HomeMy WebLinkAboutCONSULTANT AGREEMENT TO CIVIL SERVICES INC FOR BRIDGE REHABILITAITON AND REPAIRS $148,823.88C
� �3
CONSULTANT SERVICES AGREEMENT
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE REHABILITATION
AND REPAIRS
(Broad Street Bridge - Off Ramp from Washington Road over Raes Creek)
Project Number: 328 - 041110 - 211828012
TABLE OF CONTENTS
Request for Proposal_
Scope of Services
Fee Proposal
Addendum(S)
Agreement
➢ Design Criteria
➢ Amount of Contract
➢ Signature Page
General Conditions
➢ Accuracy of Work
➢ Contractual Obligations
➢ Hold Harmless
➢ Assignability
• Audits and Inspectors
➢ Compensation
➢ Georgia Prompt Pay Act
➢ Confidentiality
➢ Design and Review Manager
Coordination
➢ Contract Disputes
➢ Contract Termination
➢ Suspension of the Work, Termination and Delay
➢ Coordination with the National Geodetic Survey
➢ Coordination with Utilities
➢ Contingent Fees
➢ Delivery of Notices
➢ Local Small Business
➢ Drug Free Work Place
➢ Employment of County Personnel
➢ Insurance
➢ Personnel
➢ Responsibility for Claims and Liability
➢ Review of Work
➢ Right to Enter
➢ Subcontracting
➢ Supervision and Control
Attachment B
➢ Contractor's Statement of Non- Discrimination
➢ Non- Collusion of Prime Bidder /Offeror
➢ Conflict of Interest Statement
➢ Contractor's Affidavit and Agreement Statement
➢ Bidder's Form /Acknowledgement of Addenda
➢ Certification Statement of Local Vendor Preferences
➢ Contractor's Bonds /Insurance
Appendixes
➢ Appendix A - Standard Specifications
➢ Appendix B - Survey Specifications
A -1
B -1
A Proposal from your Firm will be appreciated.
Sincerely yours,
Oei
Geri A. Sams
Procurement Director
CITY OF AUGUSTA, GEORGIA
OFFICE OF THE PROCUREMENT DIRECTOR
530 GREENE STREET SUITE 605
AUGUSTA, GEORGIA 30901
(706) 821-2422
www.augustaga.gov
DATE: May 23, 2011 RFP NO. 11 -134
SUBJECT: Request for Proposal to submit on the following services.
NAME OF RFP: Design & Field Engineering Services for Bridge Rehabilitation & Repairs
This letter extends to your Firm an invitation to submit a proposal to supply the City of Augusta with equipment,
supplies, and /or services as indicated above. Sealed proposals for the above will be received at the Office of
the City Procurement Director, 530 Greene Street — Suite 605, the Municipal Building, Augusta, Georgia, up to
3:00 P.M., Tuesday, July 12, 2011 at which time, proposals will be opened and publicly read. The Board of
Commission reserves the right to reject any and all bids /RFPs and to waive formalities.
Instructions for preparation and submission of a proposal are contained in the attached packet. Please note
that specific forms for submission of a proposal are required. Proposals must be typed or printed in ink. If you
do not submit, return signed RFP invitation sheet and state reason. Also, please clearly mark the outside of
your envelope as "No Response."
Any changes to the conditions and specifications must be in the form of a written addendum to be valid;
therefore, the City will issue a written addendum to document all approved changes. Any RFP submitted
which does not acknowledge the receipt of an addendum will not be considered.
The City of Augusta seeks to ensure that all segments of the business community have access to supplying the
goods and services needed by City programs.
Doing business with Augusta has become easier! The new ARCBid Zink, which is located on the Procurement
Department's website at www.auoustaga.gov, enables you to view current and past public bid information
online. Should you have any questions concerning the bid documents, or need additional information, you may
contact a member of the Bid and Contract Team directly @ 706 821 -2422. A request for bid documents must
be faxed to 706 821 -2811.
RFP 11 -134 Design & Field Engineering Services Bridge Rehabilitation
Page 2 of 32
Augusta, GA Engineering Depart ent
REQUEST FOR
PROPOSAL
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
Broad Street Bridge -
Off Ramp from Washington Road over Raes Creek
Project Number: 328-041110-211828012
Request for Proposal
Request for Proposals will be received at this office until Tuesday, July 12, 2011 @ 3:00 P.M. for furnishing:
RFP ITEM #11 -134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs
for Engineering Department
RFPs will be received by: The Augusta Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams, Director
Augusta Procurement Department
530 Greene Street - Room 605
Augusta, Georgia 30901
RFP documents may be viewed on the Augusta Richmond County web site under the Procurement Department
ARCbid. RFP documents may be obtained at the office of the Augusta, GA Procurement Department, 530
Greene Street — Room 605, Augusta, GA 30901. Documents may be examined during regular business hours
at the offices of Augusta, GA Procurement Department. All questions must be submitted in writing by email
to procbidandcontract aauqustaga.00v to the office of the Procurement Department by Tuesday, June
21, 2011 @ 5:00 P.M. No RFP will be accepted by fax, all must be received by mail or hand delivered.
The local bidder preference program is applicable to this project. To be approved as a local bidder and
receive bid preference on an eligible local project, the certification statement as a local bidder and all
supporting documents must be submitted to the Procurement Department with your bonafide bid
package.
No RFP may be withdrawn for a period of 90 days after time has been called on the date of opening.
An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in
accordance with Article 4 (Product Specifications), and all contractual terms and conditions, applicable to the
procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number
of copies needed, the timing of the submission, the required financial data, and any other requirements
designated by the Procurement Department are considered material conditions of the bid which are not
waiveable or modifiable by the Procurement Director. Please mark RFP number on the outside of the envelope.
Bidders are cautioned that sequestration of RFP documents through any source other than the office of the
Procurement Department is not advisable. Acquisition of RFP documents from unauthorized sources places the
bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications.
Funding for this project may include federal funds provided by the U. S. Department of Transportation
(DOT) and /or other federal agencies. All DOT funded projects are subject to the requirements of 49 CFR
Part 26. These requirements are mandatory and non - negotiable. Augusta enforces Disadvantage
Business Enterprise (DBE) requirements and /or DBE goals set by Federal and /or State Agencies in
accordance with State and Federal laws. Please be advised that the U. S. District Court for the Southern
District of Georgia has entered on Order enjoining the Race -Based portion of Augusta, Georgia's DBE
Program. Thus, Augusta, Georgia does not have or operate a DBE, MBE or WBE Program for projects
(or portions of projects) having Augusta, Georgia as the source of funding.
GERI A. SAMS, Procurement Director
Publish:
Augusta Chronicle
Metro Courier
May 26, June 2, 9, 16, 2011
June 1, 2011
cc: Tameka Allen Interim Deputy Administrator
Abie Ladson Engineering Department
Hameed Malik Engineering Department
RFP 11 -134 Design & Field Engineering Services Bridge Rehabilitation
Page 3 of 32
Augusta, GA Engineering Department
SCOPE OF
SERVICES
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
Broad Street Bridge -�
Off Ramp from Washington Road over Raes Creek
Project Number: 328- 041110 - 211828012
I. PROBLEM STATEMENT:
II. PROPOSER REQUIREMENTS:
SCOPE OF SERVICES
The Engineering Department is currently requesting professional services to perform design and
field engineering services for:
1) Broad Street Bridge (on -ramp) over Rae's Creek
2) Broad Street Bridge (off - ramp) over Rae's Creek
3) Broad Street Bridge over the Augusta Canal
4) Broad Street Bridge over Hawks Gully
5) 15th Street Bridge over the Augusta Canal
The structures are in need of major repair and maintenance. They require painting, sidewalk
repairs expansion joint repairs, lighting repairs, sub - structure and super- structure repairs,
barrier repairs, and restoring the historical significance and aesthetics of the structures.
The Engineering Department will only consider those firms who are able to demonstrate the
following qualification requirement(s):
A. Successful completion within the past 10 years, of design and construction of at
least three (3) bridge rehabilitation /replacement (super- structure and sub-
structure). The projects should include but not limited to repair and
replacement of deteriorated bridge decks, sidewalks, roadway joints, lighting
poles and fixtures, expansion joints, and barrier walls and bridge railings.
B. Experience developing construction staging to accommodate restricted lane
closures and restricted hours of work for at least two (2) projects completed.
C. Experience in correcting deficiencies in appurtenances including light poles,
fixtures, conduits, wiring, junction boxes, and utilities for at least two (2)
projects completed.
D. Experience in estimating the remaining useful life of both concrete structures
and performing economic analyses to determine the best
remediation /replacement scenario for at least two (2) projects completed.
E. Project Manager /Bridge Engineer with a minimum of ten years of experience.
F. Bridge Architect with a minimum of ten years of experience.
Page 1
AED CSA- Broad Street Bridge -
Off Ramp to Washington Road over Raes Creek)
III. SERVICES TO BE RENDERED:
The Engineering Department expects the following services to be rendered, but not limited to the
following.
1. Perform bridge studies /reports.
2. Perform preliminary and final construction plans, and contract documents.
3. Preparation of design criteria.
4. 100% hands -on field inspection and verification of conditions of all super-
structures, and sub - structures (NOTE: This may require limited underwater
surveys for the sub - structures).
5. Construction cost and schedule estimates.
6. Life -cycle cost analyses
7. Perform field engineering designs and make field adjustments if necessary.
8. Conduct field surveys.
9. Conduct project team meetings.
10. Measure and estimate material put in place by contractors.
11. Enforce all Federal and State regulations (e.g., EPD, EPA, NPDES, GDOT, etc.)
12. Construction observation
The design standards and construction specifications and standards should be based but not
limited to the following manuals:
1. Georgia Department of Transportation (GDOT) Bridges and Structures Design
Policy Manual.
2. American Association of State Highway and Transportation Officials (AASHTO)
Load and Resistance Factor Design (LRFD) Bridge Design Specifications.
3. American Association of State Highway and Transportation Officials (AASHTO)
Load and Resistance Factor Design (LRFD) Bridge Construction Specifications.
4. American Association of State Highway and Transportation Officials (AASHTO)
Standard Specifications for Highway Bridges.
5. American Association of State Highway and Transportation Officials (AASHTO)
Standard Specifications for Structural Supports for Highway Signs, Luminaries
and Traffic Signals.
6. Federal Highway Administration (FHWA) Guidelines for the Installation,
Inspection, Maintenance and Repair of Structural Supports for Highway Signs,
Luminaries, and Traffic Signals.
7. Federal Highway Administration (FHWA) Manual on Uniform Traffic Control
Devices.
8. American with Disabilities Act (ADA) Standard for Accessibility Design.
9. American Association of State Highway and Transportation Officials ( AASHTO)
"A Policy on Geometric Design of Highways and Streets" current edition.
Page 2
AED CSA- Broad Street Bridge -
Off Ramp to Washington Road over Raes Creek)
Looking West toward the Broad St. bridge off
ramp from Washington Rd. over Raes Creek.
Looking East toward the Broad St. bridge off
ramp from Washington Rd. over Raes Creek.
Augusta, GA Engineering Department
FEE
PROPOSAL
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
Broad Street Bridge
Off Ramp from Washington Road over Raes Creek
Project Number: 328 - 041110 - 211828012
Civil Services, Inc.
Consulting 1,n} inccrs
RFP Item No. 11 -134
Design & Field Engineering Services for Bridge Rehabilitation & Repairs
FINAL FEE PROPOSAL
Bridge 2 - Broad Street Bridge - Off Ramp to Washington Rd. over Raes Creek
May 11, 2012
$ 148,823.88
Augusta Bridge Rehabilitation & Repairs
CS
Civil Services, Inc.
Consulting Iingincers
Broad Street Off Ramp
ACTIVITY DESCRIPTION
Task 19 i Pr010600orltmuekatbes
Task 1.1 -Kickoff Meriting and f8nutas
Task 12 -Kickoff Meeting Final Minutes
Task 1.3 - Monthly Progress Meetings
Task 14 - Project Schedule - Initial Schedule Preparation
Task 1.5 Project Schedule Updates
Task Totals
Ta85 20- Bridge Ins p000000'and Reporting
Task 2.1 -Site Reconnaissance
Task 2.1 - Inspection Preparation
Task 2.3 - Bridge Inspections
Task 2.4 - un4ervnter Bridge Inspections
Task 2.5 - Calculate Load Ratings
Task 2.6 - Draft Inspection Reports
Task 2.7 - Recommrendatons
Task 2.8 - Cost Estimates
Task 29- L8e Cycle Coin Msrysis
Task 210 - Review Meeting el City
Task 2.11 - Final Report & Recommendations
Task 2.12 • ONOC
Task Totals
Task 30- PreSminaryRoWk P1ans
Task 3.1 -Plan and Elevation
Task 3.2 - General Notes
Task 33 - Construction Staging
Task 3.4 - End Be. Repair Plans 8 Details
Task 3.5 - Pier Repak Plans 8 Debts
Task 36 - Supers0udure Repair Plans 8 Details
Task 3.7 - Lghting Plans
Task 3.8- Archilec ,rel Plans
Task 39 -Fish Survey
Task 3.10 - UIi91y Aoxu mm6dations
Task 3.11 - Specikahens
Task 3.12 Quantities and Cost Estimate
Task 3.13 -ONOC
Task Totals
Task 4- Final .Re ....
