmental plans. The design services stage will bring the conceptUal plans to construction. Bid Assistance: Bid Assistance services provide interaction between client, designer, and bidder in order to provide clear understanding. of the expectations of AUD and Fort Gordon to the contracting community.' Services include pre-bid meeting attendance and representation, and interpretations and clarifications of pre-bid addend~ in addition to providing expanded bid tabulations and preparing conformed contract documents. Engineering During Construction Services: Engineering During Construction Services include attendance of the pre-construction meeting, review of material submissions, and performing periodic site visits to investigate progress during critical construction times. In addition, this includes conflict resolution in the field, and closure of documents and red-line to as-built drawing conversion. 2008-PIO Proposal Ltr slv.doc Professional Services Worksheet Ft Gordon Shiphon Station and Force Main. Spirit Ck Sewer Augusta Utilities Department ZEL Engineers Contract 1: Ft Gordon Siphon Station Contract 2: Pipeline from Ft Gordon and to Spirit Creek Sewer September 29, 2008 MAN. HRS Costs $ 22 $ 1,900 42 $ 3,540 29 $ 2,690 136 $ 16;160 88 $ 10,040. 76 $ 8,500 112 $ 12,400 88 $ 9,660 33 $ 3,050 $ 67,940 $ 104 $ 11,240 32 $ 3,380 41 $ 4,050 56 $ 5,000 18 $ 1,680 61 $ 5,210 15 $ 1,410 18 $ 1,620 21 $ 2,190 230 $ 22,070 45 $ 4,030 75 $ 5,180 . 31 $ 2,580 43 $ 3,~40 33 $ 2,160 40 $ 3,580 19 $ 1,480 19 $ 1,480 72 $ 6,240 Task En 1 .NPDES NW Permit, NOI, 2 SE&SC Plan, Submittals 3 EPD Plan Submittal 4 Fauna, Flora, Wetlands Identification 5 Social and Cultural Resources Survey 6 NPDES Permit, NOI, Contract 2 7 Buffer Variance, EPD Coordination 8 EA Report Fort Gordon Routes 9 DOT PermitHwy 1 Prelimina , Contracts 1 & 2 10 pump Station Design Criteria, Hydraulics 11 'Pipeline Design Criteria, Hydraulics 12 Fort Gordon Record Plans Review Pumping Station 13 Pipeline path evaluation' . 14 DOT, AUD, and Ft Gordon Record Plans Re~iew Pipeline 15 Translate Location of Utilities, Underground and Aerial 16 Crossing of Hwy 1 encroachment discussions (DOT) 17 Land requirements, Ownership, Easement potential 18 Cost Evaluations .. ' 19 Field Survey of Final Route 20 Field Survey Pump Station Site 21 Drawingof Existing Conditions (Pipeline) . 22 Drawing of Existing.Conditions, Pump Station Site 23 Drawing: Preliminary Arrangement. Pumping Station 24 Drawing: Preliminary Arrange'ment. Pipeline 25 Preliminary Engineering Recommendations and Project Scope 26 Preliminary (30%) Construction Cost Estimates Contract 1 Station 27 Preliminary Construction (30%) Cost Estimates Contract 2 Pipeline 28 Project Review and Owner Meetings (30) Contract 1 and 2 ZOOS-PIO Proposal Ltr slv.doc 67,940 87,820 !" ... Desi n Services $ 133,940 Contract 1: Pump Station 29 Drawirig: Cover Sheet - Contract 1 10 $ 730 30 Drawing: General Arrangement - Contract 1 11 $ 860 31 Drawing: Site, SE&SC Details, Etc. 14 $ 1,010 32 Drawing: Structural and Details 24 $ 1,620 33 Drawing: Site Piping Plan 25 $ 1,750 34 Drawing: Electrical Power Supply 30 $ 2,400 35 Drawing: Electrical Details,' Backup Power 30 $ 2,400 36 . Drawing: Electrical Control, P&ID, & Flow Measurement 42 $ 3,780 37 Drawing: Mechanical, Pumps Selection; Piping, Valving 88 $ 