Loading...
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