Task 4.1 -Plan and Elevation
Task 4.2 - General Nobs
Task 43- Construction Staging
Task 40 - End Bent Repair Plans 8 Details
Task 4.5 • Pier Repair Plans & Detags
Task 4.6- Superstructure Repak Plans 6 Detais
Task 4.7 - Lighting Plans
Task 4 8 - Architectural Plans
Task 49 - IJ6B6 Accommodations
Task 4.10 • Specifications
Task 4.11- 0uantlties and Cost Estimate
Task 4.12 -05600
Task Totals
Task 5 - Roadway & Wally Plans
Task 5.1 - Key Sheet
Task 52 - General Notes/Pay Kern Notes
Task 5.3 - Plan/Profile Sheet
Task 5.4 Traffic Control Plan Sheets
Task 55 - Traffic Control Del. Shee6
Task Totals
Task 6- 0dti6es
Task 6.1 - Kickoff Meeting
Task 62- Mentty Existing U40(s)
Task 6.3 • Make UMly Contacts
Task 6.4 • Preliminary USN Meeting
Task 6.5 - Indbidua6Fi4d Meetings
55,666 -*tidy Design Meeting
Task 6.7 - Utikty Coordination/Follower
Task 6.8 - *64y Construdab34y Review
Task 6.9 - C*N6caMNCIOSe -d4
Task Totals
Task 7.- Engineering Services During Construction
Task 7.1 - Conduct Project Team Meetings
Task 7.2 - Construction Observation
Task Totals
A
O
1
1
1
1
1
Sheets
2
Sheets
2
2
502.515
5173.25 515435 511025 586.10 511035 586.10 569.30 555.65
54725
Number of Man -haws
09
0.0
0.0
0.0
0.0
0.0
0.0
0.0
4
29.0
4
20
8.0
18.0
2
2
2
4
18.0
2
2
2
4
2
26.0
6.0
0.0
48
08.0
144.0
0.0
4
289
16
2
4
4
42.0
4
2
2
52.0
2
12
32.0
4
50.0
108
108.0
is
0.0
16
24.0
24
•
12
84.0
2
16
56.0
2
12
24
52.0
0.0
1940
0.0
2
16
4
16.0
48.0
0.0
0.0
0.0
0.0
0.0
0.0
2
2
16
16.0
520
0.0
0.0
0.0
0.0
0.0
00
0.0
0.0
0.0
0.0
0.0
00
0.0
8.0
32.0
32
4
16
16
28
98.0
16
20
20
32
10
102.0
4
10
16
4
38.0
0.0
0.0
2
12.0
0.0
0.0
0.0
0.0
0.0
0.0
12.0 _
LABOR
14
4
4
16
24
56
20
12
42
74
10
30
30
42
2
18
30
10
38
38
50
16
26
16
17
31
17
2
4
4
4
48
108
10350
571190
071190
52.160.90
546305
5995.40
56,043.15
5392,70
5392.70
51,570.80
5000
52 25960
54.47720
5218820
01.12980
568200
51,05640
53,655.50
51.234.80
518,081.70
55,919.90
978]50
60.00
52,328.90
52,326.90
52,95 .70
50.00
5000
5000
5308 70
570970
51,76290
51,058.40
518,261.60
52.328.90
5924.00
5000
52,99250
52.99250
53,66030
5000
5000
51 430.10
61,058.40
52,568.30
52,11680
520,071.80
$769.65
51.55505
52.626.05
54.43415
51,50675
510,691.65
5220.50
588200
544100
966150
588200
566150
5882.00
5441.00
5441.00
56,612.50
57,40680
511,907
519.315.80
598.070:20
TRAVEL COSTS
51.524.84
5754.14
5143.56
514356
5143.56
51,52484
8429490
Bridge
Architecture
(Dickinson
AmMztsl
515,060.00
511,660.00
26,720.00
Bridge Ligh660
Wants
Consult*.
ErgineereJ
52,993.30
53,981.42
56,974,72
Survey
(lode
Survey
0702009 )
50,01646
56,014.46
Snooper
Rental
51,800.00
51,800.00
Underwater
Inspection
(Coffins
Ergvresrg
55,500.00
55,600.00_
5711.90
5711.90
53,685.74
5463.05
5995.40
$8,567.99
5392.70
5362.70
54.124.94
55,500.00
52,259.60
54,477.20
02.188.20
51,129.80
5882.00
01,068.40
53,895.50
51,234.80
527,536.84
66,919.90
8787.50
50 .00
52,32890
52,328.90
52,996.70
52,993.30
515,060.00
55,01646
530070
5749.70
51,792.90
51,056.40
541,331.36
52,328.90
5924.00
00.00
52,082.00
52,992.50
83,660.30
83,98142
511,66000
01,430.10
61,058.40
02.566.30
52,116.80
535,713.22
576995
51,555.05
52,626.05
54,434.15
01,506.75
510,891.65
5220.50
5882.00
5441.00
5800.06
51,020.56
5805.06
5882.00
5441.00
5441.00
55,943.18
57,408.80
813,431.84
520.840.64
.. 5140,82398
Surveying (Toole Surveyors)
Task 3.9 - Field Survey
TOOLE SURVEY COMPANY
Task Totals
e
K
$ 29.90
$ 54.36
$ 45.36
oordination meetings
Sub Task Totals
Task 4.8 - Final Architectural Plans
Reimbursables
Task Totals
Sub -Task Totals
ATLANTA CONSULTING ENGINEERS
Task 8,0'— Bridge Lighting Plans (Atlanta Consulting Engineers) Bridges
PRELIMINARY PLANS
Photometric Design
Power Company Coordination /Site Visit
Direct Costs
FINAL PLANS
Project Management & Coordination
Prepare final plans
Prepare estimates of lighting quantities
QA/QC
Pr are Construction cost estimate
Architecture (Dickinson Architects)
Reimbursables
Sub Task Totals
Electrical Design, circuiting and voltage drop calculation
DICKINSON ARCHITECTS
Task 3.8 — Preliminary Architectural Plans
Sub -Task Totals
Task Totals
Bridges'
1
e
W � d
W
U n W
$ 159.76 $ 117.85 $ 103.24 $ 81.31 $ 54.08
$ 170.00
$ 140.00
$ 120.00
$ 100.00
$ 60.00
$ 50.00
m
E
$ 45.00
12
12
20
20
42
42
40
40
Augusta, GA Engineering Department
ADDENDUM(S)
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
Broad Street Bridge -
Off Ramp from Washington Road over Raes Creek
Project Number: 328 - 041110- 211828012
G
TO:
FROM:
DATE:
SUBJ:
RFP ITEM:
1.
Question #1:
Response:
Question #2:
Response:
Question #3:
Response:
Question #4:
Response:
Question #5:
Response:
Question #6:
Response:
Question #7:
Response:
Question #8:
Response:
Question #9:
Response:
Question #10:
Response:
All Bidders
Phyllis Mills, Quality Assurance Analyst
Abie Ladson, Engineering Department
Geri Sams tj/,l,
Procurement Director
June 23, 2011
Responses to Vendors Questions
RFP Item 11 -134 Design & Field Engineering Services for Bridge Rehabilitation & Repairs
for Engineering Department
RFP OPENING: Tuesday, July 12, 2011 at 3:00 p.m.
ADDENDUM NO. 1
Bidders on this project are hereby notified that this Addendum shall be attached to and made part of the
above -named RFP Package.
The Evaluation Criteria has been revised. Please replace the current Evaluation Criteria with the
attached.
2. Responses to Vendors Questions:
Regarding RFP No. 11 -134, Design & Field Engineering Services for Bridge Rehabilitation &
Repairs, on page 25 of the RFP it is stated that 'firms shall include not more than thirty (30) pages of
text in which the firm shall describe the proposed work program as interpreted from the Scope of
Services ". Does this statement refer to No. 5 Work Plan on the general format list?
Yes.
If so, would the schedules be included in this page count?
Yes.
It appears that Broad Street is a State Route, SR 28. Will the GDOT Plan Development Process be
required?
Assume yes.
Will the construction be a local letting or GDOT letting ?
Assume local letting.
What is the City's intent with regard to potentially relocating the utilities to restore the historical
character of the bridges?
The selected firm will evaluate and advise the City.
Please clarify the extent to which pedestrians and those with disabilities will have access along each
of the bridges. This will help determine to what extent sidewalks and other approach areas will need
to be replaced and /or redeveloped.
The selected firm will evaluate and advise the City.
Please clarify if there are any other hardscape elements, parks, greenspace buffers, etc. desired or
mandated by the City Of Augusta, GDOT, or FHWA and if waterfront access is a requirement/desire.
The selected firm will evaluate and advise the City.
What type of lighting and other safety items will be required as part of this project or shall they be
addressed in an alternate project scope?
The selected firm will evaluate and advise the City.
Could you please verify the construction budget associated with the project?
Not available.
How is the price factored into the evaluation score?
Includes hourly cost per individual to be included in the proposal.
Room 605 - 530 Green Street, Augusta Georgia 30911
(706) 821 -2422 - Fax (706) 821 -2811
www. augustaga. gov
Register at www.demandstar.com /supplier for automatic bid notification
Addendum 1 RFP Item #11 -134
Page 1 of 2
1
Qualifications of company (company profile)
15 Points
2
Qualifications and experience of key professionals that will be assigned to the
projects
15 Points
3
Specific relevant experience of your company
15 Points
4
A detailed description of the proposed technical approach to be taken for the
performance of the required services for each bridge.
20 Points
5
Submit a conceptual project schedule for each bridge (NOTE: The critical path
method (CPM) should be used including milestones, tasks and sub - tasks)
20 Points
6
References (include specific individuals with addresses and telephone numbers)
5 Points
7
Proposed fee (Include hourly cost per individual to be included in the proposal)
Lowest 5 pts
Second Lowest 4 pts
Third Lowest 3 pts
Highest 2 pts
5 Points
8
Proximity to Augusta
Within Augusta Richmond County 5 pts
Within the CSRA 4 pts
Within Georgia 3 pts
Within SE United States (includes AL, TN, NC, FL) 2 pts
All others 1 pt
5 Points
Replace the current Evaluation Criteria with the below revised Evaluation Criteria. Please note the
changes are highlighted in red:
EVALUATION CRITERIA:
Please acknowledge addendum in your submittal
END ADDENDUM
Addendum 1 RFP Item #11 -134
Page 2 of 2
Augusta, GA Engineering Department
AGREEMENT
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
Broad Street Bridge
Off Ramp from Washington Road over Rues Creek
Project Number: 328 - 041110- 211828012
CONSULTANT SERVICES AGREEMENT
between
AUGUSTA, GA ENGINEERING DEPARTMENT
and
CIVIL SERVICES, INC., CONSULTING ENGINEERS
for
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE REHABILITATION AND REPAIRS
(Broad Street Bridge - Off Ramp from Washington Road over Raes Creek)
PROJECT NUMBER: 328 - 041110 - 211828012
This Agreement is made and entered into this day of , 2012 by and
between Augusta, Georgia, hereinafter called the "CITY" and Civil Services, Inc.,
Consulting Engineers, 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 render:
Professional Design and Field Engineering services for the
Broad Street Bridge - Off Ramp from Washington Road over Raes Creek
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 the CONSULTANT shall
provide the design services of the Project.
DESIGN CRITERIA
The following publications shall be used as the basis for the engineering design services
contained herein: Georgia Department of Transportation Standard Manuals and
Specifications for the Construction of Roads and Bridges, current editions, and supplements
thereto; American Association of State Highway and Transportation Officials (AASHTO)
Manuals for Arterial Streets, Rural, Urban, and Interstate Highways, Manual of Uniform
Traffic Control Design, Development Documents, The Augusta Utilities Design Standards
and Construction Specifications, current edition.
The CONSULTANT shall gather from the CITY all available data and information pertinent
to the performance of the services for the Project. The CITY shall have the final decision as
to what data and information is pertinent
The CONSULTANT shall ensure that the data and information meet applicable standards as
specified herein.
The CONSULTANT shall report in writing any discovery of errors or omissions contained in
the data and information furnished by the CITY.
The CONSULTANT shall visit and become familiar with the Project site and shall become
acquainted with local conditions involved in carrying out this Agreement. The
CONSULTANT may request that a representative of the CITY be present during the site
visit.
The CONSULTANT shall recommend and secure the CITY's written approval of, the manner
of project plans presentation and the methods to be used in the plan preparation so that
these plans can be best utilized, as determined by the CONSULTANT and approved by the
CITY, in the orderly preparation of the detailed construction contract plans, specifications,
and contracts. The AED Plans Preparation Guidelines, current edition, shall be utilized in
the production of plans for the project. Upon receipt of the CITY's written approval of the
manner of the project plan presentation and methods of plan preparation, the
CONSULTANT shall proceed with implementation of plan preparation.
2
AED CSA - Bridge Rehabilitation and Repairs
AMOUNT OF CONTRACT
It is agreed that the compensation hereinafter specified to perform the services (see Scope
of Services) required by this Agreement includes both direct and indirect costs chargeable
to the project.
August Enginee Department
Engineering Services: $148.823.88
3
AED CSA - Bridge Rehabilitation and Repairs
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in three (3)
counterparts, each of which shall be deemed an original, in the year and day first
mentioned above.
AUGUSTA, GEORGIA
COMMISSION - COUNCIL
(CITY)
By:
Mayor Deke S. Copenhaver
CIVIL SERVICES, INC.,
CONSULTING ENGINEERS
(CONSULTANT)
Title: �* a a.•J�
l
By: -
Address: 2 .." 0- \ `A' ."IoN•a ;' ��.•
Sac„�so.JV:��a. 8
4
SEAL
Attest / 2QD, i6Va -ul
Secretary
4 1I r li4144—t itnes
SEAL
AED CSA - Bridge Rehabilitation and Repairs
Augusta, GA Engineering De rtment
GENERAL
CONDITIONS
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
Broad Street Bridge
Off Ramp from Washington Road over Raes Creek
Project Number: 328 - 041110- 211828012
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
(Broad Street Bridge - Off Ramp from Washington Road over Raes Creek)
PROJECT NUMBER: 328 - 041110 - 211828012
GENERAL CONDITIONS
SPECIFIED EXCUSES FOR DELAY OR NON- PERFORMANCE
CONSULTANT is not responsible for delay in performance caused by hurricanes,
tornadoes, floods, and other severe and unexpected acts of nature. In any such event, the
Agreement price and schedule shall be equitably adjusted.