7,240 38 Drawing: HVAC Contract 1 12 $ 960 39 Drawing: Electrical Schedules Contract 1 44 $ 3,440 40 Specifications for Equipment Contract 1 43 $ 3,760 41 Coordination - Project Review with Staff Contract 1 44 $ 4,820 42 Project Management Project Meetings - Contract 1 56 $ 5,480 43 Construction Cost Estimates (60 90%) Contract 1 Siphon 36 $ 3,360 44 Project Review (60 & 90%) Contract 1 120 $ 9,600 45 Final Contract Documents Contract 1 40 $ 4,000 46 Compile Project Schedule for Construction Contract 1 24 $ 2,940 $ 60,150 Contract 2: Pipeline Ft Gordon to Spirit Creek 47 Coordination - Project Review with Staff Contract 2 44 $ 4,820 48 Project Management Project Meetings - Contract 2 56 $ 5,480 49 Drawing: Cover Sheet,. Contract 2 . 10 $ 730 50 Drawing: General Arrangement - Contract 2 . . 11 $ 860 51 Drawing: Soil Erosion and Secjiment Control Plan, NPDES Requirements 56 $ 3,920 52 Drawing: Soil Erosion and Sediment Control Plan Details, Schedule, Practices 37 $ 2,590 53 Drawing: Sta 0+00 to 20+00 Plan and. Profile . 29 $ 2,030 54 Drawing: Sta 20+00 to 40+00 Plan and Profile 29 $ 2,030 55 Drawing: Sta 40+00 to 60+00 Plan and Profile 29 $ 2,030 56 Drawing: Sta 60+00 to 80+00 Plan and Profile 29 $ 2,030 57 Drawing: Sta 80+00 to 100+00 Plan and Profile 29 $ 2,030 58 Drawing: Sta100+00 to 120+00 Plim and Profile 29 $ 2,030 59 Drawing: Sta 120+00 to 140+00Plan and Profile 29 $ 2,030 60 Drawing: Sta 140+00 tb160+00Plan and Profile 29 $ 2,030 61 Drawing: Sta 160+00 to 180+00 Plan and Profile 29 $ 2,030 62 Drawing: Sta180+00 to 200+00 Plan and Profile 29 $ 2,030 63 Drawing: Sta 200+00 to 220+00 Plan and Profile 29 $ 2,030 64 Drawing: Sta 220+00 to 240+00 Plan and Profile 29 $ 2,030 65 Drawirig: Standard Details 26 $ 1,670 66 Drawing: Bore and Jack petails, 10 scale Views 56 $ 3,800 67 Drawing: Specialty Structures, Details. 80, $ 5,240 68 Construction Cost Estimates 60, 90% Contract 2 Pipeline 68, $ 4,820 69 Project Review Definition (60 & 90%) Contract 2 60 $ 4,800 . 70 Specifications for Equipment Contract 2 43 $ 3,760 71 Final Contract Documents Contract 2 40 $ 4,000 72 Compile Project Schedule for Construction Contract 2 24 $ 2,940 Contract 2 Sub Total $ 73,790 200S-PIO Proposal Ltr slv.doc '~ ..., Bid Assistance Services $ 16,962 Contract 1 73 Pre Bid Conference Contract 1 37 $ 3,313 74 PreBid clarifications and interpretation, addenda, Contract 1 47 $ 3,827 75 Bid Evaluation and Recommendation Contract 1 20 $ 2,360 Contract 2 $ 9,501 76 Pre Bid Conference Contract 2 21 $ 2,193 77 PreBid clarifications and interpretation, addenda, Contract 2 47 $ 3,827 78 Bid Evaluation and Recommendation Contract 2 12 $ 1 ,440 $ 7,461 En ineerin Durin Construction Services $ 79,671 Contract 1 79 Pr,e Construction Conference'Contract 1 20 $ 1,850 80 Shop Drawing Review Contract 1 124 $ 10,720 81 Bi-Weekly Progress Meeting Contract 1 76 $ 8,260 82 Periodic Site VisitsContract 1 84 $ 8,760 83 Conflict Resolution Contract 1 92 $ 8,120 84 Finallllspection Contract 1 26 $ 2,570 85 Closure Documents Contract 1 52 $ 3,881 86 Certification Contract 1 6 $ 720 $ 44,881 Contract 2 87 Pre Construction Conference Contract 2 26 $ 2,810 88 Shop Drawing Review Contract 2 68 $ 5,360 89 Bi-Weekly Progress Meeting Contract 2 52 $ 4,930 90 . Periodic Site Visits Contract 2 .74 '$ 5,600 91. Conflict Resolution Contract 2 84 $ 7,260 