TERMINATION OF THE AGREEMENT FOR DEFAULT
Failure of the CONSULTANT, which has not been remedied or waived, to perform or
otherwise comply with a material condition of the Agreement shall constitute default. The
CITY may terminate this Agreement in part or in whole upon written notice to the
CONSULTANT pursuant to this term.
TERMINATION OF THE AGREEMENT IN WHOLE OR IN PART FOR THE CONVENIENCE
OF CITY
The CITY may terminate this Agreement in part or in whole upon written notice to the
CONSULTANT. The CONSULTANT shall be paid for any validated services under this
Agreement up to the time of termination
AN ACKNOWLEDGEMENT BY ALL PARTIES CONTRACTING WITH CITY AS FOLLOWS:
1. CONSULTANT acknowledges that this Agreement and any changes to it by
amendment, modification, change order or other similar document may have
required or may require the legislative authorization of the Board of Commissioners
and approval of the Mayor. Under Georgia law, CONSULTANT is deemed to possess
knowledge concerning CITY'S ability to assume contractual obligations and the
consequences of CONSULTANT'S provision of goods or services to CITY under an
unauthorized Agreement, amendment, modification, change order or other similar
document, including the possibility that the CONSULTANT may be precluded from
recovering payment for such unauthorized goods or services. Accordingly,
CONSULTANT agrees that if it provides goods or services to CITY under a
Agreement that has not received proper legislative authorization or if the
CONSULTANT provides goods or services to CITY in excess of the any contractually
authorized goods or services, as required by CITY'S Charter and Code, CITY may
GC1
AED CSA - Bridge Rehabilitation and Repairs
withhold payment for any unauthorized goods or services provided by
CONSULTANT. CONSULTANT assumes all risk of non - payment for the provision of
any unauthorized goods or services to CITY, and it waives all claims to payment or
to other remedies for the provision of any unauthorized goods or services to CITY,
however characterized, including, without limitation, all remedies at law or equity."
This acknowledgement shall be a mandatory provision in all CITY Agreements for
goods and services, except revenue producing Agreements.
2. All CONSULTANTS and SUB - CONSULTANTS entering into Agreements with CITY for
the physical performance of services shall be required to execute an Affidavit
verifying its compliance with O.C.G.A. § 13- 10 -91, stating affirmatively that the
individual, firm, or corporation which is contracting with the CITY has registered
with and is participating in a federal work authorization program. All
CONSULTANTS and SUB - CONSULTANTS must provide their E- Verify number and
must be in compliance with the electronic verification of work authorized programs
operated by the United States Department of Homeland Security or any equivalent
federal work authorization program operated by the United States Department of
Homeland Security to verify information of newly hired employees, pursuant to the
Immigration Reform and Control Act of 1986 (IRCA), P.L. 99 -603, in accordance with
the applicability provisions and deadlines established in O.C.G.A. § 13 -10 -91 and
shall continue to use the federal authorization program throughout the Agreement
term. All CONSULTANTS shall further agree that, should it employ or contract with
any SUBCONSULTANT(S) in connection with the physical performance of services
pursuant to its Agreement with CITY the CONSULTANT will secure from such SUB -
CONSULTANT(S) each SUB - CONSULTANT'S E- Verify number as evidence of
verification of compliance with O.C.G.A. § 13 -10 -91 on the SUB - CONSULTANT
affidavit provided in Rule 300- 10- 01 -.08 or a substantially similar form. All
CONSULTANTS shall further agree to maintain records of such compliance and
provide a copy of each such verification to CITY at the time the SUB -
CONSULTANT(S) is retained to perform such physical services.
LOCAL SMALL BUSINESS LANGUAGE:
In accordance with Chapter 10B of the CITY CODE, CONSULTANT expressly agrees to collect
and maintain all records necessary to for CITY to evaluate the effectiveness of its Local
Small Business Opportunity Program and to make such records available to CITY. The
requirements of the Local Small Business Opportunity Program can be found at
www.augustaga.gov. In accordance with CITY CODE § 1- 10- 129(d)(7), for all Agreements
where a local small business goal has been established, the CONSULTANT is required to
provide local small business utilization reports. CONSULTANT shall report to CITY the
total dollars paid to each local small business on each Agreement, and shall provide such
payment affidavits, regarding payment to SUB - CONSULTANTS as may be requested by
CITY. Such documents shall be in the format specified by the Director of minority and small
business opportunities, and shall be submitted at such times as required by CITY. Failure
to provide such reports within the time period specified by CITY shall entitle CITY to
GC2
AED CSA - Bridge Rehabilitation and Repairs
exercise any of the remedies set forth, including but not limited to, withholding payment
from the CONSULTANT and /or collecting liquidated damages.
ACCURACY OF WORK
The CONSULTANT shall be responsible for the accuracy of the work and shall promptly
correct its errors and omissions without additional compensation.
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.
At any time during the construction of the improvement provided for by the plans or
during any phase of work performed by others based on data secured by the CONSULTANT
under the Agreement, the CONSULTANT shall confer with the CITY for the purpose of
interpreting the information obtained and to correct any errors or omissions made by it.
The CONSULTANT shall prepare any plans or data required by the CITY to correct its errors
or omissions. The above consultation, clarification, or correction shall be made without
added compensation to the CONSULTANT. The CONSULTANT shall give immediate
attention to these changes so there will be a minimum of delay to others.
CONTRACTUAL OBLIGATIONS
The consultant acknowledges that this Agreement and any changes to it by amendment,
modification, change order or other similar document may have required or may require
the legislative authorization of the Board of Commissioners and approval of the Mayor.
Under Georgia law, the consultant is deemed to possess knowledge concerning CITY'S
ability to assume contractual obligations and the consequences of the consultant provision
of goods or services to CITY under an unauthorized Agreement, amendment, modification,
change order or other similar document, including the possibility that the consultant may
be precluded from recovering payment for such unauthorized goods or services.
Accordingly, the consultant agrees that if it provides goods or services to CITY under a
Agreement that has not received proper legislative authorization or if the CONSULTANT
provides goods or services to CITY in excess of the any contractually authorized goods or
services, as required by City's Charter and Code, CITY may withhold payment for any
unauthorized goods or services provided by the consultant. The consultant assumes all risk
of non - payment for the provision of any unauthorized goods or services to CITY, and it
waives all claims to payment or to other remedies for the provision of any unauthorized
goods or services to CITY, however characterized, including, without limitation, all
remedies at law or equity." This acknowledgement shall be a mandatory provision in all
CITY Agreements for goods and services, except revenue producing Agreements.
GC3
AED CSA - Bridge Rehabilitation and Repairs
HOLD HARMLESS
Except as otherwise provided in this agreement, the consultant shall indemnify and hold
harmless CITY, and its employees and agents from and against all liabilities, claims, suits,
demands, damages, losses, and expenses, including attorneys' fees, arising out of or
resulting from the performance of its Work.
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.
AUDITS AND INSPECTORS
At any time during normal business hours and as often as the CITY may deem necessary,
the CONSULTANT shall make available to the CITY and /or audit representatives of the CITY
for examination all of its records with respect to all matters covered by this Agreement. It
shall also permit the CITY and /or representative of the audit, examine and make copies,
excerpts or transcripts from such records of personnel, conditions 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 time during the period of
the Agreement, and for three years from the date of final payment under the Agreement,
for inspection by the CITY or any reviewing agencies, and copies thereof shall be furnished
upon request at cost plus 10 %. The CONSULTANT agrees that the provisions of this Article
shall be included in any Agreements it may make with any SUB - CONSULTANT, assignee, or
transferee.
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
said invoices for approval. 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 stage of completion
of each phase. The CITY shall pay each such invoice or portion thereof as approved,
provided that the approval or payment of any such invoice shall not be considered to be
evidence of performance by the CONSULTANT to the point indicated by such invoice, or of
GC4
AED CSA - Bridge Rehabilitation and Repairs
receipt of acceptance by the CITY of the services 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.
Compensation for design services for the Augusta Engineering Department shall be a lump
sum for each phase or item of work authorized by the CITY. The CONSULTANT shall
invoice based on the percentage of the work completed during the billing period. Upon
completion by the CONSULTANT of each phase of the work and approval thereof by the
CITY, the CITY will pay the CONSULTANT a sum equal to one hundred percent (100 %) of
the compensation set forth herein, less the total of all previous partial payments, paid or in
the process of payment except as otherwise stated below for Water and Sewer design
services.
Compensation for design services for the Augusta Utilities shall be invoiced based on the
sum of all actual costs incurred in the performance of the work, including all direct, payroll,
overhead, and profit costs in an amount not -to- exceed the compensation set forth herein
for the Water and Sewer Plans Phase.
GEORGIA PROMPT PAY ACT
Not applicable. The terms of this agreement supersede any and all provisions of the
Georgia Prompt Pay Act.
CONFIDENTIALITY
The CONSULTANT agrees that its conclusions and any reports are for the confidential
information of the CITY and that it will not disclose its conclusions in whole or in part to
any person 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, reports, maps, data and studies prepared by the
CONSULTANT pursuant thereto shall become the property of the CITY and be delivered to
the Director of Engineering.
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 written approval in writing by the CITY.
It is further agreed that if any information concerning the project, its conduct, results, or
data gathered or processed should be released by the CONSULTANT without prior
approval from the CITY, the release of same shall constitute grounds for termination of this
GC5
AED CSA - Bridge Rehabilitation and Repairs
agreement without indemnity to the CONSULTANT, but should any such information be
released by the CITY or by the CONSULTANT with such prior written approval, the same
shall be regarded as public information and no longer subject to the restrictions of this
agreement.
DESIGN AND REVIEW MANAGER
The Design and Review Manager (Assistant Director of Engineering) or his duly appointed
representative(s) shall act as the Liaison Engineer between the CONSULTANT and the CITY
and all utilities, and authorities or governments whose properties will be affected. The
CONSULTANT shall arrange for conferences, for exchanges of data and information, and for
necessary approvals.
All correspondence, data, information, and reports shall be directed to the Design and
Review Manager to provide for proper distribution to the parties concerned.
All conferences, including telephone conversations and decisions, shall be reduced to
writing by the CONSULTANT and at least two (2) copies shall be forwarded to the Design
and Review Manager within seven (7) calendar days of the event.
The CONSULTANT shall meet with the CITY for review of the work or submit in writing a
project status update on a monthly basis or as determined by the CITY.
The Design and Review Manager will expedite any necessary decisions affecting the
performance of the CONSULTANT's Agreement, but the CONSULTANT shall not make use of
the Design and Review Manager's services on trivial or minor matters normally to be
decided by the CONSULTANT.
If the project includes work for Augusta Utilities, an AU Liaison Engineer will act in the
same capacity as the AED Design and Review Manager does for the roadway design work.
Both the AU Liaison Engineer and the AED Design and Review Manager shall be copied on
all correspondence including documented phone conversations and minutes of meetings.
The CONSULTANT shall coordinate directly with the AU Liaison Engineer on matters
directly related to water and sewer work.
CONSULTANT COORDINATION
The CONSULTANT shall cooperate fully with the Georgia Department of Transportation,
Federal Highway Administration, CONSULTANTs on adjacent projects, and CONSULTANTs
for final bridge plans, municipalities and local government officials, utility companies,
railroads, and others, as may be directed by the CITY. Such cooperation shall include
attendance at meetings, discussions, and hearings, as may be requested by the CITY,
furnishing plans and other data produced in the course of work on the Project, as may be
requested from time to time by the CITY to effect such cooperation and compliance with all
directives issued by the CITY in accordance with this agreement.
GC6
AED CSA - Bridge Rehabilitation and Repairs
It is understood and agreed that the Georgia Department of Transportation and Federal
Highway Administration may have access to the work and be furnished information as
directed by the CITY.
CONTRACT DISPUTES
This Agreement shall be deemed to have been executed in CITY, and all questions of
interpretation and construction shall be governed by the Laws of the State of Georgia.
All claims, disputes and other matters in question between the Owner and the
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 venue in Augusta and waives any right to
contest the venue in the Superior Court of Richmond County, Georgia.
CONTRACT TERMINATION
Pursuant to O.C.G.A. 36- 60 -13, this Agreement shall terminate absolutely and without
further obligation on the part of the CITY at the close of the calendar year in which this
Agreement is executed and at the close of each succeeding calendar year for which the
agreement may be renewed by the parties hereto.
This Agreement shall nevertheless automatically be renewed unless the CITY provides
written notice to the CONSULTANT of its intention to terminate the Agreement at least
thirty days prior to the close of the calendar year for which the Agreement is presently
effective between the parties and /or has been renewed by the CITY. This Agreement shall
obligate the CITY solely for those sums payable during the initial term of execution or in the
event of renewal by the CITY for those sums payable in such individual renewal terms.
Notwithstanding the foregoing language, the CONSULTANT agrees to continuously render
the professional services specified by the Agreement to the CITY for such terms or renewal
terms as are effective pursuant to this Agreement and for which the CITY agrees to pay in
accordance with the terms of the Agreement or any future amendments thereto.
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.
SUSPENSION OF THE WORK. TERMINATION AND DELAY
To the extent that it does not alter the scope of this Agreement, the CITY reserves the right
of unilaterally ordering, without any cause, a temporary stopping of the work, or delay of
the work to be performed by the Consultant under this Agreement. CITY will not be held
liable for compensation to the Consultant for an extension of contract time or increase in
contract price, or both, directly attributable to this action of CITY.
GC7
AED CSA - Bridge Rehabilitation and Repairs
COORDINATION WITH THE NATIONAL GEODETIC SURVEY
If a National Geodetic Survey control point is found during the surveying phase, it is to be
identified and brought to the attention of the Construction Manager. If it is to be affected
based on the proposed design, at the direction of the Construction Manager, the
CONSULTANT shall contact the National Geodetic Survey (NGS) advisor at the Georgia
Department of Community Affairs (DCA) and request data on geodetic control points
during the preliminary evaluation phase of project design. (Address: NGS c/o DCA, 1200
Equitable Building, Atlanta, Georgia 30303. Telephone: 404 - 656 -5527, FAX: 404 -656-
9792. CONSULTANT shall provide the NGS Advisor with a clear copy of the pertinent USGS
7.5' Quad sheet(s) showing the project location. Preliminary information, even in rough
outline, is sufficient to allow the advisor to determine impact of the proposed project on
NGS and USGS control points. Continued coordination with the advisor to relocate and /or
preserve affected control points will be maintained throughout the project life. This
coordination shall be implemented as soon as possible after receipt of Notice to Proceed by
the CITY.
COORDINATION WITH UTILITIES
Where privately, publicly or cooperatively owned utility companies will require
rearrangements in connection with the proposed construction, the CONSULTANT shall
furnish prints or reproducible for the utility owners as directed by the CITY and check the
utilities' submitted plans for avoidance of conflicts with the road construction details or
with the facilities of other utilities. This may require numerous submittals to the utility
companies. The CONSULTANT shall also submit a final set of construction plans to all
utilities. The CONSULTANT shall make no commitments with the utilities which are
binding upon the CITY.
If the project includes work for the Augusta Utilities (AU), the CONSULTANT shall research
all Augusta Utilities records and act on behalf of the AU to identify the existing facilities on
the submitted roadway plans for avoidance, or resolution, of conflicts with the road
construction details or with the existing or proposed facilities of other utilities.
CONTINGENT FEES
The consultant is prohibited from directly or indirectly advocating in exchange for
compensation that is contingent in any way upon the approval of this contract or the
passage, modification, or defeat of any legislative action on the part of the CITY
Commission the consultant shall not hire anyone to actively advocate in exchange for
compensation that is contingent in any way upon the passage, modification, or defeat of
any contract or any legislation that is to go before the CITY Commission.
DELIVERY OF NOTICES
All written notices, demands, and other papers or documents to be delivered to the CITY
under this Agreement shall be delivered to the CITY's office, @ 505 Telfair Street, CITY
GC8
AED CSA - Bridge Rehabilitation and Repairs
30901, or at such other place or places as may be subsequently designated by written
notice to the CONSULTANT. All written notices, demands, and other papers or documents
to be delivered to the CONSULTANT under this Agreement shall be directed to or at such a
place or places subsequently to be designated in writing by the CONSULTANT to the CITY.
LOCAL SMALL BUSINESS
In accordance with Chapter 10B of the CITY. CODE, the consultant expressly agrees to
collect and maintain all records necessary to for CITY to evaluate the effectiveness of its
Local Small Business Opportunity Program and to make such records available to CITY. The
requirements of the Local Small Business Opportunity Program can be found at
www.augustaga.gov. In accordance with AUGUSTA GA CODE § 1- IO- 129(d) (7), for all
contracts where a local small business goal has been established, the consultant is required
to provide local small business utilization reports. CONSULTANT shall report to CITY the
total dollars paid to each local small business on each contract, and shall provide such
payment affidavits, regarding payment to SUB - CONSULTANTS as may be requested by
CITY. Such documents shall be in the format specified by the Director of Minority and Small
Business Opportunities, and shall be submitted at such times as required by CITY. Failure
to provide such reports within the time period specified by CITY shall entitle CITY to
exercise any of the remedies set forth, including but not limited to, withholding payment
from the consultant.
DRUG FREE WORK PLACE
CONSULTANT shall be responsible for insuring that its employees shall not be involved in
any manner with the unlawful manufacture, distribution, dispensation, possession, sale or
use of a controlled substance in the workplace. For purposes of the policy, "workplace" is
defined as CITY owned or leased property, vehicles, and project or client site. Any violation
of the prohibitions may result indiscipline and /or immediate discharge.
CONSULTANT shall notify the appropriate federal agencies of an employee who has a
criminal drug statue conviction for workplace violations.
CONSULTANT may require drug or alcohol testing of employees when contractually or
legally obligated, or when good business practices would dictate.
EMPLOYMENT OF COUNTY'S PERSONNEL
The CITY has incurred considerable expense for advertising, recruiting, evaluating, training
and retaining its employees. As such, CONSULTANT hereby agrees that it will not directly
or indirectly, solicit or hire any employee of the CITY, or induce any employee to terminate
his employment with the CITY during the terms of this Agreement, nor for a period of one
year following the end of said term. CONSULTANT may not hire, employ, or allow a CITY
employee to provide services without the prior consent of the CITY, except as provided
herein
GC9
AED CSA - Bridge Rehabilitation and Repairs
INSURANCE
Prior to beginning work, the CONSULTANT shall obtain and furnish certificates to the CITY
for the following minimum amounts of insurance:
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 than One Hundred Thousand
($100,000.00) Dollars for injuries, including those resulting in death to any one
person, and in an amount of not less than Three Hundred Thousand ($300,000.00)
Dollars on account of any one occurrence.
C. Property Damage Insurance in an amount of not less than Fifty Thousand
($50,000.00) Dollars from damages on account of any occurrence, with an aggregate
limit of One Hundred Thousand ($100,000.00) 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 that correlates to the amount of this
Agreement and nature of the project.
PERSONNEL
The CONSULTANT represents that it has secured or will secure, at its own expense, all
personnel necessary to complete this Agreement, none of whom shall be employees of, or
have any contractual relationship with, the CITY. Primary liaison with the CITY will be
through its designee. If the project includes AU work, the CONSULTANT shall identify, in
writing, a water /sewer project manager responsible for direction and coordination of this
portion of the project. All of the services required hereunder will be performed by the
CONSULTANT under his supervision, and all personnel engaged in the work shall be fully
qualified and shall be authorized or permitted under law to perform such services.
All professional personnel, including SUB - CONSULTANTS, engaged in performing services
for the CONSULTANT under this Agreement shall be indicated in a personnel listing
attached hereto as Exhibit "A" and incorporated herein by reference. No changes or
substitutions shall be permitted in the CONSULTANT's key personnel as set forth herein
without the prior written approval of the Director or his designee.
The CONSULTANT shall employ in responsible charge of supervision and design of the
work only persons duly registered in the appropriate category; and further shall employ
only qualified surveyors in responsible charge of any survey work.
The CONSULTANT shall endorse all reports, contract plans, and survey data. Such
endorsements shall be made by a person duly registered in the appropriate category by the
Georgia State Board of Registration for Professional Engineers and Land Surveyors, being
in the full employ of the CONSULTANT and responsible for the work prescribed by this
Agreement.
GC10
AED CSA - Bridge Rehabilitation and Repairs
RESPONSIBILITY FOR CLAIMS AND LIABILITY
The CONSULTANT shall be responsible for any and all damages to properties or persons
caused by its employees, SUB - CONSULTANTS, 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 SUB -
CONSULTANTS, or its agents 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.
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 computations prepared by
or for the CONSULTANT, shall be available to authorized representatives of the CITY for
inspection and review at all reasonable times in the main offices of the CITY. Acceptance
shall not relieve the CONSULTANT of its professional obligation to correct, at its expense,
any of its errors in work. The Engineering Department may request at any time and the
CONSULTANT shall produce progress prints or copies of any work as 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 this regard. The CITY's review recommendations shall be incorporated
into the plans by the CONSULTANT.
RIGHT TO ENTER
The CONSULTANT shall notify all property owners or occupants of the intent to enter
properties for the purpose of accomplishing surveys or other field investigations in
accordance with the practices of the CITY. The CONSULTANT shall discuss with and
receive approval from the Augusta Engineering Department prior to sending said 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 of the CITY
for the purpose described in the Agreement. If the property owner or occupant denies the
CONSULTANT permission to enter, such incident will be reported to the CITY and the CITY
will initiate such action as is dictated by current policy and procedure.
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 SUBCONSULTANT. The CITY will not approve any SUBCONSULTANT for
work covered by this Agreement that has not been recommended for approval the
Construction Manager.
GC11
AED CSA - Bridge Rehabilitation and Repairs
All subcontracts in the amount $5,000 or more shall include, where possible, the provisions
set forth in this Agreement.
SUPERVISION AND CONTROL
The CONSULTANT shall perform the services required to accomplish the work plan as
stated above under such control and supervision by the CITY, as the CITY may deem
appropriate.
GC12
AED CSA - Bridge Rehabilitation and Repairs
Augusta, GA Engineeri Department
ATTACHMENT B
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
Broad Street bridge
Off Ramp from Washington Road over Ram Creek
Project Number: 328- 041110 - 211828012
DR
V •
ystematic Alien Verification for gntitlements (SAVE) Program
avit Verifying Status for Augusta, Georgia Benefit Application By executing t
it under oath, as an applicant for an Augusta, Georgia Business License or Occupation 1
:ate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G
n 50 -36-1, I am stating the following with respect to my 12id for an Augusta, Georgia contra
-134 Des; ,n 4- F;etl EA. 64e6 4.e Sr: ye. ge.t.a.lo 4 RtpOrS
[Bid/RFP1RFQ Projkt Number and Protect Munn,
1,LPl E. /t1orse. PI~ -- Pre cotes&
"Type: Name of natural person applying on behalf of individual, business, corporation, partnership, or other private
entity]
�v�1 er•tc.e.S MAC-'
[Print/Type: Name of business, corporation, partnership, or other private entity]
I am a citizen of the United States.
OR
I am a legal permanent resident 18 years of age or older.
I am an otherwise qualified alien (8 § USC 1641) or nonimmigrant under th4
Immigration and Nationality Act (8 USC 1101 et seq.) 18 years of age or older and lawful]
in the United States.
ing the above representation under oath, l understand that any person whc
ily and willfully makes a false, fictitious, or fraudulent statement or representation in
wit shall be guilty of a violation of Code Section 16-10 -20 of the Official Code of
Signature Applicant
C.Isrts4epLer E. Morse—
Printed Name
* Alien Registration Number for Non- Citizens
3E AND SW BEFORE ME ON THIS THE cze DAY OF
/ / J
L �. J
lic "v/
.�'u�latrl L. il6Sr'ZT
;sion Expires: 7 428 f a() / ii
20 1
SUSAN L HIGBEE
NOTARY PUBUC
STATE OF FLORIDA
12'!78
14
3 successful vendor will submit the above forms to the Procurement Department no later
n five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
date forms are to be received).
ATE OF GEORGIA - COUNTY OF RICHMOND BIDIRFPIRFS 11 - 134 .
executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13-
, 91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical
formance of services under a contract with Civil Services, Inc. on behalf of
austa Richmond County Board of Commissioners has registered with and is participating in a
eral work authorization program* [any of the electronic verification of work authorization
grams operated by the United States Department of Homeland Security or any equivalent
eral work authorization program operated by the United States Department of Homeland
:urity to verify information of newly hired employees, pursuant to the immigration Reform and
Aroi Act of 1986 ([RCA), P.L. 99 -603], in accordance with the applicability provisions and
idtines established in O. C. G. A 13- 10-91.
)ICO340
eriy * User Identification Number
cinson Architects, P.C.
I h Officer Agent
t
(Contractor Signature)
0
of Authorized Officer or Agent of Contractor
miss Dickinson, Sr.
ed Name of Authorized Officer or Agent
SCRIBED AND SWORN BEFORE ME ON THIS THE
DAY OF February , 20
4Publ
.1444 a , L . Q / I
ommission Expires: January 13, 2014
2/2011
GI "O )t G IA
SUBCONTRACTOR AFFIDAVIT
Georgie Law requires your company to have an
E- Vertfy'Usar Identification Number on or after July
1, 2009.
For additional information: State of Georgia
htti:// www .dol.state.aa.us/Ddfiruies/300 10 1.odf
Mtas: / /e- verifv.uscis.aov /enroW
NOTARY SEAL
t; .
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR
Nicholas Dickinson, Sr. certify that this bid or proposal is made without olio
srstanding, agreement or connection with any corporation, firm or person submitting a bid for the same
c, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects
and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can
It In fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or
osal and certify that I am authorized to sign this bid or proposal for the bidder.
nt further states that pursuant to 0.C,G.A. Section 36-91-21 (d) and (e),
cinson Architects. P.C. has not, by itself or with others, directly or indirectly,
anted or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant
v states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the
ct by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the
it further states that the said offer of Dickinson Architects P Is bona fide, and that no one has
to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or
ish any b' er, that the material shall be at a higher price.
lure of Authorized Company Representative
to and subscribed before me this 29th d o f February
Public: Jennifer Wallace
Columbia
ision Expires: January 13, 2014 NOTARY SEAL
(Print Name)
2012.
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
rATE OF GEORGIA - COUNTY OF RICHMOND
r executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13-
1 -91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical
rformance of services under a contract with Civil Services, Inc. on behalf of
'gusts Richmond County Board of Commissioners has registered with and is participating in a
feral work authorization program* [any of the electronic verification of work authorization
grams operated by the United States Department of Homeland Security or any equivalent
feral work authorization program operated by the United States Department of Homeland
curity to verify information of newly hired employees, pursuant to the Immigration Reform and
ntrol Act of 1986 ([RCA), P.L. 99 -6031, in accordance with the applicability provisions and
adtines established in O. C. G. A 13 10
202824733
'erify * User Identification Number
'oole Surveying Co., Inc
npany
Authorized Officer or Agent
(Contractor Signature)
-esident
of Authorized Officer or Agent of Contractor
trry Toole
ted Name of Authorized Officer or Agent
SCRIBED AND SWORN BEFORE ME ON THIS THE
2 9 4(
ublic
ommission Expires:
The successful vendor will submit the above forms to the Procurement Department no later
than live (5) days alter receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
:2/2011
O E O R 0 I A
SUBCONTRACTOR AFFIDAVIT
20/.2
1 i / i 7/e20/3 NOTARY SEAL
BID/RFP/RF41# 11 - 134 .