92 Testing, Flushing Assistance 30 $ 2,700 , 93 Final Inspection Contract 2 20 $ .1,850 94 Closure Documents Contract 2 44 $ 3,560 95 Certification Contract 2 6 $ 720 $ 34,790 Reimbursable costs $ 11,300 Mileage, Trips x X miles $ 5,200 Printing (includes mailing costs): 30% Submittal $ 720 60% Submittal $ 720 90% Submittal $ 720 100% Submittal $ 720 Executed Contracts $ 420 Regulatory Submittals $ 2,800 $ 11,300 TOTAL $ 397,632 2008-PIO Proposal Ltr slv.doc CERTIFICATE OF LIABILITY INSURANCE ol~~l 11 12 OB THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATlO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THE POlICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, N01WlTHSTANDING ~y REQUIREMENT, TERM OR CONDITlON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALl THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POlICIES. AGGREGATE lMTS SHOWN MAY HAVE BEEN REDUCED BY PAID aANS. LTR INSRt TYPE 01' INSlllUlNCE POLICY NUM8Elt DATii~ ~W,Y,~~ON LIMITS ~NI!IW. LIA8ILlTY EACH OCCURRENCE $2,000.000 B ~ :5I1ERClAL GENERALLIABIllTY ACPBPOC7112607270 03/31./08 03/31/09 ~EMISEs (Ea OCCU18nce) $ 300,000 - CLAIMS MADE (j] OCCUR UEO EXP <Any ona pe....n) 55,000 PERSONAL & ADV INJURY $2,000,000 OENERALAGGREGATE 54,000,000 n AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG 54,000,000 PClUC't n ~~ h Loe ~UAIIIUTY COMBINED SINGLE LIMIT 11000000 ANY AUTO (ElIlccldenl) I- ~ AU OWNEDAUTCS BOOILY INJURY 5 SCHEDULED AUTOS (par peltOI'll - B ~ HIRED AUTOS ACP.BPOC7112607270 03/31/08 03/31/09 BOOIl Y INJURY" S ~ NON-OWNED AUTOS [Par accldenl) - PROPERTY DAMAGE 1 (Per accldenl) =F~ AUTO ONLY - EA ACCIDENT 1 OTHER THAN EA ACC S AUTO ONLY: AGO S EXCQ8AIMIIIUiI..1 UAIIILITY EACH OCCURRENCE 5 :::J-OCCUR D ClAIMS MADE AGGREGATE 5 5 ==i DEDUCTIBLE S RETENTION I 1 wtlRKEU COMPENaATION AND ITORYlIMITS I ,Vi"- ER A EMPLOVERS' LUUIILlTY WC84000185B3200BA 03/31/08 03/31/09 s 500000 . ANY PROPRIETORJPAR'TNERJEXECUllVE E.L. EACH ACCIDENT OFFJCERlMEIlBER EXClUDED? E.L DISEASE. EA EMPLOYE! S 500000 ~~~=Sblllow E.L DISEASE. POlICY UMIT 5 500000 OTHER C PR.OFESS:J:OHAL AEA6091237 04/05/08 04/05/09 OC~C 2,000,000 LIABIL:tft AGGlU:GAD 2,000,000 DElICRIPTlON OF DPEIlAT10NS I LOCATIONS I WHlClSS' EXCLUSICltlS ADDED BY ENDOIISI!MENT t 8PEClAL PROVlIIONS conneeUon for vaste water service fOJ: !'ort Gordon-MSA-0001AD ~~ ACORD. PRODUCER ACHS InwJ:ance 1229 Augusta West P&Z:'k.ay Augusta GA 30909 Phon8:706-868-1610 Fax:706-860-5134 INSURED Zi1Iaezman Evans Leopold, Ine. 435 ':el.faiJ: st. Augusta GA 30901-2494 COVERAGES CERTIFICATE HOLDER City of Augusta Augusta Ricbmond cty UUlity Attn: D1:8. Goins 360 Bay st, sui.te 180 Augusta GA 30901 ACORD 25 (2001/08) INSURERS AFFORDING COVERAGE NAtC' INSURER A: INSURER B: INSURER C: INSURER D: INSURER E: nva Mutual. IIUIUZ'ance Co Allied Insurance C CNA 2042"7 CANCELLATION SHOULD MY OF THE ABOVE DESCRIBE!) pOLICIES BE CANCELLED BEFORE THE EXPlRATIO DATE'THERECll'. THE ISSUING INSURliR WILL ENDEAVOR TO MAll ~ DAYS WRITTEN NOTICE TO THE CERnl'lCATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO so SHAll IMPOSE NO OBUGATION Ol't LIABILITY OF AllY KIND UpON THE INSURER, ITS AGENTS OR REPI'lESEHTAllVE'$. AlITHOlUZED REPRESENT" sexton surl.es .",.. If. IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policyQes) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08)