Georgia Law requires your company to have an
E- Verify'User Identification Number on or after July
1, 2009.
For additional information: State of Georgia
htto:// www.dd.state.aa.us/gdj[rjiIes1300 10 Lodi
httosJ /e- verifv.uscis.aov /enroW
i
nature of Authorized Company Representative
esident
r to aid su ��n7e�d befor: me t
ignature �i /j
•y Public: EttZ6 Are H • c
ty . Cc /u ..... J
nission Expires' 1I [ J 9/
ir. x cardanco with the laws of Georgia, the following affidavit is required by a1I vendors
NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR
Barry Toole certify that this bid or proposal is made without pric
ferstanding, agreement or connection with any corporation. firm or person submitting a bid for the sam
rk. labor or service to be done or the supplies, materials or equipment to be furnished ana is in all respect
and without collusion or fraud. I understand collusive bidding is a violation of state and federal taw and ca
iiit in fines. prison sentences and civil damages awards. 1 agree to abide by all conditions of this bid o
posal and certify that 1 am authorized to sign this bid or proposal for the bidder.
ant further states that pursuant to 0 C.G A. Section 36 -91 -21 (d) and (e).
ole Surveying Co . Inc . /Barry Toole has riot. by itself or with others, directly or indirectly
vented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affian
`ter states that (Ole has not prevented or endeavored to prevent anyone from making a bid or offer on the
ect by any means whatever. nor has Affiant caused or induced another to withdraw a bid or offer for the ic
k
ant further states that the said offer of .Surveying Serves is bona fide. and that no one has
e to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or
- nished to any other bidder t c material shalt be at a higher price.
9th day of February
,) C.40_410 r"(Print Name)
NOTARY SEAL
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
2 012
'ATE OF GEORGIA - COUNTY OF RICHMOND BID/RFP /RFC# 11 - 134
SUBCONTRACTOR AFFIDAVIT
executing this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13-
-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical
rformance of services under a contract with Civil Services, Inc. on behalf of
gusta Richmond County Board of Commissioners has registered with and is participating in a
leral work authorization program* any of the electronic verification of work authorization
grams operated by the United States Department of Homeland Security or any equivalent
eral work authorization program operated by the United States Department of Homeland
curity to verify information of newly hired employees, pursuant to the Immigration Reform and
ntrol Act of 1986 ([RCA), P.L. 99 -603), in accordance with the applicability provisions and
tdlines established in O. C. G. A 13- 10-91.
2 / BS
'erify • User I Utination Number
npany Name
,E'niGi/--/EERS• /A/C.
or Agent
Signature)
/D^/AG ,V1,4A446d,
of Authorized Officer or Agent of Contractor
JA•► -►,�s l� DYoJIAIOR •
ted Name of Authorized Officer or Agent
G 'O 1i G I A
ISCRIBEO AND SWORN BEFORE ME ON THIS THE
DAY O" 1 20��
pry Public
mis n Expir
Georgia Law requires your company to have an
E- Verify•Uaer Identification Number on or after July
1, 2008.
For additional information: State of Georgia
htto: / /www.dol.state.oa.us/ndf /rules /300 10 1. odf
httos: / /e- verifv.uscis.aov /enroll/
Sedum A. Slademell
NOTARY PUBUC
Stye of South Carolina
MY MM. EXP. 5 -23-18
NOTARY CO S EAL
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
2212021
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR
JAMES 0 6 certify that this bid or proposal is made without pri
!erstanding, agreement or connection with any corporation, firm or person submitting a bid for the san
k, labor or service to be done or the supplies, materials or equipment to be furnished and is in aN respec
and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and c:
At in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid
)oral and certify that I am authorized to sign this bid or proposal for the bidder.
tnt further states th tpursuant to O.C.G.A. Section 36 -91 -21 (d) and (e),
1"._.S C*N z C.o�ci &1 . " f,,JOSA.5 has not, by itself or with others, directly or indirectt
'ented or attemp to prevent competition in such bidding or proposals by any means whatsoever. Affiat
ier states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on th
act by an means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for th
nt further states t the said offer of G1ND6 .4Th i? ag / 7 ots bona fide, and that no one ha
s to any supplier nd attempted to get such person or company to furnish the materials to the bidder only, c
nished to any of r bi er.that the material shall be at a higher price.
'zed Company Representative
■4 L /1/1.4A1,4 fe
n and subscribed before m 4his day of
y Signature
Public:
y: L .11)1
fission Expires: 1;? 1
G E t> R G I A
, 20 0-
Berbera A. Blackwell
NOTOR PUBUC
R outh caroms
MY COMM. EXP. 5 -23-18
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
STATE OF GEORGIA - COUNTY OF RICHMOND
y executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-
D-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical
arformance of services under a contract with Civil Services, Inc. on behalf of
ugusta Richmond County Board of Commissioners has registered with and is participating In a
deral work authorization program* [any of the electronic verification of work authorization
ograms operated by the United States Department of Homeland Security or any equivalent
deral work authorization program operated by the United States Department of Homeland
acurity to verify information of newly hired employees, pursuant to the Immigration Reform and
control Act of 1986 ((RCA), P.L. 99 -603), in accordance with the applicability provisions and
:adlines established in O. C. G. A 13- 10-91.
r1Lnno
Verify • User Identification Number
174.4/4/TA &ss iStc rU)(, Eomme r.4 l d
impany Name
': Authorized • - or Agent
(Contractor Signature)
II i GE Y1-ES, r7E4 r
le of Authorized Officer or Agent of Contractor
14-- 5 . KKLfZN I
nted Name of Authorized Officer or Agent
BSCRIBED AND SWORN BEFORE ME ON THIS THE
/22/2011
0 6 o R 0 1 A
SUBCONTRACTOR AFFIDAVIT
20J
BID /RFP /RFQ# 11 -134
Georgia Law requires your company to have an
E- Verif Identification Number on or after July
1,2009.
For additional information: State of Georgia
httn:// www .dol.state.aa.usiodf /rules/300 10 1.odf
httos: / /e- verifv.uscis.aov /enroll/
JOSE ROBERTO SOTO
Notary Public
Fulton County
Stab of Georgia
My Commission Expires Dec 2.2013
NOTARY SEAL
e: The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date fors are to be received).
In accordance with the Laws of Georgia, the following affidavit is required by aft vendors
NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR
,. P_tA.l.tl41rm l certify that this bid or proposal is made without pra
rderstanding, agreement or connection with any corporation, firm or person submitting a bid for the sam
irk, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respect
r and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and ca
;ult in lines, prison sentences and civil damages awards. { agree to abide by all conditions of this bid c
)posal and certify that I am authorized to sign this bid or proposal for the bidder.
(ant further states that pursuant to O.C.G.A. Section 38 -91 -21 (d) and (e),
W,.,+,u mKrwr s16i g MI•stAJtlf4 - r l u!G has not, by itself or with others, directly or indirectly
rented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Milan
ther states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the
ject by any means whatever, nor has Affiant caused or Induced another to withdraw a bid or offer for the
rk.
ant further states that the said offer of L.1 *rrwbr VE5 is bona fide, and that no one ha
se to any supplier and attempted to get such person or company to furnish the materials to the bidder only, a
irnished to any other bidder, that the material shall be at a higher price.
lature of Company Representative
UIa vresinr. .uT
d before me this nq day of
ry Public: Job ec ii
gty:1 !
rission Expires: 101( 19-1 .17
(Print Name)
NOTARY S
oL2
JOSE ROBERTO SOTO
Notary Public
Fulton County
State of Georgia
My Commission Expires Dec 2.2013
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
TE OF GEORGIA - COUNTY OF RICHMOND
xecuting this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13
1, stating affirmatively that the individual, firm, or corporation which is engaged in the physica
xmance of services under a contract with Civil Services, Inc. on behalf o
ate Richmond County Board of Commissioners has registered with and is participating in E
ral work authorization program" [any of the electronic verification of work authorizatior
rams operated by the United States Department of Homeland Security or any equivalen
ral work authorization program operated by the United States Department of Homeaanc
inty to verify information of newly hired employees, pursuant to the Immigration Reform arc
rol Act of 1986 ([RCA), P.L. 99 -603), in accordance with the applicability provisions anc
(lines established in O. C. G. A 13- 10-91.
- 1171128
rify • User Identification Number
zed Officer • r Agent
;Contractor Sig = re)
:e President
A Authorized Officer or Agent of Contractor
tricia A Waller
id Name of Authorized Officer or Agent
>CRIBED AND SWORN BEFORE ME ON THIS THE
DAY OF f ib : /u*�' ` s . /
Public
,mf i io Expires:
SUBCONTRACTOR AFFIDAVIT
BID/RFP /RFCI# 11 - 134
Georgia Law requires your company to have an
E- Verify''User Identification Number on or after Ji
1,2009.
For additional information: State of Georg
htto:// www .dol.state.aa.us/odf /ruies/400 10 1.c
httas: / /e- verifv.uscis.gov /enroll/
NOTARY SEAL
MARIO E. &AR(
-I Expires
Florida No
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR
SI Geo, Inc. certify that this bid or proposal is made without p
standing, agreement or connection with any corporation, firm or person submitting a bid for the sa
labor or service to be done or the supplies, materials or equipment to be furnished and is in all respe
id without collusion or fraud. I understand collusive bidding is a violation of state and federal law and
in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid
sal and certify that I am authorized to sign this bid or proposal for the bidder.
further states that pursuant to O.C.G.A..Section 36 -91 -21 (d) and (e),
II Geo, Inc. has not, by itself or with others, directly or indirec
ted or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affi
states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on
t by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for
I further states that the said offer of CEI and Geotech Services is bona fide, and that no one I
any - - •plier anetternpted to get such person or company to furnish the materials to the bidder only
sh : • • a y of bidder, them . oriel ghpli be at a higher price.
ut orized Co
e President
ny Representative
to and subscribed before me this ?day 0
‘f,00 e 44.0/
Signature
e Public: ,114/1 -. D 114A /r (Print Name)
y: Z u M. / — J� 4Jr- 0 1 1 �c it/ do
ilssion Expires: 47/2?// 3 NOTARY SEAL
re lJJw , 20
oOnuOO N ARIO OUCH W Meal
g Comm* DOoT
Expires 818121
Roads Notary Au
The successful vendor will submit the above forms to the Procurement Department no la
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will deo
the date forms are to be received).
r. Authorized Officer or Agent
(Contractor Signature)
✓ I P"-G -s 1 o €,rr'
le of Authorized Officer or Agent of Contractor
J c. d4A O M k-wt'r
Inted Name of Authorized Officer or Agent
7/23/1011
TATE OF GEORGIA - COUNTY OF RICHMOND
SUBCONTRACTOR AFFIDAVIT
y executing this affidavit, the undersigned subcontractor verities its compliance with 0.C.G.A. 13-
)-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical
trformance of services under a contract with Civil Services, Inc. on behalf of
ugusta Richmond County Board of Commissioners has registered wfth and is participating in a
deral work authorization program* [any of the electronic verification of work authorization
°grams operated by the United States Department of Homeland Security or any egtivalent
deral work authorization program operated by the United States Department of Homeland
scurity to verify information of newly hired employees, pursuant to the Immigration Reform and
,ntrol Act of 1986 ((RCA), P.L. 99.603), In accordance with the applicability provisions and
madlines established in O. C. G. A 13- 10-91.
4 1 11450
Verify' User Identification Number
mmps yJ p e
IBSCRIBED AND SWORN BEFORE ME ON THIS THE
Y OF % ._ , 20L
tary Public SibtOugfar
Commission Expires: *tary ftec, Odom Cow"
atr . 1s..i.. a6 rnt inn
BIDIRFPIRFQ# 11 -134
Georgia Law roquires your company to have an
E- VMty'User Identlftcatlon Number on or atisr July
1, 2002.
For additional information: State of Georgia
rtto:// www .dol.etate.oa.us/cdUrules/300 10 1.cdl
httoei /e- verifv.uscls.aov /enroll/
NOTARY SEAL
■te: The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
I, Iz JGK#4 .0 %-b 011 certify that this bid or proposal is made without
understanding, agreement or connection with any corporation, firm or person submitting a bid for the
work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all re
fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal Iaw a
result in fines, prison sentences and civic damages awards. I agree to abide by all conditions of this
proposal and certify that I am authorized to sign this bid or proposal for the bidder.
Milani further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e),
#144. 'YLssuls/IG4.L $E,( yCtC (Ax. has not, by itself or with others, directly or inc
prevented or attempted to prevent competition ihi such bidding or proposals by any means whatsoever.
further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer
project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer
work.
Affiant further states that the said offer of structural engineering is bona fide, and that no
gone to any supplier and attempted to get such person or company to furnish the materials to the bidder
if furnished to any other bidder, that the material shall be at a higher price.
•
ture of Authorized Company Representative
VI �� PK-ES / 4 &VT
Title
Sworn toted subscribed before me this Q day of k (y 20?'a
Notary Signature
G E " O R G I A
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR
Notary Public: M. + . - 1(\ (Print Name)
County: to
Commission Expires: Ay r aTh gl‘ 2 .6` c1i V
aGj conlraislr'at 142772912
Note: The successful vendor will submit the above forms to the Procurement Department
than live (5) days alter receiving the "Letter of Recommendation" (Vendor's letter wl
the date forms are to be received).
11TE OF GEORGIA - COUNTY OF RICHMOND
)xecuting this affidavit, the undersigned subcontractor verifies its compliance with 0.C.G.A. 13-
11, stating affirmatively that the individual, firm, or corporation which is engaged in the physical
ormance of services under a contract with Civil Services, Inc. on behalf of
usta Richmond County Board of Commissioners has registered with and is participating In a
ral work authorization program* [any of the electronic verification of work authorization
rams operated by the United States Department of Homeland Security or any equivalent
ral work authorization program operated by the United States Department of Homeland
irity to verify information of newly hired employees, pursuant to the Immigration Reform and
rol Act of 1986 ([RCA), P.L. 99 -603], in accordance with the applicability provisions and
lines established In O. C. G. A 13- 10-91.
3;"
ify • User Identification Number
- t M � r(C)
Name
uthorl zed Officer or Agent
;ontractor Signature)
rRt)S
' Authorized Officer or Agent t off - Contractor
L I t- --yr`e s
Name of Authorized Officer or Agent
;RIBED AND SWORN BEFORE ME ON THIS THE
DAY OF ! ` i nu% ft , 20 1.2 _.
public
emission Expires:,
)11
SUBCONTRACTOR AFFIDAVIT
The successful vendor will submit the above forms to the Procu
than five (5) days after receiving the "Letter of Recommendation" (V
the date forms are to be received).
BIDIRFP /RFQ# 11 - 134
Georgia Law requires your company to have an
E Verify"User identification Number on or after July
1, 2009.
For additional information: State of Georgia
htto: / /www.dol. state.oa.us/odf /rules/300 10 1. odf
httos: / /e- verifv.uscis.aov /enroll/
later
denote
In accordance with the Laws of Georgia, the following affidavit is required by all vendors
NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR
AA 1 C14101. / :144"ornf\� certify that this bid or proposal is made without prior
orstanding, agreement or connection with any corporation, firm or person submitting a bid for the same
labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects
Ind without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can
t in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or
sal and certify that I am authorized to sign this bid or proposal for the bidder.
It further states that pursuant to O.C.G.A. Section 36 -91 -21 (d) and (e),
DM S' i� i �•_�- C • has not, by itself or with others, directly or indirectly,
rated or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant
ar states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the
ct by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the
it further states that the said offer of structural engineering Is bona fide, and that no one has
to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or
ished to any o�her bidder, that the material shall be at a higher price.
ture of Ruthorized Company Representative
(NCI "PA
to and su -c ribe• befor e this r day of
Signa
Public: C4l ■ Y e y (Print Name)
Ission Expires: 1/og/i
NOTARY SEAL
20 /
The successful vendor will submit the above forms to the Procurement Department no later
than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote
the date forms are to be received).
TATE OF GEORGIA- COUNTY OF RICHMOND BID/RFF/RFQ# 11-134
SUBCONTRACTOR AFFIDAVIT
executing this affidavit, the undersigned subcontractor verifies Its compliance with 0.C.G.A. 13,
)-91, stating afflonatively that the ndJvlduaI. firm, or corporation Which ki engaged In the physical
irfomianOe of lier,i/lOes tinder . a contract with Civil Services, Inc . on behalf of
JOUsta Richmond Ceti* Board of Commissioners ties registered with and Is participating parllclpating kl
demi work authorization 'program e [any of the electronic veriflOation of work author
pgrami operated by the States Department of Homeland SecOrity or any . equivalent
deral:Werk author4allon 'program operated by the United States Department of Homeland
kcioriv to :iieilfyiliikitibtloti of newly hlred employees, pursuant to the harnIgniikin Referm and
?otrot Act of HISS ([1kCA), P.L. 994031 In accordance with the amine:01i* Provisions and
edilles established In O. C. 13-10-91.
53 •
Verify • User IdentifiCatiOn Nuimbeir
rg e ZUG
ImOany N • e
horized officer or nt
(Contractor Signature)
r
6 of Authorlied Officer or Agent of Contractor
6))44
rited NerneOf Authorized 'Officer Or Agent
BSCRIBED AND SWORN BEFORE ME ON THIS THE
ry Public
y22/2011
DAY OF 2OLZ
lesion Expires:
A 3, ...Fel/ .
Georgie Law requires your company to haw an
E•Vmtfethier IdoMlficatIon NuMbor OA Crafter July
1, Me.
For additional information: State Of Georgia
huo://wvm.dol.state.9.a.us/odf/rulO8/300 10 1.odf
httos://e-verifv.uscis.ocivienroli/
CATHEE L THOAVION
Notary NOM • MP of Honda
My Comm. Expires Mu 8.2014
Commission * OD 062044
fa: The successful vendoreilfi submit the above forms to the Procurement Department no later
than five (5) days after receiving the 'totter of Recominendation" (Vendor's Iettei Will denote
the date fonns are tO be received).
bi AO:OerdariOa with the Owe of Georgia, the following affidavit le required by all vendors
NON-001. OF SUBCONTRACTOR
Rrlog'te., T. 1/471.T .certify that this bid or propos:at la made WithOut On
derstanding,:agraernant Ot.'.OhnhoOdbli any corporation, firm or person . StibMitting a bld for the San
labor or seiviee. to be done or the supplies, materials or equipment tO be furnished and la In all rein*
r . and 1,;y1thOt or fraud. I understand collusive bidding is a violation of state and federal law and 0
Wit in fine* pria0h and elylt damages awards. I 'agree. to abide by all OonditiOns of thIS bld
4)08010Pd. Oartifythet I arn to sign. this bid or proposal for the bidder. • -
iant.further states that pursuant to 04.GA. Section 80791 (d) and (e),
7( t1;- to; rs. has not 'by Itself or with others, direoUy or indirect
)Jented .0 to prevent cc:01)600061n such bidding or proposals by any means logo:A* Affie
her states that (s)he has net prevented or endeavored to prevent anyone from making a bid or Off..._,..er on
iiii0;00ny #.1esitte Whatever, nor has Affiant caused or Induced another to •Withdra** OIN for tl
irk. • . •
lant further states that the Said offer of J54asuack.s 11r.rIL.Ti tclodearkg is bona fide, and that no one
ne to any and attempt to get Sikh person or com furnifili the !hated* to the Odder Pay,
urnish to an OjJ. tdder,9lt .thater101.Shall be at a higher price. •
n ure of Au tzed COm ny Representative
)xkLit,161? F /OAP
le
ior to and subscribed
dary Signe
taiyPubti . A7aCTe Ikkn),VA)
lunty: 1495
imtnIsilon Expires:
A . a .-1/1
Me this epc day Of Ft.112610} 2q_2,-,
(Print Name)
NOTARY SEAL
raarimmoorrossaboramobalblaabwak
111,,
CAME L. THORNTI
Notary Public - Rate 01
My Comm. Expires Mar S
Commission al 00 96
•••■•■••••
•te: The successful vendor UV subtnIt the above forms to th.e.Prdourespent Department no tat
than five (5) days effer receiving the "Letter of RecOmmendall#0.0000ort wll deno
the date forms ere to be received).
)mpany ID Number: 387871
THE E- VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION
MEMORANDUM OF UNDERSTANDING
ARTICLE
PURPOSE AND AUTHORITY
its Memorandum of Understanding (MOU) sets forth the points of agreement between the
apartment of Homeland Security (DHS) and Civil Services. Inc. (Employer) regarding the
nployer's participation in the Employment Eligibility Verification Program (E- Verify). This MOU
plains certain features of the E- Verify program and enumerates specific responsibilities of
iS, the Social Security Administration (SSA), and the Employer. E- Verify is a program that
actronically confirms an employee's eligibility to work in the United States after completion of
Employment Eligibility Verification Form (Form 1 -9). For covered government contractors, E-
erify is used to verify the employment eligibility of all newly hired employees and all existing
iployees assigned to Federal contracts or to verify the entire workforce if the contractor so
ooses.
ithority for the E- Verify program is found in Title IV, Subtitle A, of the Illegal Immigration
,form and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104 -208, 110 Stat. 3009, as
'tended (8 U.S.C. § 1324a note). Authority for use of the E- Verify program by Federal
ntractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility
Irification ", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as
"Federal contractor with the FAR E -Verify clause ") to verify the employment eligibility of
rtain employees working on Federal contracts is also found in Subpart 22.18 and in Executive
der 12989, as amended.
ARTICLE II
FUNCTIONS TO BE PERFORMED
RESPONSIBILITIES OF SSA
SSA agrees to provide the Employer with available information that allows the Employer to
nfirm the accuracy of Social Security Numbers provided by all employees verified under this
)U and the employment authorization of U.S. citizens.
SSA agrees to provide to the Employer appropriate assistance with operational problems that
iy arise during the Employer's participation in the E- Verify program. SSA agrees to provide
Employer with names, titles, addresses, and telephone numbers of SSA representatives to
contacted during the E- Verify process.
SSA agrees to safeguard the information provided by the Employer through the E -Verify
,gram procedures, and to limit access to such information, as is appropriate by law, to
lividuals responsible for the verification of Social Security Numbers and for evaluation of the
✓erify program or such other persons or entities who may be authorized by SSA as governed
,mpany ID Number: 387871
the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA
gulations (20 CFR Part 401).
SSA agrees to provide a means of automated verification that is designed (in conjunction with
iS's automated system if necessary) to provide confirmation or tentative nonconfirmation 01
S. citizens' employment eligibility within 3 Federal Govemment work days of the initial inquiry.
SSA agrees to provide a means of secondary verification (including updating SSA records as
ly be necessary) for employees who contest SSA tentative nonconfirmations that is designed
provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and
curacy of SSA records for both citizens and non - citizens within 10 Federal Govemment work
ys of the date of referral to SSA, unless SSA determines that more than 10 days may be
cessary. In such cases, SSA will provide additional verification instructions.
RESPONSIBILITIES OF DHS
After SSA verifies the accuracy of SSA records for employees through E- Verify, DHS agrees
provide the Employer access to selected data from DHS's database to enable the Employer
conduct, to the extent authorized by this MOU:
• Automated verification checks on employees by electronic means, and
• Photo verification checks (when available) on employees.
DHS agrees to provide to the Employer appropriate assistance with operational problems that
y arise during the Employer's partidpation in the E- Verify program. DHS agrees to provide
Employer names, titles, addresses, and telephone numbers of DHS representatives to be
Itacted during the E- Verify process.
)HS agrees to make available to the Employer at the E- Verify Web site and on the E- Verify
browser, instructional materials on E- Verify policies, procedures and requirements for both
A and DHS, including restrictions on the use of E- Verify. DHS agrees to provide training
terials on E- Verify.
)HS agrees to provide to the Employer a notice, which indicates the Employer's participation
he E -Verify program. DHS also agrees to provide to the Employer anti - discrimination notices
Jed by the Office of Special Counsel for Immigration - Related Unfair Employment Practices
iC), Civil Rights Division, U.S. Department of Justice.
)HS agrees to issue the Employer a user identification number and password that permits
Employer to verify information provided by employees with DHS's database.
)HS agrees to safeguard the information provided to DHS by the Employer, and to limit
ess to such information to individuals responsible for the verification of employees'
)loyment eligibility and for evaluation of the E- Verify program, or to such other persons or
ties as may be authorized by applicable law. Information will be used only to verify the
uracy of Social Security Numbers and employment eligibility, to enforce the Immigration and
ompany ID Number: 387871
ationality Act (INA) and Federal criminal laws, and to administer Federal contractin5
quirements.
DHS agrees to provide a means of automated verification that is designed (in conjunction
nth SSA verification procedures) to provide confirmation or tentative nonconfirmation 01
nployees' employment eligibility within 3 Federal Government work days of the initial inquiry.
DHS agrees to provide a means of secondary verification (including updating DHS records as
ay be necessary) for employees who contest DHS tentative nonconfirmations and photo non-
etch tentative nonconfirmations that is designed to provide final confirmation of
mconfirmation of the employees' employment eligibility within 10 Federal Govemment work
iys of the date of referral to DHS, unless DHS determines that more than 10 days may be
icessary. In such cases, DHS will provide additional verification instructions.
RESPONSIBILITIES OF THE EMPLOYER
The Employer agrees to display the notices supplied by DHS in a prominent place that is
sarly visible to prospective employees and all employees who are to be verified through the
stem.
The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and
ephone numbers of the Employer representatives to be contacted regarding E- Verify.
The Employer agrees to become familiar with and comply with the most recent version of the
Verify User Manual.
The Employer agrees that any Employer Representative who will perform employment
rification queries will complete the E -Verify Tutorial before that individual initiates any queries.
A. The Employer agrees that all Employer representatives will take the refresher tutorials
initiated by the E -Verify program as a condition of continued use of E- Verify.
B. Failure to complete a refresher tutorial will prevent the Employer from continued use
of the program.
The Employer agrees to comply with current Form 1 -9 procedures, with two exceptions:
• If an employee presents a "List B" identity document, the Employer agrees to only
cept "List B" documents that
contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be
ssented during the Form 1 -9
process to establish identity.) If an employee objects to the photo requirement for
igious reasons, the Employer
should contact E- Verify at 888 - 464 -4218.
• If an employee presents a DHS Form 1 -551 (Permanent Resident Card) or Form 1 -766
(Employment Authorization Document) to complete the Form 1 -9, the Employer agrees to
make a photocopy of the document and to retain the photocopy with the employee's
Form 1 -9. The photocopy must be of sufficient quality to allow for verification of the photo
)mpany ID Number: 387871
and written information. The employer will use the photocopy to verify the photo and to
assist DHS with its review of photo non - matches that are contested by employees. Note
that employees retain the right to present any List A, or List B and List C, documentation
to complete the Form 1 -9. DHS may in the future designate other documents that
activate the photo screening tool.
The Employer understands that participation in E- Verify does not exempt the Employer from
a responsibility to complete, retain, and make available for inspection Forms 1 -9 that relate to
employees, or from other requirements of applicable regulations or laws, including the
(ligation to comply with the antidiscrimination requirements of section 274B of the INA with
spect to Form 1 -9 procedures, except for the following modified requirements applicable by
non of the Employer's participation in E- Verify: (1) identity documents must have photos, as
scribed in paragraph 5 above; (2) a rebuttable presumption is established that the Employer
s not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect
the hiring of any individual if it obtains confirmation of the identity and employment eligibility of
s individual in good faith compliance with the terms and conditions of E- Verify; (3) the
nployer must notify DHS if it continues to employ any employee after receiving a final
nconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each
lure to notify DHS of continued employment following a final nonconfirmation; (4) the
nployer is subject to a rebuttable presumption that it has knowingly employed an unauthorized
en in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after
eiving a final nonconfirmation; and (5) no person or entity participating in E- Verify is civilly or
minally liable under any law for any action taken in good faith based on information provided
ough the confirmation system. DHS reserves the right to conduct Form 1 -9 and E -Verify
stem compliance inspections during the course of E- Verify, as well as to conduct any other
forcement activity authorized by law.
The Employer agrees to initiate E -Verify verification procedures for new employees within 3
iployer business days after each employee has been hired (but after the Form 1 -9 has been
rnpleted), and to complete as many (but only as many) steps of the E -Verify process as are
Pessary according to the E- Verify User Manual, or in the case of Federal contractors with the
R E- Verify clause, the E- Verify User Manual for Federal Contractors. The Employer is
>hibited from initiating verification procedures before the employee has been hired and the
rm 1 -9 completed. If the automated system to be queried is temporarily unavailable, the 3-day
e period is extended until it is again operational in order to accommodate the Employer's
ampting, in good faith, to make inquiries during the period of unavailability. Employers may
iate verification by notating the Form 1 -9 in circumstances where the employee has applied
a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided
t the Employer performs an E- Verify employment verification query using the employee's
N as soon as the SSN becomes available.
The Employer agrees not to use E- Verify procedures for pre - employment screening of job
)Iicants, in support of any unlawful employment practice, or for any other use not authorized
this MOU. Employers must use E- Verify for all new employees, unless an Employer is a
feral contractor that qualifies for the exceptions described in Article II.D.1.c. Except as
vided in Article II.D, the Employer will not verify selectively and will not verify employees
:d before the effective date of this MOU. The Employer understands that if the Employer
)mpany ID Number: 387871
es the E -Verify system for any purpose other than as authorized by this MOU, the Employee
ay be subject to appropriate legal action and termination of its access to SSA and DHS
`ormation pursuant to this MOU.
The Employer agrees to follow appropriate procedures (see Article III. below) regarding
ntative nonconfirmations, including notifying employees in private of the finding and providing
3m written notice of the findings, providing written referral instructions to employees, allowing
nployees to contest the finding, and not taking adverse action against employees if they
oose to contest the finding. Further, when employees contest a tentative nonconfirmation
sed upon a photo non - match, the Employer is required to take affirmative steps (see Article
B. below) to contact DHS with information necessary to resolve the challenge.
1. The Employer agrees not to take any adverse action against an employee based upon the
iployee's perceived employment eligibility status while SSA or DHS is processing the
rification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(I))
3t the employee is not work authorized. The Employer understands that an initial inability of
s SSA or DHS automated verification system to verify work authorization, a tentative
nconfirmation, a case in continuance (indicating the need for additional time for the
vemment to resolve a case), or the finding of a photo non - match, does not establish, and
ould not be interpreted as evidence, that the employee is not work authorized. In any of the
ses listed above, the employee must be provided a full and fair opportunity to contest the
ding, and if he or she does so, the employee may not be terminated or suffer any adverse
Iployment consequences based upon the employee's perceived employment eligibility status
cluding denying, reducing, or extending work hours, delaying or preventing training, requiring
employee to work in poorer conditions, refusing to assign the employee to a Federal contract
other assignment, or otherwise subjecting an employee to any assumption that he or she is
authorized to work) until and unless secondary verification by SSA or DHS has been
mpleted and a final nonconfirmation has been issued. If the employee does not choose to
ntest a tentative nonconfirmation or a photo non -match or if a secondary verification is
mpleted and a final nonconfirmation is issued, then the Employer can find the employee is not
irk authorized and terminate the employee's employment. Employers or employees with
estions about a final nonconfirmation may call E- Verify at 1- 888 - 464 -4218 or OSC at 1 -800-
5 -8155 or 1- 800 - 237 -2515 (TDD).
. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section
4B of the INA, as applicable, by not discriminating unlawfully against any individual in hiring,
ig, or recruitment or referral practices because of his or her national origin or, in the case of a
)tected individual as defined in section 274B(a)(3) of the INA, because of his or her
zenship status. The Employer understands that such illegal practices can include selective
ification or use of E- Verify except as provided in part D below, or discharging or refusing to
a employees because they appear or sound "foreign" or have received tentative
nconfirmations. The Employer further understands that any violation of the unfair immigration -
ated employment practices provisions in section 274B of the INA could subject the Employer
civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject
Employer to back pay awards, compensatory and punitive damages. Violations of either
;tion 274B of the INA or Title VII may also lead to the termination of its participation in E-
)mpany ID Number: 387871
:iffy. If the Employer has any questions relating to the anti - discrimination provision, it should
ntact OSC at 1- 800 - 255 -8155 or 1 -800- 237 -2515 (TDD).
. The Employer agrees to record the case verification number on the employee's Form 1 -9 or
print the screen containing the case verification number and attach it to the employee's Form
▪ The Employer agrees that it will use the information it receives from SSA or DHS pursuant
E- Verify and this MOU only to confirm the employment eligibility of employees as authorized
this MOU. The Employer agrees that it will safeguard this information, and means of access
it (such as PINS and passwords) to ensure that it is not used for any other purpose and as
cessary to protect its confidentiality, including ensuring that it is not disseminated to any
rson other than employees of the Employer who are authorized to perform the Employer's
;ponsibilities under this MOU, except for such dissemination as may be authorized in advance
SSA or DHS for legitimate purposes.
. The Employer acknowledges that the information which it receives from SSA is govemed by
a Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)),
d that any person who obtains this information under false pretenses or uses it for any
rpose other than as provided for in this MOU may be subject to criminal penalties.
. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and
aluation of E- Verify, including by permitting DHS and SSA, upon reasonable notice, to review
rms 1 -9 and other employment records and to interview it and its employees regarding the
iployer's use of E- Verify, and to respond in a timely and accurate manner to DHS requests
information relating to their participation in E- Verify.
RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E- VERIFY CLAUSE
1. The Employer understands that if it is a subject to the employment verification terms
Subpart 22.18 of the FAR, it must verify the employment eligibility of any existing employee
signed to the contract and all new hires, as discussed in the Supplemental Guide for Federal
ntractors. Once an employee has been verified through E -Verify by the Employer, the
iployer may not reverify the employee through E- Verify.
a. Federal contractors with the FAR E- Verify clause agree to become familiar with and
. ply with the most recent versions of the E- Verify User Manual for Federal Contractors and
1E-Verify Supplemental Guide for Federal Contractors.
b. Federal contractors with the FAR E -Verify clause agree to complete a tutorial for
deral contractors with the FAR E -Verify clause.
c. Federal contractors with the FAR E- Verify clause not enrolled at the time of contract
ard: An Employer that is not enrolled in E- Verify at the time of a contract award must enroll
a Federal contractor with the FAR E -Verify clause in E -Verify within 30 calendar days of
tract award and, within 90 days of enrollment, begin to use E- Verify to initiate verification of
ployment eligibility of new hires of the Employer who are working in the United States,
)mpany ID Number: 387871
tether or not assigned to the contract. Once the Employer begins verifying new hires, such
Infication of new hires must be initiated within 3 business days after the date of hire. Once
ironed in E- Verlfy as a Federal contractor with the FAR E- Verify clause, the Employer muss
tiate verification of employees assigned to the contract within 90 calendar days from the time
enrollment in the system and after the date and selecting which employees will be verified in
Verify or within 30 days of an employee's assignment to the contract, whichever date is later.
d. Employers that are already enrolled in E -Verify at the time of a contract award but are
it enrolled in the system as a Federal contractor with the FAR E -Verify clause: Employers
'rolled in E -Verify for 90 days or more at the time of a contract award must use E -Verify to
tiate verification of employment eligibility for new hires of the Employer who are working in the
iited States, whether or not assigned to the contract, within 3 business days after the date of
'e. Employers enrolled in E- Verify as other than a Federal contractor with the FAR E- Verify
ruse, must update E -Verify to indicate that they are a Federal contractor with the FAR E-
irify clause within 30 days after assignment to the contract. If the Employer is enrolled in E-
:rify for 90 calendar days or less at the time of contract award, the Employer must, within 90
Sys of enrollment, begin to use E -Verify to initiate verification of new hires of the contractor
ro are working in the United States, whether or not assigned to the contract. Such verification
new hires must be initiated within 3 business days after the date of hire. An Employer
rolled as a Federal contractor with the FAR E- Verify clause in E- Verify must initiate
rification of each employee assigned to the contract within 90 calendar days after date of
ntract award or within 30 days after assignment to the contract, whichever is later.
e. Institutions of higher education, State, local and tribal governments and sureties:
cderal contractors with the FAR E- Verify clause that are institutions of higher education (as
fined at 20 U.S.C. 1001(a)), State or local governments, govemments of Federally recognized
Tian tribes, or sureties performing under a takeover agreement entered into with a Federal
ency pursuant to a performance bond may choose to only verify new and existing employees
signed to the Federal contract. Such Federal contractors with the FAR E -Verify clause may,
wever, elect to verify all new hires, and /or all existing employees hired after November 6,
86. The provisions of Article II.D, paragraphs 1.a and 1.b of this MOU providing timeframes
initiating employment verification of employees assigned to a contract apply to such
ititutions of higher education, State, local and tribal governments, and sureties.
f. Verification of all employees: Upon enrollment, Employers who are Federal contractors
:h the FAR E -Verify clause may elect to verify employment eligibility of all existing employees
irking in the United States who were hired after November 6, 1986, instead of verifying only
w employees and those existing employees assigned to a covered Federal contract. After
rollment, Employers must elect to do so only in the manner designated by DHS and initiate E-
rify verification of all existing employees within 180 days after the election.
g. Form 1 -9 procedures for existing employees of Federal contractors with the FAR E-
rify clause: Federal contractors with the FAR E -Verify clause may choose to complete new
rms 1 -9 for all existing employees other than those that are completely exempt from this
>'cess. Federal contractors with the FAR E -Verify clause may also update previously
npleted Forms 1 -9 to initiate E- Verify verification of existing employees who are not
npletely exempt as long as that Form 1 -9 is complete (including the SSN), complies with
)mpany ID Number: 387871
ticle II.C.5, the employee's work authorization has not expired, and the Employer ha.
viewed the information reflected in the Form 1 -9 either in person or in communications with the
nployee to ensure that the employee's stated basis in section 1 of the Form 1 -9 for wort
ithorization has not changed (including, but not limited to, a lawful permanent resident alier
lying become a naturalized U.S. citizen). If the Employer is unable to determine that the Forrr
1 complies with Article II.C.5, if the employee's basis for work authorization as attested it
ction 1 has expired or changed, or if the Form 1 -9 contains no SSN or is otherwise incomplete,
3 Employer shall complete a new 1 -9 consistent with Article II.C.5, or update the previous I -9
provide the necessary information. If section 1 of the Form 1 -9 is otherwise valid and up -to•
to and the form otherwise complies with Article 11.C.5, but reflects documentation (such as a
S. passport or Form 1 -551) that expired subsequent to completion of the Form 1 -9, the
nployer shall not require the production of additional documentation, or use the photo
reening tool described in Article II.C.5, subject to any additional or superseding instructions
at may be provided on this subject in the Supplemental Guide for Federal Contractors.
rthing in this section shall be construed to require a second verification using E -Verify of any
signed employee who has previously been verified as a newly hired employee under this
DU, or to authorize verification of any existing employee by any Employer that is not a Federal
ntractor with the FAR E- Verify clause.
The Employer understands that if it is a Federal contractor with the FAR E -Verify clause, its
impliance with this MOU is a performance requirement under the terms of the Federal
ntract or subcontract, and the Employer consents to the release of information relating to
impliance with its verification responsibilities under this MOU to contracting officers or other
flcials authorized to review the Employer's compliance with Federal contracting requirements.
ARTICLE II
A. REFERRAL TO SSA
REFERRAL OF INDIVIDUALS TO SSA AND DNS
If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print
r notice as directed by the E- Verify system and provide it to the employee so that the
iployee may determine whether he or she will contest the tentative nonconfirmation. The
nployer must review the tentative nonconfirmation with the employee in private.
The Employer will refer employees to SSA field offices only as directed by the automated
Stem based on a tentative nonconfirmation, and only after the Employer records the case
ification number, reviews the input to detect any transaction errors, and determines that the
iployee contests the tentative nonconfirmation. The Employer will transmit the Social Security
mber to SSA for verification again if this review indicates a need to do so. The Employer will
termine whether the employee contests the tentative nonconfirmation as soon as possible
ar the Employer receives it.
If the employee contests an SSA tentative nonconfirmation, the Employer will provide the
iployee with a system - generated referral letter and instruct the employee to visit an SSA
ce within 8 Federal Govemment work days. SSA will electronically transmit the result of the
arral to the Employer within 10 Federal Govemment work days of the referral unless it
2mpany ID Number: 387871
:termines that more than 10 days is necessary. The Employer agrees to check the E- Verify
stem regularly for case updates.
The Employer agrees not to ask the employee to obtain a printout from the Social Security
ember database (the Numident) or other written verification of the Social Security Number
►m the SSA.
REFERRAL TO DHS
If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print
tentative nonconfirmation notice as directed by the E- Verify system and provide it to the
nployee so that the employee may determine whether he or she will contest the tentative
mconfirmation. The Employer must review the tentative nonconfirmation with the employee in
ivate.
If the Employer finds a photo non -match for an employee who provides a document for which
automated system has transmitted a photo, the employer must print the photo non -match
- dative nonconfirmation notice as directed by the automated system and provide it to the
nployee so that the employee may determine whether he or she will contest the finding. The
nployer must review the tentative nonconfirmation with the employee in private.
The Employer agrees to refer individuals to DHS only when the employee chooses to contest
tentative nonconfirmation received from DHS automated verification process or when the
nployer issues a tentative nonconfirmation based upon a photo non - match. The Employer will
!termine whether the employee contests the tentative nonconfirmation as soon as possible
:er the Employer receives it.
If the employee contests a tentative nonconfirmation issued by DHS, the Employer will
'vide the employee with a referral letter and instruct the employee to contact DHS through its
I -free hotline (as found on the referral letter) within 8 Federal Govemment work days.
If the employee contests a tentative nonconfirmation based upon a photo non - match, the
nployer will provide the employee with a referral letter to DHS. DHS will electronically transmit
result of the referral to the Employer within 10 Federal Government work days of the referral
Tess it determines that more than 10 days is necessary. The Employer agrees to check the E-
Irify system regularly for case updates.
The Employer agrees that if an employee contests a tentative nonconfirmation based upon a
oto non - match, the Employer will send a copy of the employee's Form 1 -551 or Form 1 -766 to
IS for review by:
• Scanning and uploading the document, or
• Sending a photocopy of the document by an express mail account (paid for at
employer expense).
If the Employer determines that there is a photo non -match when comparing the photocopied
B document described in Article II.C.5 with the image generated in E- Verify, the Employer
ist forward the employee's documentation to DHS using one of the means described in the
ceding paragraph, and allow DHS to resolve the case.
)mpany ID Number: 387871
ARTICLE IV
SERVICE PROVISIONS
iA and DHS will not charge the Employer for verification services performed under this MOU.
ie Employer is responsible for providing equipment needed to make inquiries. To access E-
irify, an Employer will need a personal computer with Internet access.
ARTICLE V
PARTIES
This MOU is effective upon the signature of all parties, and shall continue in effect for as long
the SSA and DHS conduct the E- Verify program unless modified in writing by the mutual
nsent of all parties, or terminated by any party upon 30 days prior written notice to the others.
iy and all system enhancements to the E- Verify program by DHS or SSA, including but not
sited to the E- Verify checking against additional data sources and instituting new verification
Dcedures, will be covered under this MOU and will not cause the need for a supplemental
DU that outlines these changes. DHS agrees to train employers on all changes made to E-
irify through the use of mandatory refresher tutorials and updates to the E -Verify User
anual, the E- Verify User Manual for Federal Contractors or the E- Verify Supplemental Guide
• Federal Contractors. Even without changes to E- Verify, DHS reserves the right to require
iployers to take mandatory refresher tutorials. An Employer that is a Federal contractor with
3 FAR E -Verify clause may terminate this MOU when the Federal contract that requires its
rticipation in E -Verify is terminated or completed. In such a circumstance, the Federal
ntractor with the FAR E- Verify clause must provide written notice to DHS. If an Employer that
a Federal contractor with the FAR E- Verify clause fails to provide such notice, that Employer
II remain a participant in the E- Verify program, will remain bound by the terms of this MOU
at apply to participants that are not Federal contractors with the FAR E- Verify clause, and will
required to use the E -Verify procedures to verify the employment eligibility of all newly hired
iployees.
Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed
cessary because of the requirements of law or policy, or upon a determination by SSA or
iS that there has been a breach of system integrity or security by the Employer, or a failure
the part of the Employer to comply with established procedures or legal requirements. The
nployer understands that if it is a Federal contractor with the FAR E -Verify clause, termination
this MOU by any party for any reason may negatively affect its performance of its contractual
;ponsibilities.
Some or all SSA and DHS responsibilities under this MOU may be performed by
ntractor(s), and SSA and DHS may adjust verification responsibilities between each other as
:y may determine necessary. By separate agreement with DHS, SSA has agreed to perform
responsibilities as described in this MOU.
)mpany ID Number: 387871
Nothing in this MOU is intended, or should be construed, to create any right or benefit,
bstantive or procedural, enforceable at law by any third party against the United States, its
encies, officers, or employees, or against the Employer, its agents, officers, or employees.
Each party shall be solely responsible for defending any claim or action against it arising out
or related to E- Verify or this MOU, whether civil or criminal, and for any liability wherefrom,
;luding (but not limited to) any dispute between the Employer and any other person or entity
larding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by
Employer.
The Employer understands that the fact of its participation in E- Verify is not confidential
ormation and may be disclosed as authorized or required by law and DHS or SSA policy,
:luding but not limited to, Congressional oversight, E -Verify publicity and media inquiries,
terminations of compliance with Federal contractual requirements, and responses to inquiries
der the Freedom of Information Act (FOIA).
The foregoing constitutes the full agreement on this subject between DHS and the Employer.
The individuals whose signatures appear below represent that they are authorized to enter
o this MOU on behalf of the Employer and DHS respectively.
nployer Civil Services, Inc.
ario Barcelo
me (Please Type or Print)
sctronically Signed
title
01/26/2011
nature
Date
apartment of Homeland Security — Verification Division
;CIS Verification Division
re (Please Type or Print)
llctronically Signed
Title
01/26/2011
nature
Date
rormatlon relating to your company:
Company Name:
Civil Services, Inc.
Company Facility Address:
St. Johns Bluff Road, 8.
Jacksonville, FL 32246
Company Altemate
Address:
County or Parish:
DUVAL
Employer Identification
Number:
592975137
company ID Number: 387871
be accepted as a participant in E- Verify, you should only sign the Employer's Section
the signature page. If you have any questions, contact E- Verify at 888 - 464 -4218.
•
Information Required for the E -Verify Program
)mpany ID Number: 387871
North American Industry
Classification Systems
Code:
Administrator.
Number of Employees:
Number of Sites Verified
for:
O . . t , O , c . . _ _ a . u.+...__ —_ •
541
20 to 99
e you verifying for more than 1 site? If yes, please provide the number of sites verified foi
each State:
FLORIDA 1 site(s)
ormation relating to the Program Administrator(s) for your Company on policy
estions or operational problems:
Jame: Mario E Barcelo
'elephone Number: (904) 641 -1834 eat. 235 Fax Number: (904) 645 - 0057
i -mail Address: mbarcdo(p3dvilservicesinc.com
Augusta, GA Engineering
APPENDIXES
DESIGN AND FIELD ENGINEERING SERVICE FOR BRIDGE
REHABILITATION AND REPAIRS
Broad Street Bridge -
Off Ramp from Washington Road over Raes Creek
Project Number: 328-041110-211828012
CRITERIA
The Consultant shall become familiar with the latest, as determined by the AED, the American
Association of State Highway and Transportation Officials' Design Manuals for Arterial Streets,
Rural, Urban. and Interstate Highways, including those standards adopted by the AASHTO and
approved by the Secretary of Commerce, as provided by Title 23, United States Code, Section 109
(b), with the City's and Georgia D.O.T. Standards, Procedures, Plans, Specifications and Methods,
with Federal Highway Administration procedures relating to plan review and approval, and shall
produce plans in accordance therewith.
DESIGN SPECIFICATIONS
APPENDIX A
STANDARD SPECIFICATIONS
Design for bridges and other structures shall be in accordance with the American Association of
State Highway and Transportation Officials', hereinafter referred to as "AASHTO," Design
Specifications of 1992; AASHTO Standard Specifications for Horizontal Curved Highway Bridges;
AASHTO Standard Specifications for Structure Supports for Highway Signs. Luminairs and Traffic
Signals, current edition; and AASHTO Guide for Selecting, Locating and Designing Traffic Barriers,
current edition.
Traffic engineering shall be performed in accordance with procedures outlined in the Highway
Capacity Manual, Current Edition.
The lighting design shall be in accordance with the AASHTO publication, An Informational Guide
for Roadway Lighting current edition, and the Standard Specifications for Road and Bridge
Construction, 1983 edition, as modified by Supplemental Specifications and Special Provisions,
current editions.
On facilities where driveways are included, the Consultant shall become familiar with the Georgia
D.O.T. regulations and procedures and shall produce plans for upgrading driveway control.
CONSTRUCTION SPECIFICATIONS
The plans shall be in accordance with the Georgia D.O.T.'s Standard Specifications for Construction
of Roads and Bridges, as amended. The Consultant shall have access to the Georgia Standard
Construction and Materials Specifications for use throughout the Project.
PLAN SIZES
All plans for roadways, bridges, and walls may be Civil 3D or compatible generated drawings on
paper having outside dimensions of 24" by 36" with 1 -1/2" margin on the left and 1/2" margin
elsewhere. All plans shall be of reproducible quality.
A -1
AED CSA — Bridge Rehabilitation and Repairs
CONSTRUCTION PLAN REQUIREMENTS
Detailed requirements for the construction plans shall meet the criteria set forth in the Augusta
Public Works and Engineering Department Plan Preparation Guidelines.
The plans shall be fully dimensioned; all elevations necessary for construction shall be shown
similar to the GDOT's normal practice. They shall include a fully dimensioned geometric layout to
permit staking in the field without additional computation by the survey party. Utility locations
and methods of attachment shall be shown. Utilities to be carried on bridges will be established
by the AED.
In steel construction, the sizes and overall dimensions of members, their exact locations, the
number and arrangement of fasteners, fastener spacing, welds and other details necessary in
preparation of shop detail drawing shall be shown. In concrete construction, the location of all
reinforcement shall be shown and the plans shall include complete schedules of straight and bent
bars with bending details. The Consultant shall check all details and dimensions shown on the
plans before they are submitted to the AED for review.
Roadway plan sheets shall have the existing topography on the back of the sheet to permit manual
revisions to the front of the drawing, using a screening process producing 85 lines per inch with
50% light. Existing topography may be plotted in ink if this gives a screening effect acceptable to
the AED.
Topography shall remain fully legible when plans are reduced in size, but shall be less prominent
and readily distinguishable from proposed work.
Profile sheets shall have the existing ground line plotted in ink on the sheet.
Utility plan sheets may be the same material as the roadway plans.
COMPUTATIONS
All design computations and computer printouts shall be neatly recorded on 8 -1/2" by 11" sheets,
fully titled, numbered, dated, signed by the designer and checker and indexed. Two copies of these
computations, and the computer input and output, fully checked and appropriately bound, shall be
submitted to the AED with the plans for approval.
A complete tabulation of the drainage analysis along with the calculations used to determine the
size of drainage structures shall be submitted to the AED with the construction plans for approval.
DELIVERABLES
The tracings and all other documents prepared under this Agreement shall then be submitted to
the AED, AED or AU, whose property they shall remain, without limitations as to their future use.
All tracing cloth, mylar paper, and other materials required for the preparation of the plans,
A -2
AED CSA — Bridge Rehabilitation and Repairs
supplemental specifications, special provisions and computations shall be furnished by the
Consultant.
The Consultant shall submit to the AED, in electronic Civil 3D (or compatible) and Microsoft
version, one copy of all computer files depicting graphics, database details and design for the
drainage improvements, and road design data, created as a result of the design process. The
Consultant shall include appropriate level schedules, documentation, and assistance to the AED to
read, interpret, and effectively utilize the computer files. The Consultant may be required to
provide project drawings and files at any time as requested by the AED. The drawings and files
(hard or electronic) requested by the AED shall be within the Scope of Work as defined herein.
Graphics files shall be provided in AutoCAD, DXF, or Intergraph (IGDS) format. If the project
includes AU work, the Consultant shall provide drawings in accordance with the utilities chapter
of the AED Plan Preparation Guidelines.
NUMBER OF COPIES OF SUPPORTING DATA REQUIRED
Data collected for this project will be property of Augusta Engineering Department. In additions to
required hard copies submittals, selected Firm(s) or Team(s) will be required to provide Augusta
Engineering Department one electronic (editable) copy of all documents and studies, supporting
raw data, environmental data and analysis, geotechnical data and analysis, hydrology and
hydraulic studies, design plans, construction plans and constriction standards and specifications.
Electronic copies shall be submitted in respective software and compatible with Software used by
Augusta Engineering Department. Except as otherwise provided herein; the Consultant shall
submit all documents, reports, special provisions, sketches, design notes, and all other required or
necessary support data to the AED in duplicate.
PROGESS REPORT AND SCHEDULE
The Consultant shall report to the AED on suitable forms approved by the AED the status of work
and schedule on the 25th day of each month during the life of the Agreement.
PROFESSIONAL ENGINEER APPROVAL
All construction plans and documents designed, detailed, and furnished by the Consultant for the
AED shall bear a valid Professional Engineer Stamp. All plans submitted to the AED for review
shall have been checked by the Consultant prior to submission.
ECONOMICAL DESIGN
The Consultant shall make every effort to provide the most economical design. The Consultant
shall consider construction problems and sequencing in the design. The Consultant shall meet and
discuss economic considerations and construction staging with the AED prior to final design.
A -3
AED CSA — Bridge Rehabilitation and Repairs
INTRODUCTION
I. Project Control
A. Vertical
B. Horizontal Control Traverse
C. Project Control Monuments
II. Database
A. Method
B. Accuracy
C. Scope
III. Right -of -Way Surveys
A. Research
B. Field procedures
C. Resolution
IV. Right -of -Way Staking
V. Consultant Safety Requirements
APPENDIX B
SURVEY SPECIFICATIONS
B -1
AED CSA — Bridge Rehabilitation and Repairs